Loading...
HomeMy WebLinkAbout2018-038BCONTRACT DOCUMENTS AND SPECIFICATIONS FOR BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT BID NO. 2018033 PROJECT NO. IRC -1758 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN BOB SOLARI, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER TIM ZORC JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR JAMES W. ENNIS, P.E., PMP, COUNTY ENGINEER WILLIAM JOHNSON, P.E., ROADWAY PRODUCTION ENGINEER 00001 - Project Title Page - REV 04-07 00001 -1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1758 Blue Cypress Lake Rd Culvert Replacement\1-Admin\Bid Documents\00001 -Project Title Page -REV 04- 07.doc 3:02 Daysto Achieve Substantial Completion, final Campletion:and Final Payment' A. The Work will be completed and ready for final payment on or before the 60th day after the date when the. Contract Times commence to run. 3.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus any extensions thereof allowed in writing as .a change order to this Agreement. Liquidated damages will commence for this portion of work. The parties also recognize -the delays, expense, and difficulties involved in proving in a legal proceedingthe actual loss.suffered byOWNER F:\Purchas1ng\Bids\2o17-2018 H (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page i of 11- - . . Agreement THIS AGREEMENT is by and between INDIAN RIVER COUNTY- a Political. Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Hinterland Group, Inc. (hereinafter Called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth agree as follows: g y = ARTICLE 1- WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is 4. generally described as follows: The project will consist of the replacement of an existing culvert crossing Blue Cypress Lake Road ''• located north of State Road 60 and east of the Florida's Turnpike. The proposed pipe to be constructed will be :a 38"x6'0" Elliptical Reinforced Concrete Pipe (ERCP), with concrete end walls added to the.pipe ends. Other work will include temporary canal bypass, temporary sheet pile, earthwork; pavement replacement, `} maintenance of traffic, erosion control and any other incidental work required to complete the project. i ARTICLE 2 -THE PROJECT { The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name, BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT Bid Number:: 2018033 Project Address:. Blue Cypress Lake Road, Vero Beach, Florida 32966 ARTICLE 3 --"CONTRACT TIMES 3.01 .Time of :the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and' readiness forfinal payment as stated in the specifications are of the essence of the Agreement: 3:02 Daysto Achieve Substantial Completion, final Campletion:and Final Payment' A. The Work will be completed and ready for final payment on or before the 60th day after the date when the. Contract Times commence to run. 3.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus any extensions thereof allowed in writing as .a change order to this Agreement. Liquidated damages will commence for this portion of work. The parties also recognize -the delays, expense, and difficulties involved in proving in a legal proceedingthe actual loss.suffered byOWNER F:\Purchas1ng\Bids\2o17-2018 H (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page i of 11- - . . if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and -- - -- CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $958.00 for each calendar day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph 4.01.13, below: A. For all Work, as determined by the CONTRACTOR's submitted Itemized Cost Proposal, attached hereto as Exhibit A; B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $ 176,000.00 Written Amount: One Hundred Seventy -SN Thousand Dollars and 00/100 ARTICLE 5 - PAYMENT PROCEDURES 5.01 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Bid and Specification Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.02 Pay Requests. A. Each request for a progress payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 2 of 11 OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; -the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.03 Paragraphs 5.01 and 5.02 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.04 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Agreement and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6 - INDEMNIFICATION 6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the Work. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 3 of 11 C. - CONTRACTOR is familiar -with and -is satisfied as to all federal, -state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques; sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 8 - CONTRACT DOCUMENTS 8.01 Contents A. The Contract Documents consist of the following: (1) This Agreement (pages 1 to 14 inclusive); (2) Notice to Proceed (IRC Form No. 00550); (3) Public Construction Bond; (4) Certificate of Liability Insurance; (5) Request for Proposals 2017033 (6) Addendum Numbers 1 & 2; (7) CONTRACTOR'S Submittal; F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 4 of 11 • Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of - - - - Relationships (pages 12 to 13, -inclusive); - -- - - • Certification Regarding Lobbying (8) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Charge Order(s). ARTICLE 9 - MISCELLANEOUS 9.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 5 of 11 River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for - - ----the Southern District of Florida. — - ----- - 9.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 6 of 11 ARTICLE 10 — FEDERAL CLAUSES 10.01 OWNER and CONTRACTOR will adhere to the following, as applicable to this work: A. Clean Air Act: (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to report each violation to Indian River County and understands and agrees that Indian River County will, in turn, report each violation as required to assure notification to the Hinterland Group, Inc., Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 . financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act: (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to Indian River County and understands and agrees that Indian River County will, in turn, report each violation as required to assure notification to the Hinterland Group, Inc., Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. C. Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. D. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into: (3) This certification is a material representation of fact relied upon by Indian River County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to Indian River County, the Federal F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 7 of 11 Government may pursue available remedies, including but not limited to suspension and/or -- - - -debarment. -- - — -- (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended)—Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Access to Records: The following access to records requirements apply to this contract: (1) The contractor agrees to provide Indian River County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. G. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. H. Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. K: AFFIRMATIVE STEPS: CONTRACTOR shall take the following affirmative steps to ensure minority business, women's business enterprises and labor surplus area firms are used when possible: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 8 of 11 (2) Ensuring that small and minority businesses, and women's business enterprises are --- -- solicited whenever they are potential sources.------ (3) ources. —---(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises. (5) Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Article 11: TERMINATION OF CONTRACT (Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. All contracts in excess of $10,000 must address termination for cause and for convenience by the non - Federal entity including the manner by which it will be effected and the basis for settlement.) A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the OWNER with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the OWNER may have under this Contract or under law: (1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10) calendar days to cure the default to the reasonable satisfaction of the OWNER. C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the OWNER may authorize CONTRACTOR to restore any work sites. D. The CONTRACTOR shall be liable for: (1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 9 of 11 (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to - -- - -enforce its rights herein. — — - - — - ---- - E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) such other costs actually incurred by CONTRACTOR as are permitted by the prime contract and approved by the OWNER. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue Cypress Culvert Replacement\Agreement.docx Page 10 8f 11 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One ----- counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on 90 , 2019(the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR:�,,`d Gro4, 0,,•,, INDIAN RIVER COUNTY .••" •Y C04f • Hinterland Group,Inc. i •c �%P�RA% 9 l • ..&. SEAL & •o June 26, By: ✓ 2006 Pe O'Bryan, C an ;o: r Co ctor%, �ON1O �.� By: '�' pP,.°+• (CORPORATE SEAL) Jason E. row County inistrator '•���NTY,W., * Attest APPROVED ALTO FORM g;�ZAND LEGAL 15F'ICIENCY: �1 Byv 1 Dylan Reingold, County Attorney BCC APPROVED: February 20, 2018 Jeffrey R. Smith, Clerk of Court and Comptroller Attest: ;Ap Deputy Clerk (SEAL) Designated Representative: Name: James W. Ennis, P.E., PMP Title: County Engineer Address: 180127th Street Vero Beach, Florida 32960 Phone: (772) 226-1221 Email: jennis@ircgov.com Address for giving notices: License No. (Where applicable) Agent for service of process: Designated Representative: Name: Title: Address: Phone: Email: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) F:\Purchasing\Bids\2017-2018 FY (2018000)\2018033 RFP for Blue.Cypress Culvert Replacement\Agreement.docx Page 11 of 11 CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DD/YYYY) 01/30/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER South Shore Insurance Inc. 901 SW Martin Downs Blvd Palm City FL 34990 CONTACT Jennie Duke PH772 426-9973 (AICFAX ONE 772 221-1960 E-MAIL jennie@southshore-insurance.com INSURERS AFFORDING COVERAGE NAIC # INSURERA: Hartford Casualty Insurance Com an 29424 INSURED Hinterland Group Inc. 992 W. 15th Street Riviera Beach, FL 33404 INSURER B: Property 8: Casualty Ins Comp of The Hartford 34690 INSURER C: The Hartford Insurance Co of the Southeast 38261 INSURER D: Hartford Fire Insurance Company 19682 INSURER E: The North River Insurance Company 21105 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE _1= ADDLSUB wynPOLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1 OCCUR EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $ 300,000 2ES (Ea occurrence) MED EXP (Any oneperson) $5,000 X XCU Coverage Included x 21 UEA HF5360 01/31/2018 01/31/2019 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY C JECT I LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS x 21 UEA HF5507 01/31/2018 01/31/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ de X HIRED AUTOS X NON -OWNED AUTOS $ x UMBRELLA LIAB X OCCUR EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 E EXCESS LIAB CLAIMS -MADE 582-109804-8 01/31/2018 01/31/2019 DED RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITYFR ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICERIMEMBEREXCLUDED? YY (Mandatory in NH) NIA x 21 WBAABOMTJ 01/31/2016 01/31/2019 X PER UT, OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 Installation Floater $2,000,000 D Inland Marine 21UUMHF5845 01/31/2018 01/31/2019 Rented/Leased Equi $300,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Should any of theabove policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. Certificate holder is listed as an additional insured only if required by written contract/agreement with the insured executed prior to accident or loss. A Waiver of Subrogation is provided only if required by written contractlagreement with the insured executed prior to accident or loss. Indian River County 1800 27th Street Vero Beach, FL 32960 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.OS(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 0214656 CONTRACTOR NAME: Hinterland Group, Inc. CONTRACTOR ADDRESS: 992 W. 15th Street OWNER PHONE NO: Riviera Beach, FL 33404 CONTRACTOR PHONE NO: (561)-640-3503 SURETY COMPANY NAME: Berkley Insurance Company SURETY PRINCIPAL 475 Steamboat Road BUSINESS ADDRESS: 1800 27th Street Greenwich, CT 06830 SURETY PHONE NO: 973-775-5259 OWNER NAME: Indian River County Board of County Commissioners OWNER ADDRESS: 1800 271h Street Vero Beach, FL 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: 1800 27th Street Vero Beach, FL 32960 OBLIGEE PHONE NO: 772-226-1416 BOND AMOUNT: $176,000.00 CONTRACT NO: (If applicable) DESCRIPTION OF WORK: The project will consist of the replacement of an existing culvert crossing Blue Cypress Lake Road located north of State Road 60 and east of the Florida's Turnpike PROJECT LOCATION: Blue Cypress Lake Road, Vero Beach, Florida 32966 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. 00610-2 PUBLIC CONSTRUCTION BOND Bond NO. 0214656 (enter bond number) BY THIS BOND, We Hinterland Group, Inc. , as Principal and Berkley Insurance company a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $176.000.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated February 20, 2018 , between Principal and Owner for construction Of Blue Cypress Lake Road Culvert Reolacement , the contract being made a part of this bond by reference, at" the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON February 26, 2018, 00610-3 Hinterland Group, Inc. (Name of Principal) By - ttorne i _ac. Berkley Insurance Company (Name of Surety) No. BI -10179a { ` POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. 71.� KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly as organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Daniel F. Wagner or Taylor D. Wagner of Wagner .E Bonding & Insurance, Inc. of Lakeland, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated 8 N'below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o > resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive c Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are S hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute oi bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and 3 '� revoke any power of attorney previously granted; and further Q ° RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner F and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any .E power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as V 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any . person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have .� E ceased to be such at the time when such instruments shall be issued. ;2 IN WITNESS WHEREOF, the Co7fV has c sed these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed day of _ Attest.: 13erkl.e Insurance Compan (Seal) By By o Ira . Led'e an Jef •e fter o Executive Vice President & Secretary en o i tosident J, WARNING, THIS POWER INVALID IF.NOT PRINTED ON BLUE `-`BERKLEY" SECURITY PAPER, E STATE OF CONNECTICUT) ss: o COUNTY OF FAIRFIELD ) Z: - Sworn to before me, a Notary Public in the State of Connecticut, this %2 day of/ , by Ira S. Lederman Y and Jeffrey ivl. Hafter who are sworn to me to be the Executive Vice Pre 'dei t a Se.cretal n' the Senior Vice President, i a - respectively, of Berkley Insurance CompaiVARIAC. RUNDBAI<EN NOTARY PUBLIC .fi c �, .��' ,--rn'f' MY COMMISSION EXPIRES otary Public, State of Connecticut o APRIL 30, 2019 'a: CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct Z and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the fy Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as 3 y of this date. r _. Given under my hand and seal of the Company, this Z.Gi day of (Seal) Vincent?. Torte I - `�, 1--.1 Dated TO: (BIDDER) ADDRESS: Contract For: Blue Cypress Lake Road Culvert Replacement Project No: IRC -1758 IRC Bid No. 2018033 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start . 'performing your obligations under the Contract Documents. The contract has allocated 30 calendar days for Substantial Completion of this project ' and 60 calendar days for Final Completion. In accordance with Article 4 . of the Agreement the date of Substantial. Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER; nor shall the CONTRACTOR allow any Subcontractor to commence Work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment.and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the. Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1-4-11 .00550-1 PttPublic Warks\ENGINEERING DIVISION PROJECTS11758 Blue Cypress Lake Rd Culvert Replacement\4Construdion\Contract Documents100550 - Notice to Proceed REV 1-4-11.doc - 3120180013644 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL ;BK: 3097 PG: 2471, 3/7/201810:58 AM 1 Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: Of contracting entity is different from the owner, the contracting public entity). OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: (If applicable) 0214656 Hinterland Group, Inc. 992 W. 15th Street Riviera Beach FL 33404 (561)-640-3503 Berkley Insurance Company 475 Steamboat Road Greenwich CT 06830 973-775-5259 Indian River County Board of County Commissioners 1800 271^ Street Vero Beach FL 32960 772-226-1416 1800 271" Street Vero Beach, FL 32960 772-226-1416 $176,000.00 The project will consist of the replacement of an existing culvert crossing Blue Cypress Lake Road located north of State Road 60 and east of the Florida's Tumpike. Blue Cypress Lake Road, Vero Beach, F16rida 32966 FRONTPAGB All other bond page(s) are deemed subsequent to this page regardless of may page number(.) that may be printed thereon. 