Loading...
HomeMy WebLinkAbout2018-253GCONTRACT DOCUMENTS AND SPECIFICATIONS FOR US HIGHWAY 1 LANDSCAPING - SOUTH COUNTY LINE TO OSLO ROAD BID NO. 2019016 PROJECT NO. IRC -1631 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 IRC -1631 —ITB—COV-20181204 00001 -1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1631 US 1 Landscaping - S County line to Oslo Rd\1-Admin\Bid Documents\To Purchasing ReBld\IRC- 1631 _ITB_COV_20181204. doc Project Name: :•• Bid Security Required: Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Phone (772) 226-1416 INVITATION TO BID Public Construction Bond Required Pre -Bid Meeting: US HIGHWAY 1 LANDSCAPING —SOUTH COUNTY LINE TO OSLO ROAD (IRC -1631) 2019016 5% YES, for contracts over $100,000 NONE Bid Opening Date: Wednesday, October 3, 2018 Bid Opening Time: 2:00 P.M. All bids must be received by the Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960 prior to the date and time shown above. Late bids will not be accepted or considered. PLEASE SUBMIT ONE (1) MARKED ORIGINAL AND ONE (1) COPY OF YOUR BID, PLUS ONE (1) THUMB DRIVE OR CD CONTAINING A FULL PDF OF YOUR SUBMITTAL. Refer All Questions to: Jennifer Hyde, Purchasing Manager Phone: (772) 226-1416 Email: purchasing@ircgov.com Page 1 of 45 Bid No. 2019016/IRC-1631 ADVERTISEMENT FOR BID Notice is hereby given that the Indian River County Board of County Commissioners is calling for and requesting bids for the following: Bid # 2019016 US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD (IRC -1631) Detailed specifications are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasing@ircgov.com. Deadline for receipt of bids has been set for 2:00 P.M., on Wednesday, October 3, 2018. Only bids received on or before the time and date listed will be considered. Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 PM. Bids submitted after 2:00 PM on the day specified above will not be accepted or considered. BID SECURITY in the sum of not less than five percent (5%) of the total bid must accompany each bid over $25,000. The Board of County Commissioners reserves the right to accept or reject any and all bids 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, September 9, 2018 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Page 2 of 45 Bid No. 2019016/IRC-1631 Statement of No Bid Should you elect not to bid, please complete and send this page by email (purchasing@ircgov.com), fax (772-770- 5140) or by mail to Indian River County Purchasing, 1800 27th Street, Vero Beach, FL 32960. Please select all of the following that apply. Our decision not to bid on the subject project was based on: Project is located too far from our base of operations F7Project value too low ❑ Project specifications unclear (please explain below) Material availability may be a challenge Our current schedule will not allow us to perform ❑ Unable to meet insurance requirements El Other: ❑ Other: General comments regarding the bid and/or plans and specifications: Page 3 of 45 Bidder Information Form Bid No. 2019016/IRC-1631 Please return one copy of this form with your bid to assist us in learning more about where our solicitation opportunities are most often found. Please tell us how you found out this Request for Qualifications was released/available: 1-1 Indian River Press Journal (TCPalm) FDemandstar/Onvia 1_I Email from Purchasing Division Indian River County Web Site Planroom (Please provide the name): Other (please describe): Page 4 of 45 Bid No. 2019016/IRC-1631 TABLE OF CONTENTS INVITATIONTO BID...........................................................................................................................................1 ADVERTISEMENTFOR BID........................................................................................................................................................ 2 TABLEOF CONTENTS................................................................................................................................................................ 5 INSTRUCTIONSTO BIDDERS..................................................................................................................................................... 6 GENERALTERMS AND CONDITIONS............................................................................................................................................. 6 TECHNICALSPECIFICATIONS................................................................................................................................................... 13 SCOPE......................................................................................................................................................................................... 13 BIDFORM.............................................................................................................................................................................. 14 BIDSCHEDULE........................................................................................................................................................................ 15 AIADOCUMENT A310 BID BOND............................................................................................................................................ 17 DRUG-FREE WORKPLACE CERTIFICATION............................................................................................................................... 18 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS .............. 19 BIDDERS QUALIFICATIONS QUESTIONNAIRE.......................................................................................................................... 