00610-2 A 1RUE COM`Y CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK k: K: 3097 PG: 2472 PUBLIC CONSTRUCTION BOND Bond No. 0214656 (enter bond number) BY THIS BOND, We Hinterland Group, Inc. , as Principal and Berldey Insurance company a corporation, as Surety, are bound to Indian River county herein called Owner, in the sum of $L, .o�oo.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated February 20, 2018 between Principal and Owner for construction of Blue Cypress Lake Road Culvert Replacement , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the 4 contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. 3 DATED ON February 26.2018, 3 Hinterland Group. Inc. (Name of Principatl¢?' , . "r e By Attorne i Berkley Insurance Comij I ; (Name of Surety)r..r- 00610-3 A TRUE COPY CERTIRCATION ON LAST PAGE J.R. SMITK CLERK :!,--BIC- 3097 PG: 2473 No. BI -10179a POWER OF ATTORNEY ~ BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly c organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted i and appointed, and does by these presents make, constitute and appoint: Daniel F. Wagner or Taylor D. Wagner of Wagner Bonding & Insurance, Inc. of Lakeland, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty i Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S, Dollars (U.S.$50,000,000.00), to the s same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. •r, n This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, r without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: ' � L RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to execute ibonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal 75 i of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke an ower of attorney previously � YP YP Ygranted• and further a ? RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further L RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 1E 7 further Li, RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any E-.= power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ce 46:be such at the time when such instruments shall be issued. Vj!MREOF, the Com ti has c sed these presents to. be signed and attested by its appropfiate officers and its iordt saa1.scretinty affixed thisMy of �. '�.K� ,�:•,'�i Berkle Insurance Cam an an Je a fter e E 'ecutive Vlce President Secretary e o i esident iWER INVALID IF NOT PRINTED ON BLUE '"BERKLEY" SECURITY PAPER, a',�''i:+;{:•:�-'°�� :u.4 ..*'�i:'` .ick' ) S52 o COUN, t) AIRFIELD ) 'sworn to before true, a Notary Public in the State of Connecticut, this %Z day of �/ , by Ira S. Lederman and Jeffrey. M. Hafter who are sworn to me to be the Executive Vice Pre 'de t a Secret n the cnior Vice President, respectively, of Berkley Insurance ComparlOARIA C. RUNDBAICEN NOTARY PUBLIC .0 rt' • C MY COMMISSION EXPIRES otory Public, State of Connecticut' APRIL 30, 2019 CERTIFICATE `� �l'e;nnefsigneyd;,�l sistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct ��`otlet Cup}?csf the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the �hy, W " r'llt=Factrel f6th therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as 1: `il�:bf<3$S�date.`+ der my hand and s��T�ih���any, this 2 day of �: INDIAN RIVER CO NTT THIS IS TO CERTIFY THAT THIS t5 A TRUE AND CORRECT -x/ COPY OF THE ORIGINAL ON EE 1N THIS OFFICE. THIS vii'noentf. orte ORIGINAL MAY HAVf REDACT INFORMATION AS STATFII <i' .•. IN FLORIDASTATUEA.07/ CERTIFICATE OF LIABILITY -INSURANCE DATE(MMIDDIYYYY) 01/27!2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS -NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE, CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER South Shore Insurance Inc. 901 SW Martin Downs Blvd Palm City FL 34990. CONTjACT Jennie Duke PHONE 772 426 9973 Fax 772 221.1960 Ma1L ennie southshore-insurance,com INSURERS AFFORDING COVERAGE NAIC N INSURER United States Fire Insurance Company 21113 INSURED Hinterland Group Inc. 992 W. 15th Street Riviera Beach, FL 33404 INSURER B • North River Insurance Company 21105 INSURER C AGCS Marine Insurance Company 22837 INSURER D INSURER I-: INSURER F• r1nVFRAi±FR CFRTIFICATF NUMBER' KEVISIUN NUIVIIitK' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICYNUMBER POLICY EFF POLICY EXPLTIR LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 B CLAIMS•MADE Q OCCUR DAMAGE TO RENTED $0,000 MED EXP lAny one rson $5,000 X XCU Coverage Included Y Y 543-998915-1 01131/2017 01/31/2018 PERSONALS ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PEP: POLICY PRO - ICY EILOC GENERAL AGGREGATE 2,000,000 PRODUCTS -COMPIOPAGG $2,000,000 $ OTHER: AUTOMOBILE LIABILITY _ COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Pw person) $ A NyATO BODILY INJURY (Per accident$AUO ALL SCHEDULED AUTOS HIRED AUTOS X NON -OWNED AUTOS Y 133-740178-2 01/31/2017 01/31/2018 PROPERTYOAMAGE $ $ X UMBRELLA UAB X OCCUR EACH OCCURRENCE $4,000,000 AGGREGATE B EXCESSLIA13 CLAMS -MADE 5821069842 01/31/2017 01/3112018 NT $ WORKERS COMPENSATION X I PER OTH- rR B AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDEOt (Mandatory in NH) NIA Y 408-730540.5 01/31/2017 01/31/2018 E.L. EACH ACCIDENr $ 1,000,000 E.L. DISEASE • EA EMPLOYEE $1,000,000 DISEASE • POLICY LIMIT $ 1,000,000 ItSsC, describeF under ERA belowE.L. C Inland MarineMZ193075677 01131/2017 01/31/2018 Rented/Leased Equi $300,000 DESCRIPTION OF OPERATIONS /LOCATIONS IVENCLES (ACORD 101, Additional Remarks Schedule, maybe attached If more apace Is required) - Should any of theabove policies be cancelled before the.expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurar, its agents or representatives. Certificate holder is listed as an additional insured only if required by written contract/agreement with the insured executed prior to accident or loss. A Waiver of Subrogation is provided only if required by written contractfa reement with the insured executed prior to accident or loss. CERTIFICATE HQLDFR CANCELLATION FOR BIDDING PURPOSES ONLY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES. BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE <JND> ACORD 25 (2014101j'_ ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD C"oG Indian River County Purchasing Division: 4� 1A 1800 271h Street Vero Beach, FL 32960 * Phone (772) 226-1416 PY Lo E is Request for Proposals Project Name: Blue Cypress Lake Road Culvert Replacement IRC -1758 S �I RFP #: 2018033 w RFP Opening Date: janUary 24, 2018 RFP Opening Time: 2:00 P.M. All submittals must be received by the Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960 prior to the date and. time shown above.. Late submittals will notbe accepted or considered'. PLEASE SUBMIT (1) ONE MARKED ORIGINALAND THREE (3) COPIES OF YOUR PROPOSAL. Refer All Questions to: Jennifer Hyde; Purchasing Manager Phone: (772) 226-1575 Email: purchasing@ircgov.com _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement REQUEST FOR PROPOSALS. Notice is hereby given that the Indian River County Board of County Commissioners is requesting proposals from qualified firms for Indian River County RFP # 2018033 Blue Cypress Lake Road Culvert Replacement IRC -4758 Detailed specifications. for the above referenced RFP are available from www.demandstar.com or by contacting the Indian River County Purchasing Division at (772) 226-1416 or Email:. purchasing@ircgov.com. All submittals must be received by the Purchasing Division, 1800 27th Street, Building B, Vero Beach, Florida 32960 by 2:00 p.m. Wednesday, January 24, 2018. Late submittals will not be accepted or considered. A MANDATORY Pre -Solicitation Conference will be held on Tuesday, January 16, 2018 at 2:30 P.M. in the first -floor Conference Room No. Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PROPOSERS IS REQUIRED. The Board of County Commissioners reserves the right to accept or reject, any and all proposals in whole or in part and to waive any technicality or irregularity. PURCHASING MANAGER INDIAN RIVER COUNTY Publish: For Publication in the Indian River Press Journal Date: Sunday, December 31, 2017 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 1800 271h Street Vero Beach, FL 32960 _RFP iRC1758-Blue Cypress Lake Road Culvert Replacement Scope of Services 1. INTRODUCTION The project will consist of the replacement of an existing culvert crossing Blue Cypress Lake Road located north of State Road 60 and east of the Florida's Turnpike. The proposed pipe will be to construct a 38"x60" ERCP. Concrete Endwalls will be added to the pipe ends. Other work will include temporary canal bypass; temporary sheet pile, earthwork, pavement replacement, maintenance of traffic, erosion control and any other incidental work required to complete the project. A project drawing is enclosed. A MANDATORY Pre -Bid Conference will be held on Tuesday, January 16. 2018 at 2:30 P.M. in the first -floor Conference Room No. Al -303 of the Indian River.County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS REQUIRED. _RFP_IRC1758-Slue Cypress Lake Road Culvert Replacement 3 Proposal Instructions Proposers shall submit the following: Information to Be Submitted: Submit one marked original and three (3) copies. Submittals must include and are . ?. requested to be organized as follows: _ a. A history of the firm and a description of the range of services offered by the firm. b. Summaries or biographies of the required Superintendent that will be assigned to the County. Include name, background, special skills, number of years with the firm and years of experience. Identify the: firm's representative assigned to manage the County's project. c. A detailed description of the Contractor's approach for successful completion of services such as those described within this RFP. d. Provide a projected timeline/schedule with the Proposer's methodology. e. Cost proposal. f. References from the organizations your firm has provided the similar services for in the last five years. Please provide contact name, phone number, email address and project name. g. Sworn statement on Disclosure of Relationships as per Section 105.08 of the Indian River County Code. Method of Selection: The County shall convene a Selection Review Committee of which the responsibility shall be as follows: a. Independently evaluate each Submittal. b. Independently rank each Submittal for meeting minimum qualifications in order of preference. c. As a "committee of the whole", develop a combined ranking order of all Submittals meeting minimum qualifications. The ranking of firms shall be done.in the following manner: 1. Each member of the evaluation committee shall evaluate each firm by assigning a number of points for each criterion and then totaling the number of points for all criteria. Each committee member shall then rank the firms on the basis of the total number of points received for all criteria, with the firm receiving the most points being ranked # 1. 2. The rankings received by each firm from all committee members shall then be totaled and divided by the number of committee members, to produce an average ranking. 3. The firm receiving the lowest average ranking (i.e. closest to # 1) shall be ranked the # 1 firm, and the process repeated until all firms have been ranked according to their average ranking. In the event of a tie, the ranking of tied firms shall be determined by a comparison of the -total number of points received by each firm from all committee members. The Review Committee may discuss their reasons for their individual rankings and members- revise their rankings accordingly until the committee is satisfied with the rankings. 4. After interviews (if interviews are held), and based upon information learned during the interviews, each committee member may change his or her ranking of firms. The evaluation process shall continue until the evaluation committee declares the rankingsfinal. d. The County may, solely at its own option, seek additional Submittals with this or a similar Submittal in the event the County, solely at its own option, determines that the quantity and/or quality of Submittals received is insufficient to meet the County's needs and/or that award of a contract arising from this RFP would not be in the public interest. e. The Committee shall forward its recommendations in accordance with the ranking to the Indian River County Board of County Commissioners, which shall, at its sole option, authorize negotiations of a contract. pursuant to the requirements of Florida law. Page4of14 _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement f. The Indian River County Board of County Commissioners possesses sole authority to award a contract for the services sought herein. Initial Ranking Criteria: �'•' t +c—x"grx k •+{-'. - F"+i? .x#c ''` 3�€'3- .. iFT4s��.5S yf� -MOM�C. GR1T R1X� '� � � LC AT/Of11�OiN MAX►MUM VFV MF e nrr _ .'.S.arFo �.._''� ,. �.��'u.;.-:i.�,-.�'rua 'i._..�` .� � :L, x -- rrry"'�'= 1. Firm qualifications/capabilities and similar projects 15 2: Staff qualifications 15 3. Approach 10 4. Proposed Timeline (Project Completion) . 15 5. Cost Proposal 35 6. References 10 TOTAL 100 Page 5 of 14 RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement General Instructions Cone of Silence. Potential respondents and their agents shall not communicate in anyway with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize ranking and/or award. Such communication may result in disqualification. Seated Submittals and Envelope Markings: All proposals shall be submitted in a sealed envelope. The outside of the envelope shall be clearly marked with the Submitter's Name and Return Address, Proposal #, Title, Date of opening, and Time of Opening. Opening Location: Submittals must be received by the Purchasing Division at 1800 271h Street, Vero Beach, FL 32960, on or before the closing hour and date listed in the Request for Proposals. Submittals received after the stated time and date will not be considered. Submission: Submit one marked original and three (3) copies of your proposal. All proposals must be signed with the legal Firm name by an officer or employee having authority to bind the company or firm by his / her signature. Confidential or Trade Secret Information: Proposals submitted in response to this request are public records. Pursuant to section 119.071, Florida Statutes, any financial statement that the County requires a prospective bidder to submit In order to prequalify for bidding or for responding to a proposal for a public works project is exempt from the Public Records Law. Therefore, any financial statement that you submit that you wish to remain confidential shall be submitted in a sealed opaque envelope and marked "Confidential Financial Statement Enclosed." Trade secret information must be clearly identified as instructed per section 812.081(1)(c), Florida Statutes. Proposers are requested to specifically identify any information contained in their proposals which they consider confidential as a trade secret and which they believe to be exempt from disclosure. you must cite to the specific facts that demonstrate that such information is exempt as a trade secret under the applicable law. Any Proposer marking, labeling or declaring their entire proposal "Confidential and Proprietary" may be disqualified. By submission of a response to this RFP the responder agrees to indemnify and hold the County and its commissioners, officers, employees and agents harmless should any information marked at confidential and/or proprietary knowingly or unknowingly be released as the result of a public records request or if any information marked as confidential and/or proprietary is not released as a result of a public records request. Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful vendor and will be filled out by the County. Indemnification: The Proposer shall defend, indemnify and hold harmless the County and its commissioners, officers, employees and agents, from any and all losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or breach of applicable law by the vendor, or its employees, agents, subcontractors, or other persons or entities performing work under the contract. Public Access: The Proposer shall comply with Florida's. Public Records Law in accordance with the provisions of Chapter 119, Florida Statutes. Specifically, the Proposer shall keep and maintain public records that -ordinarily and necessarily would be required by the County in order to perform the service. The Proposer shall provide the public with" access to public records on the same terms and conditions that the County would provide the records at a cost that does not exceed the costs provided in Chapter 119 or as otherwise provided bylaw. The Proposer shall ensure that public records that are exempt or confidential and exempt from public records. disclosure requirements are not disclosed except as authorized by law. The Proposer shall meet all requirements for retaining public records and transfer, at no cost, to the County, all public records in possession of the Proposer upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Submitters are hereby notified that 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 bid, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public,entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,0001 for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion; racketeering, conspiracy, or material misrepresentation. Suspension and Debarment: Indian River County will not make award to parties listed on the government -wide exclusions,in the System for Award Management (SAM). The bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may.arise from this offer. The bidder or proposer further agrees to include`a provision requiring such compliance in its lower tier covered transactions. Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator through the office of the County Attorney. Local Preference: Indian River County has no local ordinance or preferences, as described in Florida Statutes. section 255.0991(2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. Energy Policy and Conservation Act — The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Page 7 of 14 _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement Regulations: It shall be the responsibility of the submitter to assure compliance with any OSHA, EPA and /or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Interpretations: No oral interpretations will be made to any submitter as to the meaning of the request for proposal documents. Every request for such an interpretation shall be made in writing; addressed and forwarded to Indian River County (purchasing@ircgov.com) ten (10) or more days before the date fixed for opening of the proposals. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to submitters will be in the form of an Addendum, which if issued, will be sent promptly as is practical to all persons to whom RFP documents have been issued. All such Addenda shall become part of the RFP documents. Further, it shall be the responsibility of each submitter, prior to submitting their response, to contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to make such addenda apart of their submittal. Direct Purchase: Indian River County reserves the option to purchase certain tangible materials necessary for the performance of the Contract, and thereby save the amount of the sales tax thereon by virtue of the Owner's status as a Tax Exempt Institution. For the purpose of these procedures, the Contractor will assign to the County I any rights the Contractor may have under quotes, contracts or commitments received from the particular vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order and after confirmation of completed delivery and acceptance, will be deducted from the Contractor's Contract price via Change Order. Permits, Impact and Inspection Fees. in accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted proposer. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Proposer shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in their cost proposal. Applicable Law and Venue: This solicitation, its resulting agreement and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provision's of the Florida Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated in this solicitation and any resulting agreement. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee. The relationship with a County Commissioner or a County Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a County approved form. Failure to submit the form will be cause for rejection of the bid or proposal. _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement Cancellation: It is the intention"of Indian River County to purchase material and / or services fromsources of supply that will provide prompt and convenient shipment and service. Any failure of the supplierto satisfy the, requirements of the County shall be reason for termination of the award. Errors: When an error is made in the extension of generating total prices or in any other process of completing the proposal, the original unit prices submitted will govern._ Carelessness in quoting prices, or in preparation of the proposal otherwise, will not relieve the proposer. Right to Protest: Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive selection process mayprotest to the Purchasing Manager. The protest shall be submitted to the Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise -to the protest. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the. County Attorney. Awards: The County reserves the right to cancel the solicitation, reject any and all proposals or waive any irregularity or technicality in submittals received. The County reserves the right to not make any award(s) under this solicitation. Termination by the County: The County reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the Contractor fails to abide by or fulfill any of the terms and conditions of the contract. The County also reserves the right to terminate this contract for convenience of the County and / or with or without cause. Compliance with Laws and Regulations: Submitter agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by this solicitation and any resulting agreement, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts. Insurance: The Selected Firm shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the County. Firm's insurance shall be primary. The County shall be named as an additional insured for both General Liability and Automobile Liability. The awarded firm shall maintain the following limits of insurance during the term duration of this agreement. General Liability Each Occurrence $500,000 Fire Damage -any one fire $50,000 Medical Expenses -any one person $5,000 Personal and Advertising Injury $500,000 General Aggregate $500,000 Combined Single Limit $500,000 Automobile Liability — Combined Single Limit.$500,000 Worker's Compensation as required by the State of Florida Each accident $100,000 Page 9 of 14 . _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement Each Disease= Each employee $100,000 Each disease — policy limit $500,000 Professional Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate combined single limit $5,000 maximum deductible per claim The policy shall cover the firm, all employees, and/or volunteers, and all independent contractors, subcontractors and, professional contractual persons hired or retained by contractor. All above insurance policies shall be placed with insurers with a Best's rating of no less than A -VII. The insurer chosen shall also be licensed to do business in Florida. The insurance policies procured shall be "Claims Made" policies or as generally available on the open insurance market. The Insurance Carriers shall supply Certificates of Insurance evidencing such coverage to the Indian River County Risk Management Department prior to the execution of this Agreement.. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate. Indian River County reserves the right to accept or reject any or all proposals in whole or in part and waive all any technicality or Irregularity. Proposer submits the following price for the work described in this solicitation: Price proposal in words: One Hundred Seventy -Six Thousand Dollars The undersigned hereby certifies that they have read and understand the contents of. this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Hinterland Group, Inc 901 SW Martin Downs Blvd Name of Firm Address Palm City, FL 34990 Authorized ignature City, State, Zip Code Daniel Duke, III - President 1561 1640 _ 3503 Title Phone 01/23/2018 ,`�,.��`"'aa�+inn,ri�.,,�� info@hinterlandgroup.com Date Signed d ) ' •o 900z 'gz aunt 1d3S808 : Z� E-mail Blue Cypress Lake Road Culvert Replacement $ 176,000.00 Price proposal in words: One Hundred Seventy -Six Thousand Dollars The undersigned hereby certifies that they have read and understand the contents of. this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Hinterland Group, Inc 901 SW Martin Downs Blvd Name of Firm Address Palm City, FL 34990 Authorized ignature City, State, Zip Code Daniel Duke, III - President 1561 1640 _ 3503 Title Phone 01/23/2018 ,`�,.��`"'aa�+inn,ri�.,,�� info@hinterlandgroup.com Date Signed d ) ' •o 900z 'gz aunt 1d3S808 : Z� E-mail _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO. ADMINISTER OATHS. 1. This .sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018033 for Blue Cypress Lake Road Culvert Replacement 2- This sworn statement is submitted by: Hinterland Group, Inc. (Name of entity submitting Statement) whose business address is: 901 SW Martin Downs Blvd, Palm City, FL 34990 and its Federal Employer Identification. Number (FEIN) is 20-5156844 3. My name is Daniel Duke, III - President jPlease print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. S. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt; first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation, to the entity submitting this sworn statement. [Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the i _RFP_IRC1758-Blue Cypress lake Road Culvert Replacement entity, have any.relationships as defined in section 105.08, Indian River County Code, with any , County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A ignature Daniel Duke, III - President January 23, 2018 (Date) STATE OF Florida COUNTY OF Martin The foregoing instrument was acknowledged before me this 23rd day of January. . 2p 18 by_ Daniel Duke. III , who i ersonally know to me or who has produced as identification. NOTARY PUB SIGN: Notary Public State of Florida Q MyBBrelsslonGG12i032 PRINT: / 00µ Expires 10/2412021 Notary Public, State at large My Commission Expires: (Seal) _RFP_IRC1758-Blue Cypress Lake Road Culvert Replacement CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (This form MUST be submitted with each bid or offer exceeding $100,000) The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any a person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds otherthan Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a. Member of Congress, an officer or employee of Congress, or an employee of a Member. of Congress in -connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure "j Form to Report Lobbying;' in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Hinterland Group, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3 , apply to this certification and disclosure, if any. Signature o ntractor's A ed Official Indian River County Purchasing Division q y 1800 27t" Street Vero Beach, FL 32960'�'LORi��' Phone (772) 226-1416 ADDENDUM N0. 1 Date: January 18, 2017 Project Name: BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT (IRC -1758) Bid Number: 2018033 Bid Opening Date: Wednesday, January 24, 2018 at 2:00 p.m. This addendum is released to provide the minutes and sign in sheet from the Mandatory Pre -Solicitation Conference. All information provided herein is hereby incorporated into the request for proposal documents. 1. Cost Proposals will NO longer be Lump Sum. Replace the Proposal Pricing Form on page 11 of the RFP with the attached "Itemized Cost Proposal Form".. 2. Request for payment for stored materials MUST be accompanied by a paid invoice. 3. Maintenance of Traffic Plan to be prepared by an individual that is FDOT certified to prepare Maintenance of Traffic Plans. At minimum, one (1) lane of traffic must be open at any given time with the appropriate lane closure measures in place per FDOT Index 600 series. Two (2) lanes of traffic are expected to be opened for the majority of the construction schedule. Attachments: Itemized Cost Proposal Pre -Solicitation Conference Minutes Pre -Solicitation Conference Sign -In Sheet *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package************ Company Name Hinterland Group, Inc. Name: Daniel Duke, III. Title: President, (Type / Printed) Authorized Signature: Date: 01/23/2018 Telephone: 561-640-3503 Email: info@hinteriandgroup.com Fi\Public Works\ENGINEERING DIVISION PROIECTS\1758 Blue Cypress take Rd Culvert Replacement\3=Admin\Bid Documents\Addendu ms\1758_Add endum_20180117_v2.d oc,k ITEMIZED COST PROPOSAL 1-17-18 PROJECT NAME: BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT PROJECT NO: IRC -1758, BID NO. 2018033 BIDDER'S NAME: Hinterland Group, Inca ,... ItemrNo: �; Descn 1 um a ized F:\Publlc Works\ENGINEERING DIVISION PROJECTS11758 Blue Cypress Cake Rd Culvert Replecemeni\1-Admin\Bid Doc enisUt m Cost Proposal IRC No. ". 1758_20180117 PP 0. ,.. �-.. . w. _ ..: ' • .. -... , :. '� �".. 101-1 MOBILIZATION LS 1 $ 7,500.00 $ 7,500.00 $ 6,000.00 $ 6,000.00 102-1 MAINTENANCE OF TRAFFIC LS 1 $ 3,500.00 $ 3;500.00 104-1 EROSION AND WATER POLLUTION CONTROL LS 1 $ 4,000.00 $ 4,000.00 110-1-1 CLEARING & GRUBBING LS 1 $ 110.00 $ 5,500,00 M1 12" ASPHALT MILLINGS SY 50 $ 85.00 5,100.00 $ 334-1-13 2" SP -12.5 SUPERPAVE ASPHALTIC CONCRETE SY 60 $ 280.00 $ 2,800.00 121-70 NON-EXCAVATABLE FLOWABLE FILL 125 PSI) CY 10 $15,000.00 $ 30,000.00 400-4-2 CONCRETE, CLASS IV, END WALLS EA 2 $ 600.00 $ 28,800.00 430-175-248 PIPE CULVERT OTHER SHAPE - ELIP/ARCH, 38"x60 RCP LF 48 $ 120.00 $ 7,200.00 455-133-2 SHEET PILE - STEEL, TEMPORARY AS NEEDED LF 60 BY PASS PUMP AND ASSOCIATED FITTINGSIHOSES,12' $ 120.00 $ 3,600.00 *P-1 MINIMUM DAY 30 SUB -TOTAL $ 104,000.00 FORCE ACCOUNT $72,000.00 TOTAL PROJECT PROPOSAL (INCLUDING FORCE ACCOUNT) $ 176,000.00 BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT TOTAL TOTAL PROJECT COST PROPOSAL IN WORDS One Hundred Seventy -Six Thousand Dollars *P-1 THIS ITEM IS ONLY TO BE USED AT THE DIRECTION OF COUNTY PROJECT MANAGER NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED COST PROPOSAL THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum SY=Square Yard CY=Cubic Yard Ea --Each LF=Linear Foot 1 um a ized F:\Publlc Works\ENGINEERING DIVISION PROJECTS11758 Blue Cypress Cake Rd Culvert Replecemeni\1-Admin\Bid Doc enisUt m Cost Proposal IRC No. ". 1758_20180117 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP. document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. j Hinterland Group, Inc. 901 SW Martin Downs Blvd Name of Firm Address Palm City, FL 33490 Authorized?igna u City, State, Zip Code Daniel Duke, III - President ( 561 ) 640 _ 3503 Title Phone 01/23/2018 info@hinterlandgroup.com Date Signed E-mail ®R 11-10, tp"q'i'�3; a r .P.�C � ice• �-t�• N- 0610 a J ',–' J –.� 1-21. 7. h r M,13 tA CIL. . Y N. M M _bap �1 t w ' � J - \ `.�_+' . . • 1. Ml �� ^II• �'�/� 113 N a: 00 �}��r��rr�'��•. -� .�, �� � rel . .-� �'� _ ..' '� .J DL - kv I W-1 if 15; j -H rjl 35.1 Ru, MM. 31 11H IF Zlr rj 4�0 � yel IL � olm U . . . . . . . . . . �12 w OR Iggg R Mi ZZ; A. ���1iM�Y'f��9t� .J t �giC 6 J . lu . kP��a��Y �/,-��r�y.�'4i":S. ��, od ((('ttt���111 �� � � � .• �}y/ �J .. •� cf 75 4_"f� 'yt'�'~r� 4"tkSy �ae..•c?'.c.{%r� i��� �; • / _ �� Yf�S� � �l �:j•�t�{ 'Y'K � r�S • Z h 'a 30 .J N i U _ ji 451 {�` •' •• !`"ter+ `. � ��'N EK �: � �o � �' •ti int UO bfk Rl wry' '-ii�.��.� ��F��.7' 'T�--'+ ' ..,^c�y' t n 'i Z"rr f •KrtTh,. 4 M� ` b� i •��!� k � V W La u .J J od n I cf 0 W w • Z h 'a 30 .J N i U _ F'��ST'��'��0. . M� c✓L � 7� a, .�ii'u,.tr�v�>�'�^�"�yx�p' � •{ Q, mm PENN �A1 ,��re� / }•'ii �Igr{�i' � � v � �� X51 �-� {��`�,� •C •� Q fiv- �Vr gip_"'" - }',' ✓ � d ` Nib . a FF � �•� ��� . � Vis. n'>� ta,°#r ' �L cu C . Page h of 2 ��tIV�R Board of County Commissioners t t. 1801 27th Street F; Vero Beach, Florida 32960-3365 * Telephone: (772) 567-8000 FLOR►�P Fax: (772) 778-9391 E rr f PRE -SOLICITATION CONFERENCE MINUTES BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT Project No. IRC -1758 January 16, 2018 at 2:30 PM Conference Room Al -303 The following.meeting notes setforth our understanding of the discussions and decisions made at the subject meeting. Any questions, additions, or comments regarding the meeting notes must be received no later than Monday, January 22, 2018 at 8: 00 AM. PROJECT NAME Blue Cypress Lake Road Culvert Replacement BID NUMBER 2018033 INTRODUCTIONS/SIGN IN SHEET This is a Pre -Solicitation Conference; Attendance at this conference by all bidders is MANDATORY. Bidders must sign in before 2:30 PM to receive credit for attending. CONTRACT DETAILS Bid Opening: Wednesday, January 24, 2018 at 2:00 PM Contract Time: 30 days to substantial completion 60 days to final completion Engineer's Estimate $166,514.40 (Includes Force Account) - Liquidated Damages: $958.