21 SWORN STATEMENT UNDER THE FLORIDA TRENCH SAFETY ACT........................................................................................... 25 LISTOF SUBCONTRACTORS.................................................................................................................................................... 27 SAMPLEAGREEMENT............................................................................................................................................................. 28 PUBLIC CONSTRUCTION BOND............................................................................................................................................... 38 PUBLIC CONSTRUCTION BOND.................................................................................................................................................. 40 SAMPLE CERTIFICATE OF LIABILITY INSURANCE..................................................................................................................... 41 NOTICETO PROCEED.............................................................................................................................................................. 42 PERMITTEE'S AFFIDAVIT REGARDING POLLUTION.................................................................................................................. 43 Page 5 of 45 Bid No. 2019016/IRC-1631 INSTRUCTIONS TO BIDDERS GENERAL TERMS AND CONDITIONS Cone of Silence. Potential bidders/respondents and their agents must not communicate in any way with the Board of Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction is effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. Sealed Bids and Envelope Markings: All bids must be submitted in a sealed opaque envelope. The outside of the envelope must be clearly marked with the Sealed Bid #, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting. Opening Location: It will be the sole responsibility of the Bidder to deliver personally or by mail or other delivery service, their proposal to the office of the Indian River County Purchasing Division. Bids should be delivered to 180027 th Street, Vero Beach, FL 32960, on or before the closing hour and date shown for receipt of bids. Bids received in person or by mail after the stated time and date will not be considered. Bid Submission: All bids must be signed with the legal Firm name and by an Officer or employee having authority to bind the company or firm by his / her signature. Bids must be submitted on forms provided by Indian River County. Bids not submitted on the attached form(s) shall be rejected. Submittal of one marked original bid, one copy plus a thumb drive or CD containing a full pdf of your submittal is required. Bid Security and Public Construction Bond: Bid security must accompany each Bid over $25,000, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security for bids over $25,000 must be in the sum of not less than five percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security will be retained by the County as liquidated damages and not as a penalty. If bid does not exceed $100,000, no Public Construction Bond will be required. Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. Withdrawal of Bids: A bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time of opening of bids. If, within 24 hours after Bids are opened, any bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that bidder may withdraw its bid and bid security will be returned. Thereafter, if the work is rebid, that bidder may be disqualified from further bidding on the work. 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 Page 6 of 45 Bid No. 2019016/IRC-1631 and after confirmation of completed delivery and acceptance, will be deducted from the Contractor's Contract price via Change Order. 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 bidder and will be filled out by the County. Delivery and Completion Dates: Indicate delivery and completion dates. This may be a determining factor in the award of the bid. The County may, at its option, grant additional time for any delay or failure to perform hereunder if the delay will not adversely affect the best interests of the County and is due to causes beyond the control of the Bidder. Such grant must be in writing and made part of the resulting Agreement. Irrevocable Offer: Bidder warrants by virtue of bidding that the prices quoted in this bid will remain firm and be considered an irrevocable offer for a period of sixty (60) days, during which time one or more of the bids received may be accepted by Indian River County. Assignment/Delegation: No right, obligation or interest in an awarded Agreement may be assigned or delegated by the Bidder without prior written consent of the County, without prejudice to County's other rights and remedies. Consideration of Bids: Verbal, emailed or faxed bids will not be considered. Indemnification: The successful Bidder shall indemnify and hold harmless the County, and its commissioners, 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 construction contract. Public Access: The Bidder shall allow public access to all documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. If this project is federally -funded, the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials shall not be used by the Bidder without specific FEMA pre -approval. Records/Audit: The Bidder shall maintain books, records and documents pertinent to performance under this Invitation and any resulting Agreement in accordance with generally accepted accounting principles consistently applied. The County and the Florida Office of the Inspector General shall have inspection and audit rights to such records for audit purposes during the term of the contract and for three years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this work or purchase shall be made available until a final disposition has been made of such litigation, appeals, or claims. Acceptance: Receipt of an item shall not be an indication that the items are acceptable. Final acceptance and authorization of payment shall be given after a thorough inspection indicates that the item is delivered in accordance with the Bid Specifications. Suppliers are advised that in the event the delivered item does not meet specifications, payment will be withheld until such time the supplier takes necessary corrective action. 