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircRov.com PROJECT OVERVIEW: The project will consist of the replacement of an existing culvert crossing Blue CypressLake Road located north of State Road 60 and east of the Florida's Turnpike. The proposed culvert will be to construct a 38"x6O ERCP including end walls. Other work will include temporary canal bypass, temporary sheet pile, earthwork, pavement replacement, maintenance of traffic, erosion control and any other incidental work required to complete the project. FAPublic Works\ENGINEERING DIVISION PROJECTSN1758 Blue Cypress lake Rd Culvert:Replacement\4-Construction\Meetings\Prt Solicitation\1758. Pre -Solicitation Conference Minutes 2018U116.doc F %Publie Works\ENGINEERING.DIVISION PROJECTS\1758 Blue. Cypress Lake Rd Culvert Replacement),4-Constntction\MeetingslPre- Solicitation\1758_Pre-Solicitation Conference Minutes 20180116.doc Page 2 of 2 UTILITIES i AT&T OTHER .ISSUES • Review and comment with questions and clarifications is extended to Monday, January 22, 2018 at 8:00 AM. • The Notice to Proceed tentative issuance is February 26, 2018. • Maintenance of Traffic: o Contractor shall submit a Maintenance of Traffic Plan to the Traffic Division for approval. o The Maintenance of Traffic Plan shall meet the FDOT Index 600, 2017 edition. o At a minimum, one-way traffic shall be available at all times. • Excavation Subsoil — to be removed and disposed of by Contractor. This material may be utilized on site if deemed suitable. DISCUSSION • A pump will need to be used to bypass the ditch on either side of the road if there is enough water to affect construction and it flowing. • A question was asked about whether one lane or two lanes of traffic should be required as part of the Maintenance of Traffic Plan. This to be addressed with Addendum No. 1. • The Maintenance of Traffic Plan must be submitted prior to construction. • Concerns were made for providing an itemized cost proposal. F %Publie Works\ENGINEERING.DIVISION PROJECTS\1758 Blue. Cypress Lake Rd Culvert Replacement),4-Constntction\MeetingslPre- Solicitation\1758_Pre-Solicitation Conference Minutes 20180116.doc Date: January 22, 2018 Project Name: Slue Cypress Lake Road Culvert Replacement, IRC -1758 RFP Number: 2018033 RFP Opening Date: January 24.2018 at 2:00 p.m. This addendum is released to answer the final question received. All information provided is hereby incorporated into the RFP documents. The following question was asked: 1. Question: Will the EOR consider allowing the culvert to be installed in the wet? This will save both time and money. Answer: No. Contractor to install culvert per.design plans. *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement page with your Proposal************ Company Name Hinterland Group, Inc. Name• Daniel Duke, III Title: President (Type/ Printed) Authorized Signature: Date: 01/23/2018 Telephone: 561-640-3503 Email: info@hinteriandgrouo.com Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 copy Request for Proposals Project Name: 74th Avenue & 1st Street SW Culvert Replacement IRC -1737 RFP #: 2018024 RFP Opening Date: January 24, 2018 RFP Opening Time: 2:00 P.M. All submittals must be received by the Purchasing Division..1800 27th Street, Vero Beach, Florida 32960 prior to the date and time shown above. Late submittals will not be accepted or considered. i PLEASE SUBMIT (1) ONE MARKED ORIGINAL AND THREE (3) COPIES OF YOUR PROPOSAL. Refer All Questions to: Jennifer Hyde, Purchasing Manager Phone: (772) 226-1575. Email: purchasing@ircgov.com Page 1 of 14 RFP IRC1737-74th Ave and 1st Street SW REQUEST FOR PROPOSALS Notice is hereby given that the Indian River County Board of County Commissioners is requesting proposals from qualified firms for Indian River County RFP # 2018024 74th Avenue SW & 1st Street SW Culvert Replacement IRC -1737 Detailed specifications for the above referenced RFP are available from www.demandstar.com or by contacting the. Indian River County Purchasing Division at (T7-2)-226-1416 or Email: purchasing@ircgov.com. All submittals must be received by the Purchasing Division, 1800 27th Street, .Building B, Vero Beach, Florida 32960 before 2:00 P.m. Wednesday, January 24, 2018. Late submittals will not be accepted or considered. A MANDATORY Pre -Solicitation Conference will be held on Tuesday, Januarv.16, 2018 at 2:00 P.M. in the first -floor Conference Room No. Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PROPOSERS IS REQUIRED, The Board of County Commissioners reserves the right to accept or reject any and all proposals in whole or in part and to waive any technicality or irregularity. Publish: For Publication in the Indian River Press Journal Date: Sunday, December 31, 2017 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Page 2 of 14 PURCHASING MANAGER INDIAN RIVER COUNTY _RFP_IRC1737-74th Ave and 1st Street SW Scope of Services 1. INTRODUCTION The project will consist of the replacement of an existing culvert at the intersection of 74th Avenue SW and 1st Street SW, in the Indian River Farms Water Control District Sub -Lateral C and C-2 Canals. The proposed pipe will be a 120" Corrugated Steel Pipe (CSP). RipRap-Rubble will be added as a liner to the pipe ends and also as a ditch liner. Guardrail will be added on both sides of the road adjacent to the proposed work. Other work will include temporary canal bypass, temporary sheet pile, earthwork, maintenance of traffic, erosion control and any other Incidental work required to complete the project. Project plans are enclosed. A MANDATORY Pre -Solicitation Conference will be held on Tuesday, January 16, 2018 at 2:00 P.M: in the first - floor Conference Room No. Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PROPOSERS IS REQUIRED. Page 3 of 14 RFP IRC1737-74th Ave and 1st Street SW Proposal Instructions Proposers shall submit the following: Information to Be Submitted: Submit one marked original and three (3) copies (cover says five copies). Submittals must include and are requested to be organized as follows: a. A history of the firm and a description of the range of services offered by the firm. b. Summaries or biographies of the required Superintendent that will be assigned to the County. Include name, background, special skills, number of years with the firm and years of experience. Identify the firm's representative assigned to manage the County's project. c. A detailed description of the Contractor's approach for successful completion of services such as those described within this RFP. d. Provide a projected timeline/schedule with the Proposer's methodology. e. Cost proposal. f. References from the organizations your firm has provided the similar services for In the last five years. Please provide contact name, phone number, email address and project name. g. Sworn statement on Disclosure of Relationships as per Section 105.08 of the Indian River County Code. .Method of Selection: The County shall convene a Selection Review Committee of which the responsibility shall be as follows: a. Independently evaluate each Submittal. b. independently rank each Submittal for meeting minimum qualifications in order of preference. c. Asa "committee of the whole", develop a combined ranking order of all Submittals meeting minimum qualifications. The ranking of firms shall be done in the following manner: 1. Each member of the evaluation committee shall evaluate each firm by assigning a number of points for each criterion and then totaling the number of points for all criteria. Each committee member shall then rank the firms on the basis of the total number of points received for all criteria, with the firm receiving the most points being ranked # 1. 2. The rankings received by each firm from all committee members shall then be totaled and divided by the number of committee members, to produce an average ranking. 3. The firm receiving the lowest average ranking (i.e. closest to # 1) shall be ranked the # 1 firm, and the process repeated until all firms have been ranked according to their average ranking. In the event of a tie, the ranking of tied firms shall be determined by a comparison of the total number of points received by each firm from all committee members. The Review Committee may discuss their reasons for their individual rankings and members _revise their, rankings accordingly until the committee is satisfied with the rankings. 4. After interviews (if interviews are held), and based upon Information learned during the interviews, each committee member may change his or her ranking of firms. The evaluation process shall continue until the evaluation committee declares the rankings final. d. The County may, solely at its own option, seek additional Submittals with this or a similar Submittal in the event the County, solely at its own option, determines that the quantity and/or quality of Submittals received is insufficient to meet the County's needs and/or that award of a contract arising from this RFP would not be in the public interest. e. The Committee shall forward its recommendations in accordance with the ranking to the Indian River County Board of County Commissioners, which shall, at its sole option, authorize negotiations of a contract pursuant to the requirements of Florida law. Page 4of14 —RFP—IRC1737-74th Ave and 1st Street SW f. The Indian River County Board of County Commissioners possesses sole authority to award a contract for the services sought herein: Initial Rankina Criteria: �j NO ,all V�iiliE f! 'IN, E: W 1. Firm qualifications/capabilities and similar projects 15 2. Staff qualifications is 3. Approach 10 4. Proposed Timeline (Project Completion) is 5. Cost Proposal 35 6. References 10 TOTAL 100 Page 5 of 14 RFP IRC1737-74th Ave and 1st Street SW General Instructions Cone of Silence. Potential respondents and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize ranking and/or award. Such communication may result in disqualification. Sealed Submittals and Envelope Markings: All proposals shall be submitted in a sealed envelope. The outside of the envelope shall be clearly marked with the Submitter's Name and Return Address, Proposal #, Title, Date of opening, and Time of Opening. Opening Location: Submittals must be received by the Purchasing Division at 1800 27`h Street, Vero Beach, FL 32960, on or before the closing hour and date. listed in the Request for Proposals. Submittals received after the stated time and date will not be considered. Submission: Submit one marked original and five (5) copies of your proposal. All proposals must be signed with the legal Firm name by an Officer or employee having authority to bind the company or firm by his / her signature. Confidential or Trade Secret Information: Proposals submitted in response to this request are public records. Pursuant to section 119.071, Florida Statutes, any financial statement that the County requires a prospective bidder to submit in order to prequalify for bidding or for responding to a proposal for a public works project is exempt from the Public Records Law. Therefore; any financial statement that you submit that you wish to remain confidential shall be submitted in a sealed opaque envelope and marked "Confidential Financial Statement Enclosed." Trade secret information must be clearly identified as instructed per section 812.081(1)(c), Florida Statutes. Proposers are requested to specifically identify any information contained in their proposals which they consider confidential as a trade secret and which they believe to be exempt from disclosure. You must cite to the specific facts that demonstrate that such information is exempt as a trade secret under the applicable law. Any Proposer marking, labeling or declaring their entire proposal"Confidential and Proprietary" may be disqualified. By submission of a response to this RFP the responder agrees to indemnify and hold the County and its commissioners, officers, employees and agents harmless should any information marked as confidential and/or proprietary knowingly or unknowingly be released as the result of a public records request or if any information marked as confidential and/or proprietary is not released as a result of a public records request. Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful vendor and will be filled out by the County. Indemnification: The Proposer shall defend, indemnify and hold harmless the County and its commissioners, officers, employees and agents, from any and all losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or breach of applicable law by the vendor, or its employees, agents, subcontractors, or other persons or entities performing work under the contract. Public Access: The Proposer shall comply with Florida's Public Records Law in accordance with the provisions of Chapter 119, Florida. Statutes. Specifically, the Proposer shall keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. The Proposer shall provide the Page 6 of 14 RFP IRC1737-74th Ave and 1st Street SW public with access to'public records on the same terms and conditions that the County would provide the records at a cost that does not exceed the costs provided in Chapter 119 or as otherwise provided by law. The Proposer shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. The Proposer shall meet all requirements for retaining public records and transfer, at no cost, to the County, all public records in possession of the Proposer upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exemptfrom public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Submitters are hereby notified that 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 bid, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit a bid, proposal, or reply on a. contract with a public entity for the construction or repair of a public building or public work; may not submit •bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,000] for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion; racketeering, conspiracy, or material misrepresentation. Suspension and Debarment. Indian River County will not make award to parties listed ori the government -wide exclusions in the System for Award Management (SAM). The bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to Include a provision requiring such compliance in its lower tier covered transactions. Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator through the office of the County Attorney. Local Preference: Indian River County has no local ordinance or preferences, as described in Florida Statutes section 255.0991(2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. Energy Policy and Conservation Act —The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Page 7 of 14 RFP IRC1737-74th Ave and 1st Street SW Regulations: It shall be the responsibility of the submitter to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. interpretations: No oral interpretations will be made to any submitter as to the meaning of the request for proposal documents. Every request for such an interpretation shall be made in writing, addressed and forwarded to Indian River County (purchasing@ircgov.com) ten (10) or more days before the date fixed for opening of the proposals. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to submitters will be In the form of an Addendum, which If issued, will be sent promptly as is practical to all persons to whom RFP documents have been issued. All such Addenda shall become part of the RFP documents. Further, it shall be the responsibility of each submitter, prior to submitting their response, to contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to make such addenda a part of their submittal. Direct Purchase: Indian River County reserves the option to purchase certain tangible materials necessary for the performance of the Contract, and thereby save the amount of the sales tax thereon by virtue of the Owner's status as a Tax Exempt Institution. For the purpose of these procedures, the Contractor will assign to the County any rights the Contractor may have under quotes, contracts or commitments received from the particular vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order and after confirmation of completed delivery and acceptance, will be deducted from the. Contractor's Contract price via Change Order. Permits, Impact and Inspection Fees. In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted proposer. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Proposer shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in their cost proposal. Applicable Law and Venue: This solicitation, its resulting agreement and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated in this solicitation and any resulting agreement. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. Conflict of Interest:. Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee. The relationship with a County Commissioner or a County Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father -In-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a County approved form. Failure to submit the form will be cause for rejection of the bid or proposal. Page 8 of 14 f i. i RFP IRC1737-74th Ave and 1st Street SW Cancellation: It is the intention of Indian River County to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service. Any failure of the supplier to satisfy the requirements of the County shall be reason for termination of the award. Errors: When an error is made in the extension of generating total prices or in any other process of completing the proposal, the original unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the proposal otherwise, will not relieve the proposer. Right to Protest: Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive selection process may protest to the Purchasing Manager. The protest shall be submitted to the Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest.. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County Attorney. Awards: The County reserves the right to cancel the solicitation, reject any and all proposals or waive any irregularity or technicality in submittals received. The County reserves the right to not make any award(s) under this solicitation. Termination by the County. The County reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the Contractor fails to abide by or fulfill any of the terms and conditions of the contract. The County also reserves the right to terminate this contract for convenience of the County and / or with or without cause. Compliance with Laws and Regulations: Submitter agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by this solicitation and any resulting agreement, and any provisions required thereby to be Included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts. Insurance: The Selected Firm shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the County. Firm's insurance shall be primary. The County shall be named as an additional insured for both General Liability and Automobile Liability. The awarded firm shall maintain the following limits of insurance during the term duration of this agreement. General Liability Each Occurrence $500,000 Fire Damage -any one fire $50,000 Medical Expenses -any one person $5,000 Personal and Advertising Injury $500,000 - General Aggregate $500,000 Combined Single Limit $500,000 Automobile Liability—Combined Single Limit $500,000 Worker's Compensation as required by the State of Florida Each accident $100,000 Page 9 of 14 RFP IRC1737-74th Ave and 1st Street SW Each Disease — Each employee $100,000 Each disease — policy limit $500,000 Professional Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate combined single limit $5,000 maximum deductible per claim The policy shall cover the firm, all employees, and/or volunteers, and all Independent, contractors, subcontractors and professional contractual persons hired or retained by contractor. All above insurance policies shall be placed with insurers with a Best's rating of no'less than ANIL The insurer chosen shall also be licensed to do business in, Florida. The insurance policies procured shall be "Claims Made" policies or as generally available on the open insurance market. The Insurance Carriers shall supply Certificates of Insurance evidencing such coverage to the Indian River County Risk Management Department prior to the execution of this Agreement. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate. Indian River County reserves the right to accept or reject any or all proposals In whole or in part and waive all. any technicality or irregularity. Page 10 of 14 RFP IRC1737-74th Ave and 1st Street SW PROPOSAL PRICING — RFP # 2018024 74th Avenue & 1St Street SW Culvert Replacement IRC -1737 Proposer submits the following price for the work described in this solicitation: ``WW -r•alk ;� �: �YlT:xn:. 74th Avenue SW at 11t Street SW Culvert Replacement $ 222,275.00 Price proposal in words: Two Hundred Twenty -Two Thousand Two -Hundred Seventy -Five Dollars an ero Cents The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and.attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Hinterland Group, Inc. Name of Firm Authorize nature Daniel Duke, III - President Title 01/23/2018 Date Signed .' •dO�BOj'`''. y' 900? '9Z eunr Ib3S 06W) °J10 PU_...�`�• 901 SW Martin Downs Blvd Address Palm City, FL 34990 City, State, Zip Code L 561 ) 640 - 3503 Phone info@hinteriandgroup.com E-mail Page 11 of 14 4 RFP 1RC1737-74th Ave and 1st Street SW SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018024 for 70 Avenue SW 8i 1St Street SW Culvert Replacement 2. This sworn statement is submitted by: Hinterland Group. Inc, (Name of entity submitting Statement) whose business address is: 901 SW, Martin Downs Blvd, Palm City, FL 34990 and its Federal Employer Identification Number (FEIN) is 20-5156844 3. My name is Daniel Duke, III - President (Please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece,. husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister; grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, .partners, shareholders, employees, -members, or agents who are active in management of the Page 12 of 14 RFP IRC1737-74th Ave and 1st Street SW entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate or entity N/A Name of County Commissioner or employee Relationship ignature Daniel Duke, III -President. January 23, 2018 (Date) STATE OF Florida COUNTY OF Martin The foregoing instrument was acknowledged before me this 23 day of January , 20 18 , by _ Daniel Duke III , who is ersonally know" now to me or who has produced as identification. NOTARY PU �40VN Notdry Public State of FWde SIGN: Jay a 8181® My Commlolon GG 121032 Expires10129*021 PRINT- Notary Public, State at large My Commission Expires: (Seal) Page 13 of 14 RFP IRC1737-74th Ave and 1st Street SW CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (This form MUST be submitted with each bid or offer exceeding-$ 100,000) the undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee. of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was, _ made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Hinterland Group, Inc. certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 ply to this certification and disclosure, if any. Signature of co ctor's ut fficial Daniel Duke . III - President Name and Title of Contractor's Authorized Official 01/23/2018 Date Page 14 of 14 =GROUP: .Indian River County 741 Avenue SW and 1st Street SW Culvert Replacement IRC -1737, Bid No 2018024 Proposed Sequence of Construction 1. Preconstmetion meeting with Indian River County and other necessary jurisdictions. 2. Obtain necessary permits 3. Call in utility Locates and verify site conditions 4. Submit shop drawings and obtain approvals. on all materials, and order materials. 5. Mobilize to site once all materials are available. 6. Install erosion control as needed. 7. Setup MOT to close road. 8. Install Cofferdams in areas shown on plans and setup dewatering/bypass pumps as shown. 9. Excavate and remove existing culvert pipe and headwalls, including all dewatering setup, trenching, shoring, sheet pile, etc. 10. Install new culvert pipe and bring fill back to grade, compacting and testing as needed 11. Regrade Canal around outfall pipe, install concrete rip rap and new sod. 12. Install Guardrail on banks of culvert. 13. Remove cofferdams and restore water flow. 14. Grade and restore roadway 15. Perform all final restoration and perform site walk through. 16. Closeout any necessary permits, contract documents and complete punchlist for final walls. 992 W. 15TH ST, RmURA BBAcH. FL 33404 86141AK 3503 OFFICE 561-640'3504 FAX CGC 1820354 CUC 1224834 CBC 1255077 EC 130036/5 Page 1 of 2 Indian River County Purchasing Division q 1800 27th Street Vero Beach, FL 32960�'LORIpA Phone (772) 226-1416 ADDENDUM NO. 1 Date: January 18, 2017 Project Name: 74th Avenue SW and 1St Street SW Culvert Replacement (IRC -1737) Bid Number: 2018024 Bid Opening Date: Wednesday, January 24, 2018 at 2:00 p.m. This addendum is released to provide the minutes and sign in sheet from the Mandatory Pre -Solicitation Conference. All information provided herein is hereby incorporated into the request for proposal documents. 1. Cost Proposals will NO longer be Lump Sum. Replace the Proposal Pricing Form on page 11 of the RFP with the attached "Itemized Cost Proposal Form". 2. Request for payment for stored materials MUST be accompanied by a paid invoice. 3. Maintenance of Traffic Plan to be prepared by an, individual that is FDOT certified to prepare Maintenance of Traffic Plans. At minimum, one (1) lane of traffic must be open at any given time with the appropriate lane closure measures In place per FDOT Index 600 series. Two (2) lanes of traffic are expected to be opened for the majority of the construction schedule. 4. The 120" steel pipe will meet the FDOT Spec 943 (8 gauge 5"x1" or 3"x1" corrugated). 5. Construction activities over Florida Gas Transmission line must adhere to Florida Gas Transmission standards which can be received from Joseph Sanchez (407) 838-7171 or Russell Maclees (772) 216-7612. Attachments: Itemized Cost Proposal. Pre -Solicitation Conference Minutes Pre -Solicitation Conference Sign -In Sheet IRFWCD Permit # 17-33 F:\Public Works\ENGINEERING DIVISION PROJECTS\1737 74th Ave and ist SW Culvert Replacement\1-Admin\Bid Documents\Addendums\1737 Addendum_20180116 v2.docx Bid Number 2018024 Addendum No. 1 Page 2 of 2 *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package ************ Company Name Hinterland Group, Inc. Name: Daniel Duke, III Title: President (Type / Printed) 01/23/2018 Authorized Signature: Date: Telephone• 561-640-3503 Email• info@hinteriandgroup.com ITEMIZED COST PROPOSAL 1-17=18 PROJECT NAME: BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT PROJECT NO: IRC -1758, BID NO. 2018033 BIDDER'S NAME: Hinterland Group, Inc. tem N "Descrl tion• �::.� - .. , ,. ����� A t .= ,- .. m �, .� �; ..,, ; w. nit;�.�Quantl_ :, rntaPrice. � . .Q..nk • . 101-1 MOBILIZATION LS 1 $ . 7,500.00 $ 7,500.00 $ 6,000.00 $ 6,000.00 102-1 MAINTENANCE OF TRAFFIC LS . 1 $ 3,500.00 $ 3,500.00 104-1 EROSION AND WATER POLLUTION CONTROL LS 1 $ 4,000.00 $ 4,000.00 110-1-1 CLEARING & GRUBBING LS 1 $ 110.00 $ 5,500.00 M1 12" ASPHALT MILLINGS SY 50 $ 85.00 $ 5,100.00 334-1-13 2" SP -12.5 SUPERPAVE ASPHALTIC CONCRETE SY 60 $ 280.00 $ 2,800.00 121-70 NON-EXCAVATABLE FLOWABLE FILL 125 PSI CY 10 $ 15,000.00 $ 30,000.00 400-4-2 CONCRETE, CLASS IV END WALLS EA 2 $ 600.00 $ 28,800.00 430-175-248 PIPE CULVERT OTHER SHAP5 - ELIP/ARCH, 38"x60 RCP LF 48 $ 120.00 $ 7,200.00 455-133-2 SHEET PILE - STEEL, TEMPORARY AS NEEDED LF .60 BY PASS PUMP AND ASSOCIATED FITTINGS/HOSES, 12" $ 120.00 $ 3,600.00 *P-1 MINIMUM DAY 30 SUB -TOTAL $ 1o"0o0.00 FORCE ACCOUNT $72,000.00 TOTAL PROJECT PROPOSAL (INCLUDING FORCE ACCOUNT) $ 176,000.00 BLUE CYPRESS LAKE ROAD CULVERT REPLACEMENT TOTAL TOTAL PROJECT COST PROPOSAL IN WORDS One Hundred Seventy -Six Thousand Dollars *P-1 THIS ITEM IS ONLY TO BE USED AT THE DIRECTION OF COUNTY PROJECT MANAGER NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED COST PROPOSAL THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum SY=Square Yard CY=Cubic Yard Ea=Each LF=Linear Foot 1 F.\Public WorksIENGINEERING DIVISION PROJECTS\1756 Blue Cypress Lake Rd Culvert Replacemen0l-AdminUd DocumentsUtemized Cost Proposal IRC No 1758 20180117 The undersigned hereby certifies that they have .read.. and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Hinterland Group, Inc. 901 SW Martin Downs Blvd Name of FirmAddress /�7 Palm City, Ft_ 33490 Authorized?gna u City, State, Zip Code Daniel Duke, III - President ( 561 ) 640 _ 3503 Title Phone 01/23/2018 info@hinterlandgroup.com bate Signed E-mail A310 - 2090 Bid Bond C N R,V,70 - SIFEN., This document has important legal Hinterland Group, Inc: Berkley Insurance Company consequences. Consultation with an q 475 Steamboat Road attorney is encouraged with respect to its Greenwich, CT 06B30 completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Indian River County '1800 27th Street, Vero Beach, Florida 32960 WNDAM LKr.$ Five Percent of Bid Amount (5%) PFU Ec.'r: Blue Cypress Lake Road Culvert Replacement IRC -1758 2018033 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Conuxtetor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond ate such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in die prosecution thereof; or (2) pays to die Owner the difference, not to exceed the amount of tis Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain die Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Bond has been finmished to comply with a statutory or other legal requirement in the location of the Project, any provision '81$11611111111"" this Bond conflicting %vith said statutory or legal requirement shall be deemed deleted hercfrom and provisions confornthtg to sue111o`` Ad G r . statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall bo$' 4\ • •' " construed as a statutory bond and not as a common Iaw bond. . c: GpRPOF. Signed mid seated this 22 day of January 2018 _' _ : SEA' Hinterland Group, Inc. June 2. pincpao 0001 (II'ilnesrJ '.,r 0 (tom) Berkley Insurance Company (S-0 Daniel F. Wagner �� attorney in fact No. BI -1017.9 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully, 7d , KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly h organized and existing under the laws of the State of Delaware, having its principal -office in Greenwich, CT, has made, constituted T; and appointed, and does by these presents make, constitute and appoint: Daniel F. Wagner of Wagner Bonding & Insurance, Inc. .0 •5 of Lakeland, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to .execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that ?) ° no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own ti proper persons. N This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of. Attorney is granted pursuant to the following •,3 resolutions which were duly and validly adopted at a meeting of the Board" of Directors of the Company held on January 25, 2010: . ° RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief L c Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein 14. o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the y it corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such o attorney-in-fact and revoke any power of attorney previously granted; and further ^n c RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and further 0 ou RESOLVED, that the signature"of any authorized officer and the seal of the Company may be affixed by facsimile to any Q power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 0 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any •_ person or persons "who shall have been such officer or officers of the Company, notwithstanding the fact that they may have a ceased to be such at the time when such instruments shall be issued. :Z IN WITNESS WHEREOF, the Compsy has ca ed these presents to be signed and attested by its appropriate officers and its o corporate seal hereunto affixed this ay of G���f , 2015. c oo U ° Attest: Berkley Insurance Company L CZ J♦ (Sea!) By i By Isim derma a Hafter o Senior Vice President & Secretary Se for Vice President zWA RNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. . o w N r STATE OF CONNECTICUT) ss: L o COUNTY OF FAIRFIELD ) 1� X, Sworn to before me, a Notary Public in the State of Connecticut, this: x� day of 20 , Ira S. Lederman and Jeffrey M. Hafter who are sworn tome to be the Senior Vice President and Sec et and a Senior Vic re dent, respectively, of Berkley Insurance Company. MARIA C. RUNDBAKEN NOTARY PUBLIC Mt OL MY COMMISSION EXPIRES Notary Public, State of/Connecticut ' APRIL 30, 2019 Z CERTIFICATE z � 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded r and that the authority of the Attomey-in-Fact set forth_ therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this I2 day of J U ill (Seal) Andrew Tum r `� CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 01/27/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES. NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder 16 lieu of such endorsement(s). PRODUCER - - South Shore Insurance Inc. 901 SW Martin Downs Blvd Palm City FL 34990 CONTACT ,Jennie Duke PHONE 772 426-9973 FAx 772 221-1960 Ate 110MAIL envie southshore-insurance.com INSURER(Sl AFFORDING COVERAGE NAIC INSURE A • United States Fire Insurance Company 21113 INSURED Hinterland Group Inc. 992 W. 15th Street Riviera Beach, FL 33404 INSU E B • North River Insurance Company 21105 INSURER C • AGCS Marine Insurance Company 22837 INSURERD• INSURER INSURER F: Cr1VFRAr:FS CERTIFICATE NUMRFR- REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SU8 OUCY NUMB R POLICY EFFMMInnry POLICY EXP LIMITS B X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Fx 1 OCCUR EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $ 56,000 MED EXP (Any oneperson) $ 5,000 X XCU Coverage Included Y Y 543-998915-1 01/31/2017 01/31/2018 PERSONAL A ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. POLICY ROJEIT LOC GENERAL AGGREGATE $2,000,000 PRODUCTS -COMPIOPAGG $2,000,000 $ OTHER: AUTOMOBILE LIABILITY E.CDMBINEDSINGLELIMIT $1,000,000 BODILY INJURY (Per person) $ A XANYAUTO BODILY INJURY (Per accident) $ AALL UTOS OWNED SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS Y Y 133-740178-2 01/31/2017 01/31/2018 PROPERTY DAMAGE $ (Par nedd,ntl S X UMBRELLALIAB X OCCUR EACH OCCURRENCE $4,000,000 AGGREGATE B EXCESS LIAS CLAIMS -MADE 5821069842 01/3112017 01/3112018 DED R $ B S COMPENSATION WORKERTuTF AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y I N OFFICERIMEMBER EXCLUDED? Y (Mandatory In NH) NIA Y 408-730540-5 01/3112017 01/31/2018 X PER OTH- TA FR EL, EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000.000 Ifes, describe under CRIPTIONOFOPE T NS below E.L. DISEASE -POLICY LIMIT $1,000,000 C Inland Marine MZJ930T5677 01/31/2017 01131/20`18 Rented/Leased Equi $300,000 DESCRIPTION OF OPERATIONS /LOCATIONS [VEHICLES ("CORD 101, Additional Remarks Schedule, may be -attached if more apace is required) Should any of theabove policies be cancelled before the expiration date thereof, the issuing Insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. Certificate holder is listed as an additional insured only if required by written.contract/agreement with the insured executed prior to accident or loss. A Waiver of Subrogation is provided only if required by written contractla reement with the insured executed prior to accident or loss, CFRTIFICATF FIOLDFR CANCELLATION FOR BIDDING PURPOSES ONLY SHOULD ANY OF THE ABOVE DESCRIBED -POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED_ REPRESENTATIVE <JND> ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD October 10, 2017 Re; Hinterland Group, Inc. To whom it may concern, We are -the bonding agent for Hinterland Group, Inc. They are bonded by Berkley Insurance Company, an "AXV" rated surety in the AM Best Guide. Hinterland Group, Inc. has an excellent reputation in the community and we have not had a problem on any bonded work. While each project is approved on its own merits, Hinterland Group, Inc. has the ability to bond single projects in excess of $10,000,000 with an aggregate limit of $25,000,000. Currently Hinterland Group, Inc. has over $16,000,000 bonding available. We welcome the opportunity to execute the necessary bonds provided they meet the current underwriting guidelines and the provisions are acceptable to both Hinterland Group, Inc. and Berkley Insurance Company . Should you have any questions or concerns, please do not hesitate to call. State0 Florida Department of State I certify from the records of this office that HINTERLAND GROUP INC. is a corporation organized under the laws of the State of Florida, filed on June 26, 2006. The document number of this corporation is P06000086423. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report. was filed on April 12, 2017, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Garen wider my land and the Great Seat of the State of Florida at Tallahassee, the Capital, this the First dq ofAwgitst, 2017 1E Secretatyt of State Tracking Number: CU3192945427 To authenticate this certificate,visit the following site;epter this number, and then follow the instructions displayed. https://services.sunb iz.o rg/Filings/Ce rti ric.iteOfsta tus[CertircateAuth entication 1 c AA �acacmerr of Sra;e /.yv�sun of CorYo:aaons 1 Sxanh �=cuCs % pata�: 0•r �ocwnenl e.mce� ! Detail by Entity Name Florida Profit Corporation HINTERLAND GROUP INC_ Filing Information Document Number P06000086423 FEIlEiN Number 20-5156844 ' Oats Filed 06/26/2006 State FL Status ACTIVE Princloal Address 992 W. 15TH STREET RIVIERA BEACH, FL 33404 Changed: 11/2012015 , Mailino Address 992W 15TH STREET RIVIERA BEACH; FL 33404 Changed: 11/2012015 Registered Agent Name & Address DUKE, DANIEL A, III 992 W. 15TH STREET RIVIERA BEACH, FL 33404 Name Changed: 04/09/2013 Address Changed: 11/2012015 OfliceHOirector Detail Name & Address Title PSTO DUKE, DANIELA, III 992 W. 15TH STREET RIVIERA BEACH, FL 33404 Annual Resorts Report Year Filed Date 2015 01123/2015 1 I Ltp://search.st!nbi?.or'/Inqu'try/Corporatic�nSearch/Sear''hRcsultDetai1?inquirVtyrpe-Entity _.: Y i' Q_j4 i It"1J -ANNUAL REPORT Vlewijoage lnPOF frrat ' O4.r9rzO 13 -Rea. AgeFll .Ram Naw finege m POF tomcat _ CAMO <J12 -ANNUAL P.EPO-6-1 Mew Image n POF format . OV17fZQIf ANNUALREPORIll MOW Image St POF Wnw gVlS/2010 - ANNUAL REPORT M" tmage fi POF totmat i. 0419/1009 -ANNUAL REPORT Vtew image In POF format Q11 Ot20O8 -ANNW& REPORT VbSw Image Gt POF forma( 01Nar2007 -ANNUAL REPORT Mew"* to POF kmto 082812000 - 0=24or PrMtt i `"`^ hnoye in POF (Cmat htt}i: h�zir�h.stcn��iz..nrni7nt�ufr} Ct�lp�ratic�nS�1►chrSearc:hResultDnaiPinquir}t>p:-Entity i:y'?Ol STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD, (850) 487-1395 2601 BLAIR STONE ROAD ; TALLAHASSEE FL 32399-0783 DUKE, DANIEL AMOS III HINTERLAND GROUP INC 992 W 15TH STREET RIVIERA BEACH FL 33404 Congratulations! With this license you become one of the nearly one= Floridians licensed by the Department of Business and Professional Regulation.. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myhoridalicanse.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Deparfinent's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new licensel ................. :. STi4 OF, PRC CGG1,520""354 'ts• DETACH HERE RICK SCOTT, GOVERNOR STATE. OF �LOk IDA DEPARTMENT OFJBUSINESS..A _ PROFESSlONP ,. GONSTRUCTIQI+ INDUSTRY LiGENSING: E :. The GENERAL CONTRACTOR Narned�beio�ti. IS CERTIFIED _ '``� L1hdef."the_Prvltlsid6i of`Ghapter 489 FS, Expiration date: AUG'31, 2018Ulry ESS AND TION 725/2016 • rte— �:�:y.r,�r-� 11TJIOS�i "�;_ - R4�4�, �der the, prdv.isions of Ch 499 FS. �.20fQ. 11607250001029 `= &' x y o , h o OI�KE, DANIEL 41 � HINTERLAIJD GROUP [ 'G f., _ 992' W 15TH STREET -':i:: �. I RIVIERA BEACH -7 - (. !, 1 4' p �;s1iFn n70rV) 1R nigpi av ac RFni uai=n QV r fllnr ��� a Cnv�ennn.n�n I 1Ie St„ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION. ' CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395. 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 _. DUKE, DANIELAMOS III HINTERLAND GROUP INC 992 W 15TH STREET RIVIERA BEACH FL 33404 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and _..: -s. Professional Regulation. Our professionals and businesses range STATE;_OF;,FL6.61.6 �,,; f, from architects to yacht brokers, from boxers to barbeque y ,'DEPARkT.k W,�BUSINESS AND' ; restaurants, and they keep Florida's economy strong. P`ROFF �J=GULATIOIV "' E1101224ti34 �Q7/24/20. Every day we worts to improve the way we do business in order ,_ to serve you better. For information about our services, pleasesr to onEowwrinyftoridaticense.com. There you can find more; - CERTUNDERC� infvrormation about our divisions and the regulations, that Impact F DtAt DANIEL� -4r S.• you, subscribe subscribe to department newsletters and learn more about , the Department's initiatives. x `. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can LS CERTIFIED. under (he-:prgyis.ions'of .0-�;44._Fs_... m;< serve your customers. Thank you for doing business in Florida, and congratulations on your new license! aevonaz Ruts�i,2018 L1607AObQ?334 A `='.T'., DETACH HERE RICK SCO Tt GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT:OF-BUSINPSS.AND PROPESSiONAL,REGULATION CONSTRUCTl0�1,1NDUSTRY2tdENSING BOARb � Thi UNDERGROUND;.UTJLITY & EXCAVATION GO Named:beioyvISGERTIFIED..-. , xt �g Under the provis�o�s of;Ghapter 489 FS. ;,,; Expiration date: AUG M 2018 - - * 4 44, cc 4 ❑� DUKEw'DANIEC.AMOS'111 HtNT,ERlAND-GRO-UP 1 ' 932 W I TFI..STREET.e ' RIVIERA BEP,CI i 4" , ... - :M - �a AN WM 1ssuED 07/2412016 DISPLAY AS REQUIRED BYLAW SEo # L1607240002334 STATE OF FLORIDA. 4 DEPARTMENT OF, BUSINESS AND PROFESSIONAL REGULATION, ELECTRICAL CONTRACTORS LICENSING BOARD 850 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 fi BREIG, CHARLES J HINTERLAND GROUP INC 5580 SR 524 COCOA FL 32926 Congratulations! With this license you become one of the nearly hiz"•�•�• �����a•-'=' �='' �••-T�'�?�===-�"a°-••-4�=�.k=,==�=.5--�•�h�:``�::�Nq one million Floridians licensed by the Department of Business and1S Professional Regulation. Our professionals and businesses range STATE•:OF FLORMA. from architects to yacht broker, from boxers to barbeque g +��r ' ep: restaurants, and the Bee Florida's economy strong. r D` ART>trl 'QF $C1S1€SS AND Y p Y 9 .. PRQFI=SSSG.UL ATIOht � i >' "tea-� _f Every day we work to Improve the waywe do business in order F5 E�;1:300364 SS. "QS/11'12016 . ; to serve you better. For information about our services, please '- ��.�•-�1 , tog onto www.myfforidalicense.com. There you can find more GER fJFIED ELE #tICAI G I A��IOR f information about our divisions and the regulations that impact , BREIG,;GHA[�LES you, subscribe to department newsletters and learn more about r l{ItJTEEt! AND GRt�UE' the Department's initiatives ' c T`, Our mission at the Department is: License Efficiently, Regulate '.. Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, s} ' ?�! Auer^,zoos=ne pr.ovt�lons o[ C �Ba�nsg and congratulations on your new license. j DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF t3U.SINESSAND PROFESSIONAL REGULATION _ - - ELEGTRIOAI..CC3�{iTRAGTORS'R(CEtdSINrG'BOARD i - 55 01�m Tt1eC€GTRlCACOITR;4CTQP,r , -�� - - hlartied fielo'i5RTIFiED_ Under,he:prgyislon, of.Chapter489FS- Expi 460.061e: •AOG` 31,-2011a r, f � ; BREIG,.CHAF2 ES R1 � '2 H.'NTERD.GEt 7161: NvV 74TH STREETS MEDLEI( 111 issuEo 08.1 12016 DISPLAY AS REQUIRED BY LAVV SEC;. + 11608 MOJ2934 F D 9T� Florida Department of Transportation RICK SCOTT 605 Suwannee Street GOVERNOR -Tallahassee. FL 32399-0450 June 20, 2017 HINTERLAND GROUP, INC 992 w 15TH ST RIVIERA BEACH FL 33404 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: MIKE DEW' SECRETARY. The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2018. However, the new application is due 4/30/2018. In accordance with 3.33.7.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised,, you can access it by logging into the Contractor Prequali£ication Application System via the following link: HTTPS://fdotwpi.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, ELECTRICAL WORK, Water & Wastewater, Manhole Rehabilitation; Lift Stations, Pipe Lining & Pipe Desilting. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date. of. this ..certificate according to_ Section .14-22.004.1(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as s shown above and choosing "Update" instead of "View." If certification In additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience ,was gained with another contractor and that you have the necessary equipment for each additional class of work requested. .All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, r- Alan Autry, CIanager Contracts Administration Office c a 0 0 0 0 0 0 v N V' 69 F :� is c a 0 0 0 0 0 0 v N V' 69 DANIEL A. DUKE, III President - June, 2006 - Present • Over 12 years in direct development of multiple land use projects throughout Florida, currently holds Florida General Contractors License (CGC1520354), Certified Underground and Excavation Contractors License (CUC1224634), and Florida Certified Builders Contractors License (CBC1255077). Oversees daily operations and.provid6s -direct support to all personnel. DANIEL A. DUKE, JR. Operations • June, 2006 - Present Twenty -Seven years direct experience including various wastewater lift station installations, gravity and force main sewer installations. Direct daily supervision of. superintendents and skilled tabor, management of project schedules, asset management and logistics for entire company personnel and equipment fleet. CHARLIE BREIG Electrical Contractor • June, 2006 - Present • Over 40 years of commercial electrical experience through out Florida, currently holds Florida Electrical Contractors License (EC13003615) JAY B. BREIG Project Manager/Operations • May, 2008 - Present Twelve years experience in the rehabilitation and installation of wastewater structures, gravity and force main pipe installations. Conducts daily tabor briefings, safety meetings and coordinates daily labor for successful project completion. Regularly conducts project briefings with project managers and inside support personnel. CHASE R. ROGERS, E.I. Estimating Manager/Engineer • May, 2008 - Present • Degree in Civil Engineering and over 9 years experience in the rehabilitation and installation of sanitary sewer structures. Six plus years of experience working as an electrician at MNITP. Responsible for project procurement, estimating and scheduling coordination. EVELIO MILLARES Electrical Project Manager • September, 2015 - Present • Over 35 years total electrical experience, currently holds Florida Certified Electrical Contractors License (EC13005750) Electrical estimations, purchasing and on-site supervision BRETT KONCHAK CIPP Project Manager • February, 2015 - Present • Over 5 years in direct development of multiple land use projects in FloridaJnClUdin.g various gravity and force main CIPP sanitary and storm sewer installations. Direct daily supervision of CIPP project scheduling, superintendents and skilled labor. ANNE M. G A N N O N P.O 0ox 3353, West Palm Beach, FL33402-3353 ""LOCATED AT"" - I. t' CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel: (561) 355-2264 Serving Palm Bends County 992 W 15TH ST F Servingyou. RIVIERA BEACH, FL 33404 E TYPEOFBUSINESS OWNER CERTIFICATION RECEIPT WDATE PAID AMT PAID ,BILLR - 23.0051 GENERAL CONTRACTOR DUKE DMIIELAMOSIII CGC1520354 U17.610638-07114117 $99.00 1 840172822 This document Is valid only when receipted by the Tax Collectors Office. - �z STATE OF FLORIDA PALM BEACH COUNTY 2017/2018 LOCAL BUSINESS TAX RECEIPT B1-178 HINTERLAND GROUP INC LBTR Number: 201.5082364 -< HINTERLAND GROUP INC EXPIRES: SEPTEMBER 30, 2018 992 W 15TH ST RIVIERA BEACH, FL 33404 This receipt"grants the privilege of engaging in or u l (r r r l (r r I n l I l ... rlr,l managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to theif the wi view of pui ANNE M. GANNON '•>-=•-. P.O. Box 3353, West Palm Beach, FL 33402-3353 ""LOCATED AT"" - { CONSTITUTIONAL TAX COLLECTOR www.pbctax.com het: (561) 355-2264 SerirrttyPahn Beach County 992 W 15TH ST Serving you. RIVIERA BEACH, FL 33404 TYPE OF BUSINESS - - OWNER CERTIFICATION # RECEIPT #IDATE PAID AMT PAID BILL q 23-0097 UNDERGROUND UTILITY & EXCAVATION DUKE DANIEL AMOS III CUC1224634 U17.6110638-07114111T $27.50 8401x9559 This document is valid only when receipted by the Tax Collector's Office, STATE OF FLORIDA PALM BEACH COUNTY BZ 177 2017/2018 LOCAL BUSINESS TAX RECEIPT HINTERLAND GROUP INC LBTR Number: 201139576 HINTERLAND GROUP INC EXPIRES: SEPTEMBER 30, 2018 992 W 15TH ST RIVIERA BEACH, FIL 33404 This receipt grants the privilege of engaging in or r r I I t, r 111lu i llrr,rIII l managing any business profession or occupation ......... ......... -within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. - A N N E_ M . G A N N O N P.O. Bax 3353, West Palm Beach, FL 33402-3353 "LOCATED AT"" www. bct CONSTITUTIONAL TAX COLLECTOR p ax.com Tet: (561) 355-2264 992 W 15TH ST Serving Pabst Bench Conutg Serving you. RIVIERA BEACH, FL 33404 TYPE OF BUSINESS OWNER CERTIFICATION it I RECEIPTNlDATE PAID AMT PND 1 81LL # 23.0169 ELECTRICAL CONTRACTOR BREIG CHARLES J EC13003515 I U17.610538.07114117 S99D0 1 840172623 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA t PALM BEACH COUNTY 83 -177 201712018 LOCAL BUSINESS TAX RECEIPT HINTERLAND GROUP INC LBTR NURlben, 2015082363 HINTERLAND GROUP INC EXPIRES: SEPTEMBER 30, 2018 992 W 15TH ST RIVIERA BEACH, FL 33404 This receipt grants the privilege of engaging in or �r l l i u l l n l n l l l unl u l managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be opeh to the view .of the public. BREVARD COUNTY BUSINESS TAX RECEIPT 3 ACCOUNTNO 2017 � 2078GUBJECTTOCOUNTYZONINGRESTRICTIONq 885045 59 TAX RECEIPT SHOULD BE DISPLAYED ON PREMISES THE PERSON(S), OR ENTITY BELOW: BUSINESS PERIOD: October 01, 2017 - September 30, 2018 HINTERLAND GROUP INC EXPIRES: SEPTEMBER 30, 2018. 5580 STATE ROAD 524 37.00 COCOA, FL 32926 ISSUED PURSUANT AND SUBJECT TO FLORIDA STATUTES AND 8REVARD COUNTY CODE ISSUANCE Zoning Application Fee DOES NOT CERTIFY COMPLIANCE WITH ZONING OR OTHER LAWS. Building Occupancy Review Fee BUSINESS TAX RECEIPT IS SUBJECT TO REVOCATION FOR ZONING VIOLATIONS, AND / OR FAILURE Fire Prevention Fee TO MAINTAIN REGULATORY PRE -REQUISITES AS REQUIRED FOR BUSINESS CLASSIFICATION(S), OR Late Penalty SUBSEQUENT ACTIVITIES, NOTIFY TAX COLLECTOR UPON CLOSING OF BUSINESS. NSF Fee A PERMIT IS REQUIRED TO ADVERTISE (Including with signage)'GOING OUT OF BUSINESS". Transfer Fee LISA CULLEN, CFC, Brevard County Tax Collector LOCATION: P 0 Box 2500, Titusville, Florida 32781-2500 5580 HWY 524 (321) 264-6969 or (321) 633-2199 CITY OF COCOA, FL 32926 UPON A CH,,?•15E OF OWNERSHIP OR LOCATION. Melbourne Office, 1515 Same Road BUSINESS TAX RECEIPT SHOULD BNSFERRED 1 (THIN 33 DAYS. -OWNED BY: HINTERLAND GROUP INC BUSINESS CLASSIFICATIONS, DISCLAIMERS, AND RELATED FEES: 820005 590501 500050 300750 EXEMPTIONS: RECEIPT AMT HAZ WASTE GEN. SURCHARGE BUILDING CONTR. -CERTIFIED UNDERGROUND UTILITY CONTR. 0.00 Receipffee>�, <_`'"` "" '"., 37.00 Hazardous WasteFee _•' "'"Y 50.00 Zoning Application Fee 0.00 Building Occupancy Review Fee 0.00 Fire Prevention Fee 0.00 Late Penalty 0.00 NSF Fee 0.00 Transfer Fee 0.00 Paid 702-17-00000692 07/24/2017 87.00 MAIN OFFICE: 400 South St., 6th Floor, Titusville, FL 32780 BRANCH OFFICES: Merritt Island Office, 1605 N. Courtenay Pkwy Melbourne Office, 1515 Same Road Palm Bay Office, 450 Cogan Dr. SE . Titusville Office, 800 Park AVe. Indian, Harbour Beach.Oifice, 240 E.. Eau Gallie Blvd. Viera Office, 2725 Judge Fran Jamieson Way, #A108, Viera;,FL 32940 - 0.00 MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorable Ruth Pietruszewski CFC, Tax Collector 3435 S.E. Willoughby Blvd., Stuart, FL 34994 (772) 288-5604 Prev Yr $.00 Lic Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.00 $.00 Transfer $.00 TOTAL $26.25 Has satisified requirements to engage in the business, profession or occupation of CERT CONTRACTOR ADMIN OFFICE at location listed for the period beginning on the 14 Day of DECEMBER AND ENDING SEPTEMBER 30 2018 Account 2018-513-0474, Cert CGC1620354 Phone (800)402-3331 Sic No 238910 Location 901 SW MARTIN DOWNS BLVD PC 8012017 00874,0002 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC DUKE, DANIEL (QUAL) 901 SW MARTIN DOWNS BLVD PALM CITY, FL 34990 THIS FORM BECONMES.A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE. ANYONE DOING BUSINESS WITHOUT A VALID BUSINESS TAX RECEIPT IS SUBJECT TO A $250 FINE. IF NOT PAID BY SEPT, 30th, A DELINQUENT PENALTY OF 10% FOR THE ti•IONTH OF OCTOBER. PLUS A 5% PENALTYFOR EACH MONTH THEREAFTER UP TO 25%, PLUS COLLECTION COSTS WILL APPLY. NOTE A PENALTY IS IMPOSED FOR FAILURE TO KEEP THIS BUSINESS TAX RECEIPT EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorabie'Ruth Pietruszewski CFC, Tax Collector. 3485 S.E. Willoughby Blvd., Stuart, FL 34994 (772) 288-5604 Prev Yr $.00 Lic Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.0o $.00 Transfer $.00 TOTAL $26.25 Has satisified requirements to engage In the business, profession oroccupation of UNDERGROUND EXCAV ADMIN OFFICE at location listed for the period beginning on the 14 Day of. DECEMBER AND ENDING SEPTEMBER 30 2018 Account 2018-518.0475 Cert CUC1224634 Phone (800)402-3331. Sic No 0 Location 901 SW MARTIN DOWNS BLVD PC rO!�gySai�,.. 8012017 00874,0003 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC DUKE, DANIEL (QUAL) 901 SW MARTIN DOWNS BLVD PALM CITY, FL 34990 THIS FORM BECONIES A RECEIPT ONLY WHEN VALIDATED'3Y RECEIPTING MACHINE ANYONE DOING BUSINESS WiTHOUTA VALID BUSINESS TAX RECEIPT IS SUBJECT TO A S2SJ FINE. IF NOT PAID BY SEPT. 30th., A DELINQUENT PENALTY OF 10',x, FOR THE MONTH OF OCTOBER., PLUS A 5% PENALTY FOR EACH MONTH THEREAFTER UP TO 250;, PLUS COLLECTION COSTS WILL APPLY. NOTE- A PENALTY IS IMPOSED FOR FAILURE TO KEEP THIS BUSINESS TAX RECEIPT EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorable Ruth Pietruszewski CFC, Tax Collector 3485 S.E. Willoughby Blvd., Stuart, FL 34994 (772) 288-5604 Prev Yr $.00 Lie Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.00 $.00 Transfer $.00 TOTAL $26.25 Has satisified requirements to engage in the business, profession oroccupation of ELEC CONTR. ADMIN OFFICE at location listed for the period beginning on the 14 Day of DECEMBER AND ENDING SEPTEMBER 30 2018 Account 2018-508-0473 Cert EC13003615 Phone . (888)402-3331 Sic No 238210 Location 901 SW MARTIN DOWNS BLVD PC 8012017 00874.0001 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC BREIG, CHARLES (QUAL) 901 SW MARTIN DOWNS BLVD PALM CITY, FL 34990 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE ANYONE DOING BUSINESS WITHOUT A VALID BUSINESS TAX RECEIPT IS SUBJECT TO A $250 FINE. IF NOT PAID BY SEPT. 30th, A DELINQUENT PENALTY OF 10°0 FOR THE MONTH OF OCTOBER,, PLUS A 5° PENALTY FOR EACH MONTH THEREAFTER, UP TO 25"/.3, PLUS COLLECTION COSTS WILL APPLY, NOTE: A PENALTY IS IMPOSED FOR FAILURE TO.KEEP THIS BUSINESS TAX. RECEIPT EXHIBITED CONSPICLIOUSL`(" AT YOUR ESTABLI.SHMIENT OR PLACE OF BUSINESS. Office of Strait Busiitess Assistance 50 South Military trail, suite 2U West Palm Beach, FL 33415 (561) 616-6840 FAY: (561) 616-6856 %-%,w:pbceov.comlosba Palm Beach County Board of County Commissioners Maty Lou Berger, Mayor Hal R. Vateshe, dice Mkyor Paulcltc Burdick Shelley Vana Steven L. Abrams W-lis,,a McKinlay° Priscilla A- Taylor County Administrator Verdenia C. Baker An Equal Opportunity .