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 bidder. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be Page 7 of 45 Bid No. 2019016/IRC-1631 paid by Indian River County, with the exception of re -inspection fees. The Bidder shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in the bid. Descriptive Information: Descriptive literature including Specifications must accompany your bid. Manufacturer's name and model numbers are used herein solely for the purpose of establishing a standard of design, quality, and use of the merchandise required. Products of other manufacturers will be acceptable if they meet or exceed established standards with the exception of those items specified "NO SUBSTITUTION". Variations to Specifications: For purposes of evaluation, Bidder must indicate any variances from the specifications and / or conditions on the form provided with this Invitation to Bid. Otherwise, it will be assumed that the product or service fully complies with the specifications. Items specifically described, as alternates shall be reviewed as an alternative bid to be considered by the County, in lieu of the primarily specified item(s). However, item(s) varying from the published specifications shall be considered substitutes, and the County reserves the right to consider or not to consider substitute bids. Substitutes shall be subject to disqualification if the County does not approve the substitution. Interpretations: No oral interpretations will be made to any Bidder as to the meaning of the Specifications. 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 bids. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to bidder will be in the form of an Addendum to the specifications, which if issued, will be sent promptly as is practical to all persons to whom specifications have been issued. All such Addenda shall become part of the specifications. Further, it shall be the responsibility of each bidder, prior to submitting their bid, 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 bid. Default Provision: In case of default by the Bidder, Indian River County may procure the articles or services from other sources and hold the Bidder responsible for excess costs incurred thereby, and may take such action, as it deems appropriate, including legal action for Damages or Specific Performance. Signed Bid Considered an Offer: This signed bid shall be considered an offer on the part of the Bidder. Indian River County Board of County Commissioners shall deem the offer accepted upon approval. Non -Collusion: By signing and submitting the Bid Form, the Bidder certifies that, • This bid has been arrived at by the Bidder independently and has been submitted without collusion, and without any agreement, understanding, or planned common course, or action with, any vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition, and • The contents of the bid have not been communicated by the Bidder or its employees or agents to any person not an employee or an agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid. • No attempt has been made or will be made by the Bidder to induce any other person(s) or firm(s) to submit or not to submit a bid for the purpose of restricting competition. Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders 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 Page 8 of 45 Bid No. 2019016/IRC-1631 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 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. Regulations: It shall be the responsibility of the bidder to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Applicable Law and Venue: The 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 within. 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 Page 9 of 45 Bid No. 2019016/IRC-1631 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 may be cause for rejection of the bid or proposal. 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 bid extension of generating total bid prices or in any other process of completing the bid, the original unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the bid otherwise, will not relieve the bidder from performance. Bid Rejection: Failure to comply with all the above instructions may result in rejection of the bid. Bid 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. Supplemental Information: The County reserves the right to conduct such investigations as it deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors, suppliers, and other relevant parties to perform and furnish the work. To demonstrate qualifications to perform the work, each Bidder must be prepared to submit, within 5 days of Owner's request, written evidence, such as financial data, previous experience, present commitments, and other such data as may be necessary to prove to the satisfaction of the Owner that the Bidder is qualified by experience to do the work and is prepared to complete the work within the stated time period. Failure to provide any requested information may result in the determination of the Bidder as non -responsible. Awards: The County reserves the right to cancel the bid, reject any and all bids or waive any irregularity or technicality in bids received. When it is determined there is no competition to the lowest responsive, responsible Bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. The County reserves the right to not make any award(s) under this bid. 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: Bidder 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 the 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. Page 10 of 45 Bid No. 2019016/IRC-1631 Public Record Law: Correspondence, materials, and documents received pursuant to this Invitation for Bid become public records subject to the provisions of Chapter 119, Florida Statutes. Should the Bidder assert any exemptions to the requirements of Chapter 119, Florida Statutes, and related statutes, the burden of establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the Bidder. Licensure: Bidder must possess State of Florida General Contractor's license and shall be F.D.O.T. qualified. Insurance: • Owners and Subcontractors Insurance: The Contractor shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the owner, nor shall the contractor allow any subcontractor to commence work until the subcontractor has obtained the insurance required for a contractor herein and such insurance has been approved unless the subcontractor's work is covered by the protections afforded by the Contractor's insurance. • Worker's Compensation Insurance: The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, the Contractor shall provide adequate coverage for the protection of such employees. • Public Liability Insurance: The Contractor shall procure and maintain broad form commercial general liability insurance (including contractual coverage) and commercial automobile liability insurance in amounts not less than shown below. The owner shall be an additional named insured on this insurance on this insurance with respect to all claims arising out of the operations or work to be performed. Commercial General Commercial General (Public) Liability, A. Premises / Operations other than Automobile B. Independent Contractors C. Products / Completed Operations $1,000,000.00 Combined single limit D. Personal Injury for Bodily Injury and Property Damage E. Contractual Liability F. Explosion, Collapse, and Underground Property Damage Automobile A. Owner Leased Automobiles B. Non -Owned Automobiles $1,000,000.00 Combined single limit C. Hired Automobiles Bodily Injury and Damage Liability D. Owned Automobiles • Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable to the owner for the insurance required. Such certificate or an endorsement provided by the contractor must state that the owner will be given thirty (30) days written notice prior to cancellation or material change in coverage. Copies of an endorsement -naming owner as Additional Insured must accompany the Certificate oflnsurance. Indian River County reserves the right to accept or reject any or all bids in whole or in part and waive all any technicality or irregularity. Page 11 of 45 Bid No. 2019016/IRC-1631 Note: Any and all special conditions attached hereto, which may vary from these General Conditions, shall have precedence. End of General Terms and Conditions Page 12 of 45 Bid No. 2019016/IRC-1631 TECHNICAL SPECIFICATIONS SCOPE This beautification project consists of the installation of landscaping improvements within the medians of US Highway 1 between Oslo Road and the South County line. This project includes clearing and grubbing, placement of a soil amendment layer, and planting a total of 10,568 trees, shrubs, and ground cover plants. In order to be eligible to complete this project, the contractor must be a FDOT pre -qualified Landscaping Contractor. For a list of FDOT pre -qualified Landscaping Contractors in Florida, please visit the following link and type LANDSCAPING into the 'Enter Work Class' box: https://fdotwpl. dot. stote. fl. us/contractorprequalification/public/PrequalifiedVendorSearch. aspx Drawings/Design sheets entitled: State Road 5 (US Highway 1) Landscape Improvements Sheet LD -1 Key Sheet LD -2 Summary of Pay Items LD -3 — LD -3A Landscape General Notes LD -4 Plan Sheet Layout LD -5 — LD -18 Landscape Plans LD -19 — LD -20 Landscape Specifications LD -21 — LD -22 Landscape Installation Details LD -23 — LD -24 Maintenance of Traffic All work performed by the contractor under this contract shall conform to the applicable Florida Department of Transportation (FDOT) Design Standards FY 2018-19. http://www.fdot.qov/design/standardplans/DS.shtm FDOT Standard Specifications for Road and Bridge Construction July 2018. http://www.fdot.gov/programmanagement/Implemented/SpecBooks/ End of Technical Specifications Page 13 of 45 Indian River County Purchasing Division %'`�� 1800 277`' Street Vero Beach, FL 32960 Phone (772) 226-1416 4 BID FORM PROJECT NAME: US HIGHWAY 1 LANDSCAPING —SOUTH COUNTY LINE TO OSLO ROAD (IRC -1631) Bid #: Bid Opening Date and Time Bid Opening Location: 2019016 Wednesday, October 3, 2018 Purchasing Division 1800 27" Street Vero Beach, FL 32960 Project completion time after receipt of "Notice to Proceed" or P0: 60 DAYS The following documents must be submitted and made a condition of this Bid: 2:00 P.M. A. Bid Form & Itemized Bid