{r�rmative .aMivn employ:rr December 10, 2015 Daniel Duke III Hinterland Group, Inc. 992 W: 15th Street Riviera Beach, FL 33404 Dear Mr. Duke: The Palm Beach County Office of Small Business Assistance has completed its review of the documents you submitted for recertification and is pleased to announce that your firm has been certified fo'r: 91356 Construction, Utility/Underground Projects; 91438 Electrical; 91389 Maintenance and Repair, Utility and Underground Projects; 962-92- 81 Sewer Televising and Related Services and 93691 Water Supply and Sewage Treatment Equipment Maintenance and Repair as a Small Business Enterprise (SBE) for three (3) years, expiring December 9, 2018. You will not receive SBE consideration if you bid in another area. Enclosed is your certificate. Your firm shall be subject to the provisions of, the Palm Beach County Purchasing Ordinance and all State and Federal laws relating to the transaction of business. This certification entitles you to participate in contracting opportunities when the products and services offered by your firm are being considered for bid. As an additional service to your firm, you will be included in the Palm Beach County Directory of certified SBE firms. If you wish to have your firm's listing changed, please contact our office .at (561) 616-6840 for an application to amend your certification. Your company's certification is subject to periodic review to verify your continued eligibility. Any changes you report to any County Department/Division must also be reported to OSSA. Your company name and vendor code must be the same in both. Purchasing and OSBA. Failure to report changes in the status of your firm may result in your firm being decertified. Remember, whenever you respond to a County bid you must do so under the name of Hinterland Group, Inc. with vendor code: VC000001286410. , w Tanoyilliams Small usiness Development. Specialist 11. Office of Small Business Assistance 1 E: s �iP .� i}�t 3 -t y -�d,-r NBy� 'js� r�.y •. '�-�4'+�r3� �.ly �iP}�*#i ,�+�'i�5��� �d �_- 3�t C CJ d ZR E ' 0 C> p o0 w 'o v Ca � ic a O q 0 u 0 r M of •41Q ..'! E'_jV.W a ' Q 4K s. rzd .AOR.. � � N •,H �. , � ani X4..5 Q � � .•� . 'tr. - C.Q.: ?�1 ''`Ui 4 — Qx s., G SZ,O q L •� •' tu •r 0 Ai �'f•rr 1�4 i S- Q 41 Oi O h q V �V C CJ d ZR E ' 0 w 'o v Ca � ic q 0 u 0 r v ..'! E'_jV.W a ' Q 4K rzd X4..5 Q � � s., G C CJ d ZR '_:N�'^ - - _- +`Fvt 3:w=u'w=r^cY,>.r.:t{,•��;.:`.zty.y; _ v,�a{cc ,y;.;�;::_ _ ��y>.��, rays y.. � §?��_•e.xj;� k L V4 E ' 0 w q 0 u 0 r v - a ' '_:N�'^ - - _- +`Fvt 3:w=u'w=r^cY,>.r.:t{,•��;.:`.zty.y; _ v,�a{cc ,y;.;�;::_ _ ��y>.��, rays y.. � §?��_•e.xj;� k L V4 C j m 'Au m > , R- 3U b > m wx— •— ro—I to .0 4) it, U 0 > U -1 > U f."v 0 libr, Cc 'N BxXi �01 m "MI M oma PO a)— U 1�0, U LjV, �L. 1 .0 I= I m 'Ell E -w .A w tmj o �0- o 0 - co co I co lco'i co 'a 10 t" - m -'CD, Do ol I q Z -4 �,l P 031 sl cn (n ,il%y I LL "cn, z Imo) w z 41 .42 l.w to rt m zo, 0) �4 )i LLA -M lu m 7i I'M I In CL CL jz z u 4u� u -I wlg;-� a) = I;r-, = U t LA r4 -Cn4 woo !L m Ro; C4 �n; o Tq Do i; It U jMj Lu 1L N aa L) L '(0 M 7 cn C). 00 `Cn n. rq m rn o :r. Ln o bo. a CMO Nr, p)• (D �cn! 00 c) * 0 Dj Co p:. C) Cn ;r,4; N rt C ctrl' m lto to zu t-:, to M- jis w co m m OLD -.�bo U w mji w "(U! x W CU �O)j Qj i 0 -�j I'D -1 V Z- i -i E , �,10` N V.j O A, -0 � -, B t 0 0 i 0 .0 i 0 0.�o o zol 0 k'm m :-"m I m cu -,�a! 2 �C� to cc liz 1 co to I J. u :1 J u jyi u .0; u ;,jj u u 1UU 0 o ;07 0 L-L:i ,�O; o '403, o �,O-.-' t LL u. LL 1M, LLt..�f n'! �s eoo*rq d'o H o t -Ln g ,'EO! i, x,,; m '0'. '1 '0.-1 C) 0 0 0 � -t� 0) 0 04 0 (A 0 ".0 0 jo! 0 _'Do, rq at �cn , �l 0 jo., 1C)" C C, "D o "q :.: c C j m 'Au m > , R- 3U b > m wx— •— ro—I to .0 4) it, U 0 > U -1 > U f."v 0 libr, Cc 'N BxXi �01 m "MI M oma PO a)— U 1�0, U LjV, �L. 1 .0 I= I m 'Ell E -w .A w tmj o �0- o 0 - co co I co lco'i co 'a 10 t" - m -'CD, Do ol I q Z -4 �,l P 031 sl cn (n ,il%y I LL "cn, z Imo) w z 41 .42 l.w to rt m zo, 0) �4 )i LLA -M lu m 7i I'M I In CL CL jz z u 4u� u -I wlg;-� a) = I;r-, = U t LA r4 -Cn4 woo !L m Ro; C4 �n; o Tq Do i; It U jMj Lu 1L N aa L) L '(0 M 7 cn C). 00 `Cn n. rq m rn o :r. Ln o bo. a CMO Nr, p)• (D �cn! 00 c) * 0 Dj Co p:. C) Cn ;r,4; N -.1: Ln ctrl' m lto to zu t-:, to M- jis w co m m OLD -.�bo U w mji w "(U! x W CU �O)j Qj i 0 -�j I'D -1 V Z- i -i E , �,10` iul 7E j�­Ll V.j O A, -0 � -, B t 0 0 i 0 .0 i 0 0.�o o zol 0 k'm m :-"m I m cu -,�a! 2 �C� to cc liz 1 co to I J. u :1 J u jyi u .0; u ;,jj u u 1UU 0 o ;07 0 L-L:i ,�O; o '403, o �,O-.-' t LL u. LL 1M, LLt..�f n'! �s eoo*rq d'o H o t �O'l xqi ,'EO! i, x,,; m '0'. '1 '0.-1 C) 0 0 0 � -t� 0) 0 04 0 (A 0 ".0 0 jo! 0 _'Do, rq at is El cr -se Ln 407 1 U r- IQJ�3 o -�t) � -t o 0 to vi 3LAI LA :Ln,' in -�n j .10 Ln Ln jrc Ln. fn m ;.-T 1 e �r -T N"i N rq IN., N i N! 14 F4 �Ln ,t 0, ilfil U. LL�i F, ir-4J !.tL 0 Ln C) w LL tn lic� AM x-- M L La 2 m 5-24 2 --.-i F 0�Qj 0 ":,04 0 �Oi 0 jj .1 U. LL LL. LL il, rn ico-i "t (cn C4 C), 000 "tYltttom' m o ln < go -i it iLu i Itj u ri In afn l Ln ':m cn ;m n... NI to A -4 'i W., Ln u- iisQ,jLn CL X; LL Z:! -:R u Eli M rn i �q rn a o t.00 CL.M) -0i jis w co m m OLD -.�bo U w mji w "(U! x W CU �O)j Qj i 0 -�j I'D -1 V Z- i -i E , �,10` iul 7E j�­Ll s --p; -0 �P, -0 O A, -0 � -, B t 0 0 i 0 .0 i 0 0.�o o zol 0 k'm m :-"m I m cu -,�a! 2 �C� to cc liz 1 co to I J. u :1 J u jyi u .0; u ;,jj u u 1UU 0 o ;07 0 L-L:i ,�O; o '403, o �,O-.-' t LL u. LL 1M, LLt..�f -f, a "0 j 0 LL LL CL El cr W �r; to -w r-, cn 0, 1 Ln r, ;co,, m .o i cq -vn co kc* ko T-4 C4L: Cn Ln �-W r' 'TC 'cn.- Ch �6: 'I rn q! Ln 1'%D r-, lod cn :01 0 kc)z 0 "4, fN -N: N m ,M: M -It,* - m jr rq r4 tN r4 r4 r4 xv j c-4 N -(4 C4 N fn m ;.-T 1 e �r -T N"i N rq IN., N i N! 14 Ad'," -* ;,Ct; 't eq �q Z La "0.; Ln . 0. oket o, o 0. 0 '�mf to en 14t 00 W 00 -6-1 - AM tNi '0.- & a) 00 1 12-i 00 00 ob. 0 0 0.0.0 :6-, 0, jLni 8 �00 r- In - ;Ln 0 C4 Il. 0 (n 00 Ln i�.4. Ln 0 ,0. - 0 -4 cOr,M !N, N p -q :Ln I W 111� f, :; 1-1 r,00M* rl 00 - (n vt ;O�� to 00 ;0)'; T rn T �r : -m �C), V im • Ln t �:is -i mC) . cn �Ln: co In E N�04 m fj 21 100 cn �i 1"; �4 0 oj C> rq jo�j 'i SDI �r 4 -cr �i Lo iD' tn Cn (A C)_: C) rq _Aq U'l 4q o --H�; -4 44 i o :0, '1 �i�l! t*, 0 �0'� �j `(Yj * r, r'l q:r (n JO 0 i(n` C)) �H 1 -1 io' 0 0! 0 ic 0 �,o Ch !ll'o. 0 ',O�t o -!c) 0 scu o (h o o .0� o 0� o ��d: 0 �o 0 -,Z!, 0 '5N 'd! 0 0 0, 0 A p" 0 �(n I CA '5010 fo t 0 'Lo.j 0 10:� C) 0 M -F4- !NJ �,No N r4 N 1r,1! N N - T4'i r4 X14 N N jN,! N xCL41 rs! C4 F4 -�41 H "m C4 it4 r4 N ;"J -4 'r ra f;j W1 m ftl N IL5 U) _UL.' Lo 0 An Ln -qr JC4 M _M, M X 1 1�r ic, 0 �C), 0 !0 m .0. C 101 j:�, r L, Ln cc C) Cy w �,wl w C:) �70_ =3 M lul', U. An, E AE4 "r 207 !gz �Ln I Ln j c 0) :14 U tn Cn, In, Ln fLn a, cn Im Ln�, > �Fn m zm! m Ln f I to j� .1.1-v 'a 13 C va � m M. Lo �M; H IPI, 4t,", P U Zln) 00 !e, ;Q'Y, -�7 �,A 0 7'0, lu" - E:1 R1 0 ra - ji= M '.�12 M 0 [2 2 i�'> ALA 'tA- s W �-W: ;jW 4 co -4 �,, Ln �'L_u W Q) - �0� .- .-t- ­ - V) 'V)',l 1-1 , L I 1,1 1,,� .. � ,*.;-, , f,": Z., j% i�-,'.�4 :�51J4 - L��; r- i M, �T;" u co 4D.' Z -r1 5 ki lu T;. N L -tl -1 El -PS 0 Nm a) -q IX"t'41 -..a VV -..a ga,�� pi J_6 u N" vf o�:� F -A J�*5IkN, -'j evl g W,;'nj ,-;, ."N., Wvq P'A 1A -'�:j W Cr`q W -541 0 PPI �V)i L! -se fk! -Nd icYT" ,4 �;­j 'N Qi�j 0) PIZ u �cj, U ju; V �U,Ibd u u - 4 CQ P�.:A -,I m ; I — �- -C 1: .- I m r kfc4 q 23 2 R E Oe 2 P, CX -If m Cl C E; E ZO., L. CL'sW r W CL -w I.0 -, , �4 Cot :Mf Z , . - i- �2 � r -L T; j_jW a C, �� B� fw"I W :3 =Lj :3 j :3 :3 1=_: r_ U �'.U, U 'V, U i)=. --I r o .0: 0 -t`O'0 "U C tcl _6 t;x_ie �2- x �x 1 34 32 �2 E u �ep, Pv-� U W u !jQ � Ij W � U. 2,01 co ""I OJ > . -.0- f m Com: o i:_" ;-M:i M �C,•"D Immms EL j=., :3 45 15 , a: flZI, a: Z E 3Z, rL ir " A, :M*: m Iplm' U) j�r , �H I I I., jp co Uiu �u u "U., u U U `Q i U --U , , . r - w pi c �21 2 u �1' T '"u i tun "Ell w 0) Dj 0) ug u u �Itm. to fu i -i )z o- 10, E El ad, (U (D (D (D AD (9 AD. 1: '�TJ -=`J, J:OL. tX, I u. zu_` U_ W -1 U. w W qw;,i (D (D Xg (D .(D I (D o'z ''z ":\Y ic" 'M 'f" If— Inm; Ln AiN 'ko; -I ym* eq - 'D LA N un rn --tD, Ln AA -f eq 4%; M 'tT to H f�o to 4%0 �01 j 'eq r4.. :o r-- -tr -m-c �d I CO 4-4 " m Vol "a 'D 100 in Ln &A 0 An, 4 �oi 10 irl! o Roi m co N 14 'id', q I;M cq I ch Nml Ln 7c, rq vn i -1 Rn F4 Ftp,: to , i Z Mt Kr "M* cn iim)� 'm '4: o in;,. 0 1 co K C'4 00 ffl M' IM; A -:T rq 'I -N 0 - Gm I- LO g 4 In X-4 �4 to cA AS, q lin cn Lo a% Ap N rq1 tD je,4. r- ­'! C 4 F� i I ai' (- *4- 0 -, tj :c - I i"i - - 1,4' -T M It" 0 Iry jq. N I�L�. pq . "A ', .4, '�t 'm LL !jL'j r4 ir A 4 q W La Id a @'Z W ;NLj P4 AA'�'N ZU.�� LL ir4j LU T_j tO jM Cn i oM tCn p% > w t)u 00 3 C41 Im I KV �tD, X tkil cO w4i Ln 14-1 lqr Ly 1. �2 Z 00 101 R54 cm 'co ! rn IUJ -, U_ iLL" to 30 (D :44 (h in =1 ;r LA I. z I. 'IT �N' 0 " I Ln -�m `92 j X LA xx; 00 It f C-4 x I& r, _j W 0 C4 E W 'o -W �Lnir X -CO i 00 co'�W. X W Icn, M R4 K �gj a :r 'U, u 1W) W W i q. W , . , 0 > trg, A al u sm., -,0 > �C.P x Lu Nzi C2, Imi A 2W` Ln I > �xl Nit 0 10 -p 1 -_- p. Fj IR% rj 4-41 u 49 j f1H-j Ln in i - )-c z Co - 'D C'4 U !f'fl ul So 8 15— N"12 BID c t LU 'Or: "I ' ;*4' LU mf bP� P tlml.�i 0% j�i g > C4 1- 4-1 f - "C a M en - r sy 3:1 M R 11, 19 10 (D '(9; (D ALA Z ri Nlr, rn 'r -d-, r-4 r-4 U_ �)tV > :i ri lu LO LL 1i gUzl -p.." X", V7, T, 4, C cc r r C C: '00.1 ..7 %E-, E ZL; -.o, o x c m m m m ix, I w 6wl GJZ! o -1:211 v Ic c X .,'U i 13 10. j.U'U -U. L) U..; u u u :U,: �E,� E '�,ti t �. w i two 4c) o w -�`l W -M, Eviba, ba,�> u .'4kj: U .1 , I I- . C �Ao! " i 41 Mo 0) S-1 Q) �2;:* 2 %0 1 o mi o Of 0 M, Q k"I ja i 3 LL LL �LL­ LL . W, 0 (9 u 1 5, '1 1 LL. 4W. (D AD, p! L9 (D � - :j 'm (D Itp; (D -75., 0 !, p -b j = 7=11 x 11-1 -j. ,--r -1 i -j L E ar Lu XJ -to I in 'W r, �4 cn AD r, :bo' m Ito 00 i 4D 1; r, N 00 00` (x) ,00 co ;00 co 05 ..0 �4 4 rn Ln tb: r_ , D - 0: 'D i� r4 cq "t" N Nn Ln Ah In W Ln !Ln i to �D_ i -t en Ln �rl to cn ow _I rn Ln LA 4:1 Ln No tD v 11 N r4 ml N �N.! JN N� N �C4,. N r4 A6 00 'n 0, C4 'N' N fS-1 N ',ft; rA 1V. N Z. f_4 A E rr" LU 4-10 �04 0 �D�' U Zu 101", f" r, jW.1 C'�� it co ' 1i lb, 47th tA aj 0 m 6 03 C) �0000 0. cn ' 'i r4 o -%r � al '?tjo "'q 1H 'D -M, to ro; I 'co a, %D t-, ol to 0 -4 r01' in C, r, q'i to loj 'q ji:44 �4 'Z I 'o r- 1* .t A, 00 -4 ql�!. 0 r4 0 to: 0 0 ��l ic) 7.4: eq�l 0 N -Ln .' (3 to � (D 7 61 ri '4 0"e6- o o 16! 0 N o -o 'N' rq 'TF4 N 0 C) F4 N 'F4;1 N 'N, N - 1r.4; "N 1 C) �0-; o C4 N7N - N. % h" iu:V Lu lu I Ul x fM �7 ��.q W W) a) 1m, a �0' --Z �01 u �i in I& e, U 3in'l tn �M M ;!0) 1 N r4l N 100 - Mi rn r��,.L:i io.j, M --0 4 N C� 'le ',Oj N -1,00 GO, iO j 00 POO 'IT F- -f M -��i 6 �6! -Ln.�. - M-_j C5 Ln ,'Cn t, t'o co foo N ic, r m 4 .0 cL "iXt- w IM V) NIn T "'o* IN -1A Y'1�2` I kQ1 ;zz-� r 0 v0 A -0 P' -o -0 :i -, i Rig, N m -�q M jen m u �P�e' :V Utg > rg% >' 6-1 > E T to'i q -p� ju�l u �.U' n-, fg! . 7',,4 u fflu., 'u N a 0 4W vil x tx 10 - -0 R- x w u w ni.. w =j -i ct W-3 P -B < wt 4 C) Lb ib U), 2 EJ 2 t N -f 'd tw M ice w ",j u ful fg z'E " hs I . ',� I-- �- 0) 11 cj u u m tiw! m -V 0- -cu OL > in XW. w R -0 pojl M4 :3 Ko4 =.-q !Fz U 214 & t0 a m fel m V j: I. - E E E f.E--, E 0 'kE r: F.M.' m %, pF 0 0 1c) L't > W I J��A > 0 j;o, 0 u '-?m W, jf- M Co ��.w U 10` U ra: to KV i Q 13 M 0) Out t- 32' .1 mj gm CLQ C gC.j C ;�(lj` 0) IV �,Wf W �jW 0 '�4 ID > 74), v 0•o I oll aj "a" lml x A x �e Ao - - 'I 1--1 > L' v t' = n- - 1=4 = .51 �':� - f=� -U �L- 1 (v aj 0) • ;...Gj� 0) 'ou.; 41 za) (U t I 10 a �o o 0 'M4 M "w 0) --�Jj Gi �-'-(L) op 'Wy W lig 0 Ym r- to Y9 oa 0, 0 Lo 1, 0 1 UJ --Lu� C j c VC c N M.1 M '61 (L) f LL m !�'m m gm� a -tl 0 "Cl Cl I ?. fl m m *�k r- C r- i C I o, c kc -i r ��S- E V!,fa E &9 -a E 4,*r.-," E X !Lt E 'E w c-lv! B E, E o u -0 1 W12i 0 to, 0 Efu W kcL! 7�pj �0! o ."i -O o 0 0 OX01 0 ��O' a _'o 54 m .V, m 15, -J x -j - w -.0; in !,Cn? Cl x;1`1 &I r, �Lml m W Ln ;m - (n "40, I r4 - i -q 'lo r, m (A fls:i ch lth i rn �w Ln to en v Ln co W4�� �4 Z; M '�cj 4p.i Ln t lo., I Ln xmn qr -'Fq � rn 11- C4 rq m 1 Yjn; 1, �i io rf) tc*, �r4! 00 Lo -1 M g� 4A 100 00 r4 'Mi r- 6'4; C� PA oo ten: Go: r- TO, V4 �mj 'Ll ti, m M ' . o xn 10 11 rn. A n-5 00 -.. - 5 *T"?t '.;r . ?O: '(D' lz C, M �0' 6A Go CN W N �t Co I 'n, 3 1 -,=I jLL') C4 C'J lm� rl tD a-, I U�(D I C% 'q u 1 .4, Ln 'i-4lf co M, 00 10 C, C) LL UAJ (A Z x w ILL -1 lul 1", Zo im, x IT F- !'�­ 'I ft�jl x �UJA M ;Cqi 0 7 M I R in vx I .Z; go 4w iN 00 �z I ul luji 0 00 MIT, x iR f� 20 0 E I z ?-2 Sk AD ca i ru lg§i k Lks�' CO i;ld i r, 10 LU ip O X0 - rg: c4 to An Ln :3 IM 00 1-- Ln M m 00 0 io 1 0 �'rn� M "0 m ','t tQ Cl ,W ul. Zn -1 f'.t. I LZ 'Wl u- 4L,-1 0 'L m ILQLIOa tD i0.: co col w M C4 ,,Do, 0 Im, m s CD A to 4- V 5, ft, lul�-�'*'>'Wz�lca.' 3: LL iLL:3 LL r4 < 'I -- H 00 ;'� " " -I lm pi o m win !L fil vi.4 in r N �Hj rl .4 61 cn p")Q t m "'m to t m to J% -m ci r . . 2" 4) cu 7v (u va),; d) t;'-4 - Im i"O� 0- 4) 0), O go o v aj wii 0 'py I dl (L) (U .01 0' of 0, W Z41, Oj w �W. (u Z. M M 'la, M T"m'i tu �W M --m' M .0 ap 0 - -i a a 0 j, 4) -Yi "EE in �m a X';* o 1, �,6 5 C 45 j 51 E T E E ',E --i E :E" E Z' -, : 0 "* -j Cr i r "u al 0 1 - . w . I =, x J& 'Ir -��A E E .0 W tv, w a-, r- 5q; c C� c " -C �C-. Z a x NO,; w 0 F -� 0 x 62 1, id v -ro- �*; (u o Yo o A A Ln 1% �A.j V) 7y) Le, E 11. s 0! E -R .9 �00 N W CL a. A 5 C W 4 S-4. cr I- a LU LD r, OO, -0 . fv, r -f Ni mlD Ln 3D d rl 0) -4 m �'Zr; Ln �o at r -I �j�q; 'n Ln 00 CA �4 5�4 �q �H'; �4 �H-j �q 1(4 N -T.41 N �Ni T4 N :N N cn M '01 C 0 '10.0 A '0" -01 . , — .m. rn -M, 01 .10 i CD '0! 0 tv - - m m rn m m �V) m: M cn rn, M M iN frg m i fn m' m :�n� m -�rt' n) (in m M 91" M cr LU C) C) 0 'C' 0 N q, c Cf �z ,c art. i U u0 lul u v-1 -,oc' 23Yui > > . . . . . . . . . . . aw --�41 Em E t E rE" AS �E v -gj' CL �R E f. E 0 E E EL E- CL Mini V < i.�i -il A fE E Eg� E 1,-, 1t > CL im 5i - > �7 �l P.O. Ei -E 2.1 E ME two eq r �r �ol F Oi igi 1,01 421 811 1.0 - CL r 21 E9, -1 rL rL cx FiE Iava r rL C uC:Q got aha: E E Ei E EL E C - El E E u PC -,u U- 0 tLn �cn". a. i§32 A -0i, ;jl 'EM A in 1N LNL -11-1 CL CL CLl0 Oa tD iSo'tD D, Ruli 1-4 LL W N S, C'4 r: i, P.6 4 IR cn Mn Y m Ln :co" R -J tj7, . . . I . . . . . . . . . . . . lwi.0, rn as -E -E E-'I:r= OE ED E' Off'�2�j QE- CEL u q P 0 0 13 0 40 • -,o �Ri i0a m CL rr Nr, to Ln rn m AI 0- '14 14 en ml.!T en m m en rn E ul Project Description Owner Engineer Contract Amount Starttate End Date Toho Water Authority Toho Water Authority - 951Martin Luther King Boulevard 951 Martin Luther King Boulevard Toho Water Authors Manhole Raisin & Repair Authority g P Kissimmee, Florida 34741 Kissimmee, Florida 34741 $231,210.00 Oct -10 Feb -12 Project 407-944-5018 Phone 407.944-5018 Phone 407.343.4264 Fax 407.343-4264 Fax Tim Noyes, Asset Manager Tim Noyes, Asset Manager Tnoyes@tohowaterccom - Palm Beach County Water Utilities District Palm Beach County BOCC WUD P.O. Box 16097 8100 Forest H01 Blvd. Wastewater Uft Station Rehabilitation Project- West palm Beach, Florida 33416-6097 West Palm Beath, Florida 33416 $1,530,131.00 Aug -11 Mar -12 Phase A 561.493.6000 Phone, 561.493-6087 S61493.6008 Fax S61-493.6085 Victor Gutierrez, Purchasing Duane Palumbo, Engineer " Veutierrez@obcwater.com City of West Palm Beads Mock -Roos & Assoc., Inc. 401 Clematis Street, Sth Floor 5720 Corporate Wy. Phipps Park Booster Pump Station Rehab & West Palm Beach, Florida 33401 West Palm Beach, Florida 33407 $196,S49.00 Aug -10 Feb -12 Modification - 561.822-2100 Phone 561-683-3133 Phone S61-822-SS64 Fax 561-078.7248 Fax Daniel Roberge, Project Engineer Nell Condy, Engineer Drobeme@pbc.org P.B.C. Glades Utility Authority P.B.C. Glades Utility Authority P.O. Box 16097 P.O. Box 16097 West Palm Beach, Florida 334166097 West Palm Beach, Florida 33416,6097 $195,000.00 Mar -10 Mar -11 Sanitary Sewer & Lift Station Wet Well, Repairs S61 -493.800D Phone - 561493.6219 Phone 561-493-6008 Fax 561-493-8768 Fax Vemetha Green, Purchasing Hector Rodriguez. Project Manager Vareen@obcwateccom " Cityof Weston Calvin, Giordano & Associates, Inc. 17200 Royal Palm Boulevard 1800 Eller Drive, Suite 600 Indian Trace Development 36 Uh Station Weston, Florida 33326 Fort Lauderdale, Florida 33316 $890,883-07 Nov -10 Dec -11 Rehabilitation 954-385.2000 Phone - 954-921.7781 Phone 954-385-2010 Fax 954-921.8807 Fax Brad Kalne, Director of Utilities Sabrina Saglied, P.E. Bkaine(fi westonfl.org Seacoast Utility Authority Holtz Consulting 4200 Hood Road 50 S. US Hwy 1. Suite 20 Reject Water Storage Pond Lining and Pump Palm Beach Gardens, Florida 33410 Jupiter, Florlda 33477-5107 $780,209.00 Sep -10 Aug -11 Station at the PGA WWTP S61-627-2900 Phone 561-575-2005 Phone 561.6Z4.2839 Fax 561-S7S-2009 Fax Keith Haas, Purchasing Manager Curtis Robinson, Engineer Khaas@suamm Pasco County Pasco County - 8989 Government Drive 8989 Government Drive Pasco County Leachate Pump Station New Port Richey, Florida 34654.5500 New Port Richey, Florida 34654.5500 $69,965.78 Sep -10 Dec -10 . 727-847.8194 Phone 727.847.8194 Phone 727-847.8065 Fax 727.847.9065 Fax Ron Walker, Superintendent City of Dania Beach Calvin, Giordano & Associates, Inc. 100 West Dania Beach Boulevard 1800 Eller Drive, Suite 6D0 UftStation 915 Rehabilitation Dania Beach, Florida 33004 Fort Lauderdale, Florida 33316 $184,975.00 Jun -10 Sep -30 954.924.37411 Phone 954.921-7781 Phone 954-923-1109 Fax 954.921.8807 Fax Jose Urtecho, Utilities Supervisor lenna Chamberlain, P.E. ' Cityof St. Cloud City of SL Cloud- - 1300 Ninth Street 1300 Ninth Street - St. Cloud, Florida 34769 St. Cloud, Florida 34769 $182,614.25 May -10 Aug -10 UltStation 811 Replacement Project 407-9577212 Phone 407-957-7212 Phone 407-957.7369 Fax 407-957-7369 Fax Kelly Merdt, P.E. Kelly Merrit, P.E. ' Kmerritt@stcfoud.ore City of lake Worth Mock - Roos 7 North, Olde Highway 5720 Corporate Way - Lake Worth, Florida 33460 West Palm Beach, Florida 33407.2066 - $308,710.00 Mar -10 Jun -10 Wastewater Pump Station No.9 Replacement 561-586-1685 Phone 561.683-3113 Phone .. 