Schedule (pages 12 to 14, inclusive): B. Required Bid security in the form of1,� d � (page 15); C. Drug -Free Workplace Certification (page 16); D. Sworn Statement under Section 105.08. Indian River Code. on Disclosure of Relationships (pages 17 to 18, inclusive): E. Bidders Qualifications Questionnaire (pages 19 to 22, inclusive); F. Sworn Statement Under the Florida Trench Safety Act (pages 23 to 24. inclusive); G. List of Subcontractors (page 25) Page 14 of 45 Indian River County Purchasing Division 180027 lh Street Vero Beach, FL 32960 Phone (772) 226-1416 BID SCHEDULE PROJECT NAME: US HIGHWAY 1 LANDSCAPING - SOUTH COUNTY LINE TO OSLO ROAD PROJECT NO. IRC -1631 BID NO. 21019016 (. U BIDDER'S NAME: ��'�l 1).Si1'UCkGo Fechi')0kC,i�S ftem No. Description Unftl Unit Price Quantity Total Amount 101-1A MOBIL IZATION/DEMOBILIZATION LS 1 t,ot�- C 0 102-1 MAINTENANCE OF TRAFFIC LS 1 ILL 104-2A PREVENTION, CONTROL & ABATEMENT OF EROSION AND WATER POLLUTION LSI 1 110-1-1 ISTANDARD CLEARING & GRUBBING LS t J I L'%'i : o 162-1-3 PREPARED SOIL LAYER 12" DEPTH CY 5c), bc 1,180 >�! , -' �' 0[1' 580-1-1 A BULBINE FRUTESCENS 'HALLMARK'/ STALKED BULBINE 3 GAL 12" FULL EA 17 0 3,942 j l 580-1-1 B HELIANTHUS DEBILIS /DUNE SUNFLOWER (1 GAL, 6" FULL) EA ,6 c b0 513 :3, 580-1-1C JUNIPERUS CONFERTA /SHORE JUNIPER 3 GAL, 6" HT. EA ! r l� 4,803 580-1 -1D FURCRAEA GIGANTEA VARIEGATA / FALSE AGAVE (14- 14"580-1-1 FULL) EA �� `l 47 `1<• �/ + ;�U 580-1-1 E ISERENOA REPENS /SAW PALMETTO 20" FULL EA 24 580-1-2A NERIUM OLEANDER / OLEANDER STANDARD, 6 FT HT. EA/ 51 /% `� i • `K` 580-1-2B HARDWOOD MULCH 3" DEPTH CY G'�" 320.�1� S �' 580-221 PHOENIX ROEBELENII / PYGMY DATE PALM (SINGLE, 6 FT HT. MIN.) EA 21 6.16, SJ •��� 580-7103 MUHLENBERGIA CAPILLARIS /PINK MUHLY 18" FULL EA 321 Y �U 580-7373 SPARTINA BAKERI / SAND CORD GRASS 18- FULL EA l �7 -�O 846 US HG447A'i 1 LANDSCAP!NG—SOUTH COUNTYLINE TO OSLO ROAD 1500000 �- TOTAL BID AMOUNT �� —y 71 LS -Lump Sum EA --Each CY_Cubic Yard NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF _PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID SCHEDULE WILL BE UTILIZED FOR BIDDING PURPOSES. �- TOTAL PROJECT BID AMOUNT IN WORDS I� x iii;; lir( IY Cl l -1 -"q - /)r%--�" d &ll4ts" a1-0 •--Ftp--71��. �'�;7iS Page 15 of 45 �`ER Indian River County Purchasing Division o�, ., 1800 271'' Street Vero Beach, FL 32960 I�` Phone (772) 226-1416 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items above, 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. Company Name: Green Construction Technologies Inc. Company Address: 2130 N.E. 15th Terrace City, State Wilton Manors, Florida Zip Code 33305 Telephone: 954-563-3379 Fax: None E-mail: GCT-GC@BELLSOUTH.NET Business Tax Receipt Number: 180-8382 FEIN Number: 65-0802133 Authorized Signature:�L'L'A�L t Dater ('/? % L: / i Name: Christina L. Erwin (Type / Printed) Page 16 of 45 Title: President Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: (Name, legal status and address) Green Construction Technologies, Inc. 2130 N.E. 15th Terrace Wilton Manors FL 33305 OWNER: (Name, legal status acrd address) Indian River County Purchasing Division 1800 27th Street Vero Beach FL 32960 SURETY: (Name, legal status and principal place r fhrecinesv) United States Fire Insurance Company 305 Madison Avenue Morristown NJ Mailing Address for Notices (Same as Above) BOND AMOUNT: 5% Five Percent of Amount Bid 07962 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: tti'arrre, location or address audl'rojecruumber, ifmq% U. S. Highway 1 Landscaping - South County Line to Oslo Road (IRC -1631) - Bid No. 2019016 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such tine 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 1'roiect and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this 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 perlimn the work cowered by said bid, then this obligation shall be null and void, otherwise to remain in 11611 lorce and ell'ecl. The Surely hereby waives any notice of aft agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the lime tier acceptance ol'bids specilied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent liar an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid ton Contractor, the temt Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Band has been furnished to comply with a statutory or other legal requirement in the location of the Project. any pnwision in this Bond conflicting %with said statutory or legal requirement shall be deemed deleted herelrom and provisions confibmting to such statutory or other legal requirement shall be deemed incorporated herein. When so lumished, the intent is that this Bund shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 3rd day of October, 2018. tiritness) Olga Iglesias S-0054/AS 8110 Green Construction Technologies, Inc. (Principal)- (Seal) (17th):_ United States Fire Insurance Company (,titrret)) (Seal) By: (Title)Charles J. Nielson , Attorney-I—n-Fact Bid No. 2019016/IRC-1631 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." Page 17 of 45 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW,IERSEY 00927402018 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Ian A. Nipper, David Russell Hoover, Joseph Penichet Nielson, Charles David Nielson, Charles Jackson Nielson, Shown Alan Burton each, its true and lawful Attomey(s)-In-Fact. with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2019. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect. and consistent with Article Ill thereof. which Articles provide, in pertinent part: Article IV. Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President. any Assistant Vice President. the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings. recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance. deeds. leases. mortgages. releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers. Section 3.1 I, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks. or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures. lithographed or otherwise produced. of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation 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 Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF. United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10'h day of March. 2016. UNITED STATFc F1RF INS1 TRANCE COMPANY lire-, -, _ Anthony R. Slimowicz, Senior Vice President State of New Jersey, County of Morris ) On this 10'h day of March 2016. before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA .! 1`- NOTARI' PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMbIISSION EXPIRES 3/25/2019 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and et%ct and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 3 day of Oct. 2018 UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President Bid No. 2019016/IRC-1631 DRUG-FREE WORKPLACE CERTIFICATION (Please include this form with your bid) The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Green Construction Technologies Inc. does; (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Green Construction Technologies Inc. mpany Name BiNer's Signature Dater chi C�l. Page 18 of 45 Bid No. 2019016/IRC-1631 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 2 This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2019016 for US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD (IRC -1631) This sworn statement is submitted by: Green Construction Technologies Inc. (Name of entity submitting Statement) whose business address is: 2130 N.E. 15th Terrace Wilton Manors, Florida 33305 and its Federal Employer Identification Number (FEIN) is 3. My name is Christina L. Erwin 65-0802133 (Please print name of individual signing) and my relationship to the entity named above is President and Owner 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.] V 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 19 of 45 Bid No. 2019016/IRC-1631 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 STATE OF FLORIDA COUNTY OF Broward Name of County Commissioner or employee Relationship (Date) The foregoing instrument was acknowledged before me this ? day of 20_, by_ who.is personally known -to me or who has produced as identification. SIGN: PRINT: wise Mindy _auny 25 2022 `c< Bell c -nded t`aty n -Marv, �`Iilif{Il\\ Page 20 of 45 NOTARY PUBLIC Notary Public, State at large My Commission Expires: (Seal) Bid No. 2019016/IRC-1631 BIDDERS QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: IRC -1631 Project Name: US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD 2 3 ul 5 [:9 7 Bidders Name Address: Green Construction Technologies Inc. 2130 NF 15th Terrace Wilton Manors Florida 3330.5 Bidder's Telephone & FAX Numbers: 954-563-3379 Office No Fax Line Licensing and Corporate Status: a. Is Contractor License current? _ b. Bidder's Contractor License Contractor's License to the bid] Yes No: CGC1504609 [Attach a copy of C. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. d. Attach Contractor's FDOT Pre- ualification q Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 21 Years What is the last project OF THIS NATURE that the firm has completed? City of Pinellas Park- SR 693 Median Landscape Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name. Owner. and the Owner's telephone number for each project in which the firm failed to complete the work.] Has the firm ever been assessed liquidated damages? No [If your answer is -yes". then attach a separate page to this questionnaire that explains the circumstances and list the project name. Owner. and the Owner's telephone number for each project in which liquidated damages have been assessed.] Has the firm ever been charged by OSHA for violating any OSHA regulations? No Page 21 of 45 Bid No. 2019016/IRC-1631 [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner. and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name. Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire. a notarized financial statement and other information that documents the firm's financial strength and history. 12. Has the firm ever defaulted on any of its projects? No [If your answer is "yes-. then attach a separate page to this questionnaire that explains the circumstances and list the project name. Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Patrick Erwin Date of Inspections: 09/26/2018 18. Name of on-site Project Foreman: Ottoniel Tottis Number of years of experience with similar projects as a Project Foreman: 10 16. Name of Project Manager: Patrick Erwin Number of years of experience with similar projects as a Project Manager: 30 17. State your total bonding capacity: $3,000,000.00 18. State your bonding capacity per job: $1,500,000.00 19. Please provide name, address, telephone number. and contact person of your bonding company: Nielson, Hoover and Company, 8000 Governors Square Suite 101, Miami Lakes FL 33016 Shawn Burton, 305-722-2666, SBURTON@NIELSONBONDS.COM Page 22 of 45 Bid No. 2019016/IRC-1631 20. Complete the following table for SIMILAR projects: Name of Project Date Completed Owner Contact Person: Name/ Email Address/Phone Original Contract Amount Final Contract Amount Page 23 of 45 Bid No. 2019016/IRC-1631 [NOTE: If