561.586-1745 Fax 561.478.7248,Fax . Tiger Roth, Inspector John Leemon, PE tiger-roth@mockmos.min SS.N.O.C.W-T.A Reiss Engineering Lakes of Aloma Wastewater Pump Station 410 Lake Howell Road 1016 Spring Villas Point, Suite 2000 Rehabilitation Maitland, Florida 32751-5907 Winter Springs, Florida 32708 $120,000.00 Feb -10 May -10 407-628.3419 Phone 407-6679-5358 Phone 407628-0153 407-679.5003 Fair _ Stephen Miller, P.E. Director Mart Cannata, P.E. Project Description Owner Engineer Contract Amount. Start Date End Date City of Cape Canaveral. City of Cape Canaveral Manhole Rehabilitation 601 Thum Boulcvard $1031000.00 _ Feb -11 Apr -11 Cape Canaveral, Florida 32920 563-586-1685 Phone SSI -683-3113 Phone Water Treatment Plant Backwash Water Pump 561.586.1745 Fax S61-478-7248 Fax $314,911.00 Feb -10 Jul -10 Station Tiger Roth, inspector John Leemoe, PE tieecroth�mockraos.mm Brevard County MWH Engineers - 2725Judge Fran Jamieson Way 491ISawgrass Corp Pkwy., Suite 3011 _ Vlore, Florida 32940-6602 Sunrise, Florida 33325 $213,2s0.00 Jan -11 Apr -11 M-20 Lift Station Rehabilitation 321.633.2089 Phone 954-646-0401 Phone - 321-633.2095 Fax 954.846-0424 Fax Craig Helpling, Project Manager Brian LaMay, P.E. Cmi-g.HelptingLzbsevardcounty.iis - City of Ft. Lauderdale City of Ft. Lauderdale Procurement Services Procurement Services City of Ft Lauderdale Manhole Rehabilitation LOO North Andrews Avenue 100 North Andrews Avenue $9,950-90 Det -09 J3n-10 Fort Lauderdale, Florida 33301 Fort Lauderdale, Florida 33301 954-8285933 Phone 954.628-6933 Phone - 954.8285576 Fax 954-828.5576 In City of Eustis City of Eustis P.O. Box 68 P.O. Box 68 - - UkStation g5 -Refurbishing Eustis, Florida 32727-WSB Eustis, Florida 32727-0068 $12L,668A0 Dee -09 Apr -10 - 3S2483.5430 Phone 352.483-5430 Phone , 352-3S7-1970 Fax 3S2-3574970 Fax Big Johnson, Director oFWastewater Bill Johnson, Director of Wastewater FGUA Operation Office FGUA Operation Office - 280 Weklva Springs Read, Suite 2000 280 Weklve Springs Road, Suite 2000 Golden Gate lift Station BS Rehabilitation& Longwood, Florida 32779 Longwood, Florida 32779 $224,505.00 Jun -09 Sep -09 Modification 07.629.6900 Phone 407.629.6900 Phone 407529-6963 Fax 407.629-6963 Fax City of St. Claud City of5t. Claud 1300 Ninth Street 1300 Ninth Street _ St. Cloud, Florida 34769 St. Cloud, Florida 34769 $35,64250 Mar -09 Aug -09 Lift Station #10 Rehabilitation 407.957.7212 Phone 407.951-7212 Phone 407-957-7369 Fax 407-957-7369 Fax Kelly MerrM P.E. Kelly Menit, P.E. KmerrittiDstdoud.ore S.S.N.O.C-W.TA Waolper%LLP 410 take Howell Road 3504 Lake Lynda Drive 8400 Indian Hills Lift Station Rehabilitation Maitland.Flodda 327513907 Orlando, Florida 32817 $75,280.00 - Feb -09. Aug -09 407-628-3419 Phone 407-381-2192 Phone . 407.628-0153 Stephen Miller, P.E. Director Dave Roderick, Project Manager SS.N.O.C.W.TA Reiss Engineering 410 Lake Howell Road 1016 Spring Villas Point, Suite 2000 Winter Park Estates Master Lift Station Maitland, Florida 327513907 Winter Springs, Florida 32708 $200,938.00 Jan -09 Sep -09 Rehabilitation 407.628-3419 Phone 407.679.5358 Phone 407-628.DLS3 407-679.5003 Fax Stephen Miller, P.E. Director Marc Cannata, P.C. City of Orlando, Public Works City of Orlando, Public Works 5100 L.B. McLeod Road 400 South Orange Avenue Odando,Harlda32811 Orlando, Florida 32802.4990 $300,000.00 May -08 Dec -08 Ult Stations 19,46,70,& 71 Rehab101ation 74464213 Phone 407-2463756 Phone " - 40-2464896 Fax - - 407-2464892 Fax Buster Falls, Lift Station Manager Hector Sancher, Project Manager - 0uster.falk0otyoforlando.net City of Port St. Lucia 121 S.W. Part SL Lucie Boulevard Part St. Lucie, Florida 34994 $8$,000.00 Apr -08 Jur-08 UR Station 843 Rehabilitation 772-871-5224 Phone 772.871.7337 Fax Mike lolly, Uft Station Leader Miol m'lcit at sl com Unlversltyof Florida Causseaux, Hewitt&Walpole Inc. " P.O. Bax 117710 6011 NW 2st Place OF Pump Station No. i Renovation Gainesville,Flodda 3261L Gainesville,Ffodda 32607 .$659,2561)0 12 -Mar Jun -12 - 352.294-0622 Phone 352.331-1976 Phone 352.392.8837 352.331-2476 Fax Jeff Bak, Project Manager Matt Wilgams, Engineer City of St. Pete Beach 155 Carey Avenue St. Pete Beach, Florida 33706 ' Manhole Rehabilitation 727.363.9254 Phone $32,460.00 124vlat 12 -Apr 727367.2736 Fax ' Ian Wade - un YlaJc�smetebea<b.or Project Description Owner Engineer Contract Amount StartDate End Date Florida Governmental Utility Authority Wade Trim 5660 Bayshom Road, Sulte 35 11745 Henderson Road, Suite 226 North Fort Myers, Florida 33917 Renaissance 5 $234,000.00 12-1ul 12-Sep Rehabilitation & Improvements to Master Uft 239.543.1005 Phone Tampa, Flori4a,33634 Steven 01 239-543-2226 Fax 813.882.8366 Phone Dwight Perry, Inspector 813.894-5990 Fax Doe, Agovmserv.com Kenneth Hubacker P.E., Engineer Qty of Coral Sprigs 10306 NW 11th Manor Coral Springs, Florida 33071 Lift Stations 30& 32 Rehabilitation 954-7530380 Phone $97,710.110 IZIAug 12-0ct 95&-75748SOFax - - Steve Seigfried StebeuIDlladhtricts.com Qty of St Pete Beach 155 Corey Avenue St. Pete Beach, Florida 33706 Lift Station #10 Rehabilitation 727-363-9254 Phone $116,112.00 12-Aug 12-Aug 727-367.2736 Fax Renee Cooper, CIP Construction Manager Rc000erOstoetebea[h.ara City of West Palm Beach Holtz Comuiting 401 Crematfs, 4th floor 5D S. US Hwy 1, Suite 20 West Palen Beach, Florida 33401 Jupiter, Florida 33477-5107 $496,899.50 12-May 12-Nav Structural Repair of the Flow Equalization Basin 561.835-7400%7435 Phone 561-57S-2005 Phone 561-935.7420 Fax 561.575.2009 Fax Re Hue, Project Engineer Curds Robinson, Engineer Jhuo w b.or City cf Weston Cahn, Giordano & Assodates, int 1720D Royal Palm Boulevard 1800 Eller Drive, Suite 600 Weston. Florida 33326 Fort Lauderdale, Florida 33316 1,217,179.28 12-Oct Jun-11 Indian Trace Development District Lift Station 954.395-2000 Phone 954.921.7781 Phone Phase II 954-38S.2010 Fax 954-921.8607 Fax Brad Kolne, Director of Utilities Sabrina Bagged, P.E. Palm Beach County Water Utilities District Palm Beach County SOCC WUD P.O. Box 16091 8100 Forest Hill ". West Palm Beach, Florida 33416.6097 West Palm Beach, Florida 33416, 2,172,759.170 12-0 Nov-14 Wastewater UR Station Rehabllitation Project 561-493-6000 Phone S61-493.6087 61493.6008Fax 561-493.6085 Victor Gutierrez, Purchasing Duane Palumbo, Engineer V4utterrer*pbcwater. tom Fort Pierce Utility Authority KimleyHome&Associates, Inc. South Hutchinson Island Repump 112 Station SouthHutt i 206 S. 6th Street 1920 Weklva Way, Suite 200 Fort Pierce, Florida 349504222 772.466-IGDD X 3472 Phone West Palm Beach, Florida 33411 561.840-6259 Phone $669,000.00 13-Jan Oct-13 James Carnes Mark Miller Icamesofnua:mm Palm Beach County Water Utilities Department SU18,320.00 13-Ian Dec-13 Strategic Wastewater Infrastructure Project P.O. Box 16091 West Palm Beach, Florida 33416-6097 Sewer Collection Belle Glade S SSI-493.6900 Phone Jackie Michels Imichels,IDobcwateccom Cftyof St. Cloud 13110NInth Street - St. Cloud, Florida 34769 Turtle Creek force Main &Lift Station 84 407.709-3282 Phone $916,502.89 Mar-13 Dec-13 - -- 407957-7369 Fax -. _.. . Corey Clough CclouehOstd-cf—e City of Cape Canaveral 601Thurm Blvd. Cape Canaveral, Florida 32920 $148,890.00 Det-13 Jan-14 LIR Station No I Rehabilitation 321-068.1240 Phone 321-868.1233 Fax Lonnie Dunn tAennpcitvofcaoecanav<rat.ore- Cityof Mulberry Envisors Engineers 1645, Church Street 2105 Dundee Road WTP Improvements Mulberry, Florida Winter Haven, Florida 33883.9309 $2,143,000.00 .Jan-14 15-W 863425-1125 863.324-1131 Phone 863.294.6185 Fax John Wright Asma Boukadoum - " Florida Aqueduct Authority Glanettl Contracting Corp 110D Kennedy Drive 2660 NW 15th Ct 4108 Cudjoe Regional Wastewater Inner islands Key West, Florida 33041.1239 Pompano Beach, Florida 33069 $1,523,525.00 - ;.Jan-14 IG-May Collection System &'Transmission System 3GS-296-2454 954.5514950 Phone - 30S-29S-2188 954.972.8104 - Bob Henning ' Project Description Owner Engineer Contract Amount StartDate End0ate Collier County Holes Mantes, Inc. ' 3299 Tamlami Trail E, Suite 700 950 Encore Way 7th Street SW Booster Pump &VFO Replacement Naples, Florida 34112.5749 Naples, Florida 34110 $653,400.00 Dec -13 14 -Det 239-252.8407 Phone 239-254.2043 Phone 239.732.0944 Fax - DebraHoguegOhmen2.com - Tom S(vert TomSiver@coliiergov.net Deb Hogue City of Naples Johnson Engineering 735 Eighth Street 5 2122 Johnson Street Water Treatment Plant Vacuum Filter Naples, Florida 34102 Fort Myers, Florida 33901 $767,510.00 Oct -13 Ma y-14 Replacement 239.213-1000 Phone 239.461.2441 Phone )usUn Frederiksen 239-334-3661 )frederiksent&naolesaov.com Erik Howard elh@johnsoneng.com City of Tampa 3808 126th Ave. Wastewater Gravity Sewer Rehab by CIPP Tampa, Florida 33605 $1,300,000.00 Apr -1S Present 813-635.8400 Phone Raleigh Thomas, Jr. ` Raleieh.ThomasPlamoaeov.net City of Clearwater Sanitary Sewer& Manholes Rehabilitation 360,000.00 Apr -15 Present 727-224.7062 Phone Rose Lara Roselare mydearwater... Nassau County 96161 Nassau Place Yulee, Florida 32097 2S0,000,00 Apr -1S Apr -SS Simmons Rd- Storm Drain Repairs 904491.7334 Phone . 904.321-5926 Fax - David Hearn Dheam0nassaucounNf I.com . Palm Beach County 810D Forest HIII Blvd. Covered Bridge Sewer Uning Project West Palm Beach, Florida 33416 325,913.00 May -IS Jun -I9 S61-493-6138 Phone Vgutleneusaobomater com s Florida Governmental Utility Authority 280 Wekwa Springs, Suite 200 Seven Springs Blvd. & Humbolt Ave. I&I Repairs Longwood, Florida 32779 99,290.00 Apt -1S Apr -IS 407-629-6900x103 Phone Chris Couch CcouchOildymie y.com Palm Beach County B10DForest Hill Blvd. Belle Glade Sewer lnRl[rtlon&Inflow West Palm Beach, Florida 33416 1,794,613.00 Aug.14 Aug -15 Improvements 2014 Project 561-493.6087 Phone Duane Palumbo , D aiumbu bcwater"m Lake City Utilities - 205 N. MarionAvenue Lake City, Florida 32055 79,06250 May -14 May -14 C.I.P.P. Lining and Repairs 386.758.5456 Phone .-__......... ... 386.623-0595 Fax Keith Hampton _ Hamotonk aalc ia.com City of Boca Raton 1401 Glades Road - Lift Station 17 Rehabilitation Boca Raton, Florida 33431 1,129,593.00 May -IS 16 May 561-336.7315 Phone Ken Goatley K4oa1levzci.boca-raton-n.us - Brevard County BOCC 2725 Judge Fran Jamleson Way Uft Station C-05 & Forcemain Replacement Were, Florida 32940 872,000.00 Jul•15 15 -nee 321-633-2089 Phone Owen Coward ow<_n.callardabrevardcounC Brevard County BOCC 2725 Judge Fran Jamieson Way Lift Station M-6 Replacement - Viem, Fbride 32940 - 439,495.00 Sep -15 15-Noir ' 321.633.2089 Phone Owen Callard , owcacallard��wey..ri=mv us Project Description. - Owner Engineer Contract Amount StartDate End Date Village of Palm Springs Eckler Engineering 226 Cypress Lane Diego Herrera Rehabilitation of Monica, Davis Rd., & Palm Springs, Florida 33461 954-510.4700 Phone 568,102.00 Jan -15 Jun -15 Professional Plata Pump Stations • John Rouse- - Dherrera@eckierengineerinz.com - IruuseCayosfl.ore . , Lake Qty Utilities 205 N. Marion Ave. Emergency CIPP Repair Johnson Street Lake Chy, Florida 32055 - 79,062.50 May -14 Jun -14 386-7S8-5456 Phone _ Keith Hampton Hamotonktatdla.com - Lake Qty Utildes 205 N. Marion Ave. _ QPP Uning Shands Lake Shore Hospital Lake Qty,Flodda 32053 49,535.00 Jun -14 Jun -14 386.758-5456 Phone Keith Hampton _ Hamotonki�lcfla.com Lake gtv utllitles 205 N. Marion Ave. CIPP Lining 24" Storm Sewer Lake Qty, Florida 32055 - 23,450.00 Ad -14 Jul -14 386-7S8-5456 Phone - Keith Hampton Hamatonkldicila.com Lake City Utilities 205 N. Marion Ave. CIPP Lining 36" Storm Sewer Lake City, Florida 32055 74,256.00 Aug -14 Aug -14 386-7585456 Phone Keith Hampton Hamotonk[alcfla.com Lake Qty Utilities • 20S N. Marlon Ave. ' Leon Street Emergency 8' and 10' CIPP Lining Lake Qty, Florida 32055 114,214.50 Aug -14 Aug -14 386-758-5456 Phone Keith Hampton Hamoton0cf1a.com - Town of Manalapan ie Storm Sewer Connection to Intracoastal QPP 600 South Ocean Blvd. Manalapan, Florida 33462 - 20,250.00 Aug -14 Avg -14 Lining_ 561-309-8836 Phone Roy Fallon City of Delray Beach 100 NW Ist Ave. CIPP Uning 12' Sanitary Sewer _ _ _ _ Delray Beach, Florida, 33444 18,110.00 Aug -14 Aug -14 561-243-7309 Phone Scott Solomon - - otomontacldelray-beach.H.us ' Florida Governmental Utility Authority FGUA Mad Hatter Unda Lakes Collection System 1 280 Wekiva Springs, Suite 20D Longwood, Florida 32779 68,700.00 Sep -14 Oct -14 Witepair 407.629.6900x101 Phone .. Chris Couch ' Ccouchtftoymseri.com Brevard County 8000 Infrastructure Solution Services 2725 Judge Fran Jamieson Way Thomas VIII, P.E. Viera, Florida 32940 207,800.00 161ul 16 -Oct C-16 Rehabilitation - 321-617-7390 Phone " 321317-7391 Fax John Mckester Jonaman.McLzstera brevardcauntv.us Name Position Years of Experience Expertise Licenses Dario Montanez Superintendent 2S CCN PACP Foreman Liner Installation CDL Linea Curing Grouting/ Pressure Testing Robotic Service Reconnection Gerardo Pulido Boiler Operation- 24 Liner Curing COL Manager Vac Truck Operation Tanker Cert Liner Installation laciento Pulido Laborer 24 Liner Curing CDL Liner Installation Tanker Cert Wet-Out Hazmat Cert Grouting/ Pressure Testing Robotic Service Reconnection CCN Guillermo Falcon PACP Specialist is CCN PACP Robotic Service- CDL Grouting / Pressure Testing Reconnection Curt Maring Project Manager 13 CIPP, Slip Lining, Open Cut, 6" -108" Confined Space Cleaning, TV and Vacuum PACP MACP LACP, Excavation NasscoTrainer Ivan Pulido Robotics Mechanic 8 Liner Installation CDL Laborer CCN Mechanic Eduardo Rivera Laborer 4 Vac Truck Operation CDL Tanker Cert Hazmat Cert Brett Konchak Project Manager 3 CCN PACP - Liner Installation HAZWOPER Liner Curing FDOT MOT Grouting/ Pressure Testing Robotic Service Reconnection No.....-` Enti.tY.::.;:.::::::; ; :.::: ;;:;: T.otat,Length>;:' 1 Palm Beach County 54215 2 Delray 2304 3 Lauderdale by the Sea 6469 4 Golden Bear 858 5 Ormond Beach 2842 6 Clay County 178 7 Manatee County 1077 8 Riviera Beach 1298 9 Seminole County 10903 10 Tampa 26181 11 West Palm Beach 5135 12 Clearwater 17981 13 Zephyrhiils 11850 14 Lake Worth 1657 15 Bartow 509 16 Town of Palm Beach 6000 17 Nassau County 995 18 Mangonia Park 12795 19 Village of Golf 2309 20 ILantana 20000 21 JFGUA 6000 22 Lake City 8856 23 Colonial Estates 3500 24 City of Maitland 3280 25. Sebring 410 26 jMiramar 260 27 N Lauderdale 12269 28 Palm Beach Gardens 528 29 Polk County 730 30 Town of Manalapan 500 31 lBrevard County 1000 TOTAL AS 0F. 09/05/2017 222889 c u :tA t; C-3 Lu t6 Fa gg I 1 I :.iOO,•.^ IM �'L '1 {`�jj��a b ; bfi !ry Ij. BM MINN, O ff n I I Ell, O c u :tA t; C-3 Lu t6 Fa gg aLiY 6M, Al Fa gg I 1 I :.iOO,•.^ IM �'L '1 {`�jj��a b ; bfi !ry Ij. BM MINN, O ff n I I Ell, :bb 0: LC rl b m jFU E ji E o I F: , 58 t v i Fr M— or ak t; Is 6 u w 0 PRO IN 8, �8 8 18 lls— ti R I Vol cc Lo Ei it I NO-. i WE NEC, MEN 101 Nig il. 13 51 ra o � 5MINIM 11,0002, .s .t tju c 1 d 4 S� E L $ o = N o c 5MINIM 11,0002, .s zOHIO 1 10, ffill RSA x+ � 0p0� a � m�: -i o � m N 00 �� N o c ;. ... O fV N oa O "}m• . '� .• o b gr���-' o O �•� 'fN .. g, O ,°',� Q m -g''ri _ ' _ •E c d � m ttq n L v1rE.'C C d .:i9 M1-• O N d ��; •Q• C ��pj} O NYN �Q oN N LO m N lIf m' m� N > •rrr N N �� Q �,� 'y x c N � rC t~O C, cam° :L1C� c O E c a •O�r '�•, %« •c .� b (dJ c � yA b �• rrJJ.. a K Io1pgq C '.+o,��.�c�, m E 2 Ln g .�i`t.' .r E «« rA c_ m e o aoe v E. o =n e o a -e c o s a v&n. s u a L` i' •o a u t"1 oB,G¢. Lra�n u a ¢irarw E: uo m¢ j rho Cao�tn o � - O ��. O �.Q�.N • 2 FkaG.' W H ilU� Q ��� Q P .. ' t47 c gym, m -' •; C { T ` m +.m• L IS ` -'. Z w So '+aa sr f3 3r HIS fir:➢ Mail x M® Y y co � Me u v '°o 1 w 't E H 'VQ 'L-�tw..t9-.-' v°ii:'-' 17 ��? L3 " ii<ic-t 17 r: -..ata t°- �x•.ve;i m �'�.3°@kr o_.- RFP —IRC1758-Blue-Cypress Lake Road Culvert Replacement I is I SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS j_ THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018033 for Blue Cypress Lake Road Culvert Replacement 2. This sworn statement is submitted by: Hinterland Group; Inc. (Name of entity submitting Statement) whose business address is: 901 SW Martin Downs Blvd, Palm City, FL 34990 and its Federal Employer Identification Number (FEIN) is 20-5156844 3. My name is Daniel Duke, III - President (Please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management,of the. Page 12 of 14 County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives,, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships .with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A Ignature Daniel Duke; III - President January 23, 2018 (Date) STATE OF Florida COUNTY OF Martin The foregoing instrument was acknowledged before me this 23rd day of January , 2018 , by_ Daniel Duke III who i ersonally know to me or who has produced as identification. NOTARY °j(i�, Notary Publle State of Flodda Jay 8 Bre1q My Commisslon GG 121032 ,o,�d18 EXPlres 10/28/2021 SIGN: PRINT: Notary Public, State at large My.Commission Expires:. (Seal) CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, loans, and Cooperative Agreements (This form MUST be submitted with each bid or offer exceeding $100,000), The undersigned Contractor certifies, to the best of his or her knowledge, that 1. No Federal appropriated funds have been paid or will be paid, by_or on behalf of the undersigned; to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member. of Congress in connection with the awarding of any. Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection. with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions: 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative. agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Hinterland Group, .Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3 , apply to this certification and disclosure, if any. Signature o ntractor's A zed Official Daniel Duke, III - President Name and Title of Contractor's Authorized Official 01/23/2018 Date