requested by the C'ounw. the Bidder sliall furnish references. and other infoimation. sufficiently comprehensive to peniiit an appraisal of its abilities as a contractor] By: L L President f (Signature) 1 _ (Position or Title) (Date) [END OF BIDDERS QUALIFICATIONS QUESTIONNAIRE] Page 24 of 45 Bid No, 2019016/IRC-1631 SWORN STATEMENT UNDER THE FLORIDA TRENCH SAFETY ACT THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. This Sworn Statement is submitted with Project No. IRC -1631 for US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD (IRC 1631) -. This Sworn Statement is submitted by Green Construction Technologies Inc. iL-mcra Name of Entity Subrii*ting Sworn Statement) 2130 N.E. 15th Terrace Wilton Manors Florida 33305 hereinafter -BIDDER'. The BIDDER's address is BIDDER's Federal Employer Identification Number (FEIN) is 65-0802133 3. My name is Christina L. Erwin and my relationship to the BIDDER fP•in- Name of IndVidUal Signin; ',, is President 'Pasriin or Titlei I certify. through my signature at the end of this Sworn Statement. that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act. Section 553.60 et seq Florida Statutes and refer to the applicable Florida Statue(s) andior OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDERs compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount of S 0.00 . based on the linear feet of trench to be excavated over five (5) feet deep. for compliance with the applicable Trench Safety Standards. and intends to comply with said standards by instituting the following specific method(s) of compliance on this Project: "there will be no trenching in excess of 5—ft The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness. or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards, Page 25 of 45 Bid No. 2019016/IRC-1631 7. The BIDDER has allocated and included in its bid the total amount of S 0.00 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: *** No trenching in excess of 5 feet The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy. completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8. The BIDDER. in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that. based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Projects surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. BIDDER: // Green Construction Technologies Inc. By: Positioner Title: President- Christina L. Erwin Date: 1 STATE OF FLORIDA COUNTY OF Broward Personally appeared before me. the undersigned authority. who after first being sworn by me. affixed his/her signature in the space provided above on this day of .20 Notary Public, State at large My Commission Expires: Page 26 of 45 iil�5i�?5?rCG il'9(b?34 A Boded Mru twran l4otary Bid No. 2019016/IRC-1631 LIST OF SUBCONTRACTORS The Bidder MUST list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, additions, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No.IRC-1631 for US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD Note: Attach additional sheets if required. Page 27 of 45 Work to be Performed Subcontractor's Name/Address Portion of Work 1. r Ni 2. 3. 4. 5. 6. 7. 8. 9. 10. Note: Attach additional sheets if required. Page 27 of 45 Green Construction Technologies Inc. has the financial capacity to complete this project including but not limited to: property, equipment, company assets, funds and credit lines with vendors and a $3,000,000 bonding capacity. Please see the included Balance Sheets and Inventory List. IN WITNESS WHEROF, I have hereunto set my hand and seal this S+` day ofK , 2018. COMPANY: GREEN CONSTRUCTION TECHNOLOGIES INC Print Nam' 11Y tS'h Title: STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this :2S day of2018, by �%i'►K5 h r L who has acknowledged before me that he/she executed the foregoing instrument for the uses and purposes therein set forth. He/his personally known to me. My commission expires: ZC N tary Public State of Flo""•t;:�<, Balance Sheets December 31, 2017 and 2016 Green Construction Technologies, Inc. Wilton Manors, Florida Assets See Accompanying Notes and Independent Accountants' Review Report WILLIAM WEBB & ASSOCIATES, LLC CERTIFIED PUBLIC ACCOUNTANTS w w 2017 2016 Current Assets Cash (Note 1) $ 189,354 $ 142,961 Accounts Receivables (Note 2) 2,100 180,622 Prepaid Expenses 8,043 5,601 Total Current Assets S 199,497 $ 329,184 Fixed Assets (Note 1) Automobile Equipment $ 294,027 $ 226,318 Furniture and Fixtures 20,900 20,900 Leasehold Improvements 5,969 5,969 Machinery and Equipment 176,613 172.600 $ 497,509 $ 425,787 Less: Accumulated Depreciation 325,729 271.518 Net Fixed Assets $ 171,780 $ 154,269 Total Assets $ 371,277 S 483,453 See Accompanying Notes and Independent Accountants' Review Report WILLIAM WEBB & ASSOCIATES, LLC CERTIFIED PUBLIC ACCOUNTANTS w w Balance Sheets N December 31, 2017 and 2016 Q N Green Construction Technologies, Inc. O00 Wilton Manors, Florida Liabilities and Stockholders' Equity 2017 2016 Current Liabilities Accounts Payable $ 5,750 S 19,549 Note Payable - Current 1,958 52,790 Credit Cards Payable - 33,216 Payroll Tax Payable 37 650 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (Note 3) - 5,614 Total Current Liabilities $ 7,745 $ 111,819 Long -Term Liabilities Notes Payable (Note 4) $ 1,958 S 55,228 Less: Current Portion Above 1,958 52,790 Net Long -Term Liabilities $ - S 2,438 Stockholders' Eguity Common Stock - $1 Par Value; 100 Shares Authorized; Issued and Outstanding $ 100 S 100 Additional Paid -In Capital 160,000 160,000 Retained Earnings 203.432 209.096 Total Stockholders' Equity $ 363,532 $ 369,196 Cl) Total Liabilities and Stockholders' Equity $ 371,277 $ 483,453 0 m n m m m w N O_ V a See Accompanying Notes and Independent Accountants' Review Report IAM IJAM WEBB & ASSOCIATES. LLC CERTIRED PUBLIC ACCOUNTANTS Equipment List • 2017 Chevy C1500 Silverado • 2016 Chevy 2500 Silverado • 2011 International 4300 Box Truck • 2006 Chevy 3500 dually Silverado Truck • 2006 Chevy 1500 Silverado Truck • 2003 Sterling dump truck 56,000 lbs • 2002 GMC Irrigation van with fully stocked irrigation inventory and tools • Backhoe JCB -3 Loader with bucket ( 2014) • Backhoe JCB 214 combination backhoe/front end loader w/ tree boom and forks (1997) • 2009 Bobcat 5250 Skid Steer Loader • Skid steer loader New Holland X1865 with boom(1997) • Lay -mor 6HB Broom (1997) • MikasaVibratory Walk Behind Plate Compactor (2013) • 2006 Horton 35 ft. gooseneck equipment trailer • One 1998 Vermeer Trencher 3550 with boom and assorted chains • MOT -numerous cones • Light Tower • Tamper -Honda Jumping Jack (2013) • Generator -Honda • Concrete saw -gas powered Stihl • Transit laser • One Enclosed trailer • Two flat bed trailers • One Lesco 30 gallon power sprayer • Chainsaws • Water Wagon 500 gal. capacity gas powered • All necessary hand tools and irrigation Inventory • Power tools • Stihl Blower • Gas powered pole saw • Gas powered hedge trimmers • Gas powered weed eaters • TORO 2TR mower • Dixie Chopper • Hydraulic hammer • Hydrostatic pressure pump t •. Florida Department of Transportation GOVERNRICKSOR NOR-rF 605 Suwannee Street 1ilkE DEM' o\ Tallahassee. FL 32399-0450 SECRETARI' flay 9, 2018 GREEN CONSTRUCTION TECHNOLOGY INC. 2130 N.E. 15 TERRACE WILTON MANORS, FLORIDA 33305 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate c: Qualification will expire 6/30/2019. However, the new application is due 4/30/2019. In accordance with S.337.14 (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 Prequalification Application System via the following link: HTTPS://fdotwpl.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: GRASSING, SEEDING AND SODDING, LANDSCAPING, SIDEWALK, irrigation You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as 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 r2quired by Section 14-22.006(3), F.A.C., to certify their wort: underwav monthly in order to adjust maximum bidding capacity to available Lidding camacity. You can find the link to this report at the website shown above. AA:cj Sincerely, Alan Autry, Aial;ager Contracts Administration Office www.IdOt.QOv RICK SCOTT. GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA dFlorida D r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ERWIN, PATRICK JOSEPH GREEN CONSTRUCTION TECHNOLOGIES INC Vtk* 2130 N.E. 15TH TERRACE WILTON MANORS FL 33305 7:7 LICENSE NUMBER: CGC1504609 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. CERTIFIED PROFESSIONAL CONTRACTOR The Florida Nursery, Growers & Landscape Association ociation Confers on Patrick Erwin C69 00247 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date: June 30, 2019 Certified Since: July 2004 GLA Certification Director J Green Construction Technologies Project List CITY OF PINELLAS PARK SP, 693 Median Landscape Improvements We excavated and cleared 33,000 SF of median. Our team removed and replaced the soil prior to installing a Florida friendly groundcover of Perennial Peanut. Contract amount: $174,085.04 Feb. 21, 2018- July 13, 2018 PEMBROKE PINES FLORIDA Recreation Fields 1&2 Irrigation Conversion Our crew made an upgrade to install golf course irrigation on athletic fields Contract Amount: $93,170.00 April 24, 2018 -May 8, 2018 CITY OF FELLSMERE Meadows Field Irrigation and Sod Installed a new irrigation system with controller and electric. Graded field and installed 180,000 SF of sod. Contract Amount: Sod $74,925.00 Contract amount: Irrigation $57,239.44 Feb 19, 2018- May 31, 2018 CITY OF LEESBURG US 441 Median, Landscape Improvements Installed landscape and irrigation along the swales of Hwy US 441 in front of the airport and 2 miles down the road. Contract Amount -$712,958.98 April 2017 -September 2017 CITY OF TAMPA Dale Mabry Highway Living Memorial 7—a T` FNGLA AWARD WINNING PROJECT Installed landscape, insignia designs and irrigation in the medians of Dale Mabry Highway. The length of medians measured approximately 2 miles. Contract Amount -$1,410,206.75 August 2016 -July 2017 11Page PASCO COUNTY Wesley Chapel District Park Phase I and II Irrigation System Repair and Replacement Installed 2 miles of re -use C900 DIP, pressure regulating assembly, weather stations, clocks and valves for a county park Contract Amount- Phase 1 $210,431.00 Phase II $246,113.00 January 2016 -August 2016 MIAMI DADE COLLEGE KENDALL CAMPUS Landscape and Irrigation System Entrances and Swimming Pool Areas Clearing, grubbing, demolition, tree removal/relocation, installation of trees, plants sod and installation of irrigation Contract Amount- $808,680.57 June 2015 -December 2015 CITY OF GAINESVILLE Sixth Street Rail Trail Landscaping Clearing, grubbing installation of trees, plants and sod, installation of railroad ties, pavers, curbing and irrigation Contract Amount- $286,644.89 February 2015 -June 2015 CITY OF ORANGE CITY US 17-92 Medians Landscape Beautification Clearing, grubbing, sod removal, installation of trees, plants and sod on US 17-92 medians Contract Amount- $223,477.39 June 2014 -September 2014 QUANTUM PARK OVERLAY DEPENDENT DISTRICT Gateway Boulevard Lakes 4&5 Landscaping, tree removal, MOT and maintenance Contract Amount- $47,929.01 June 2014 QUANTUM PARK OVERLAY DEPENDENT DISTRICT Gateway Boulevard Medians Excavation, irrigation, landscaping, MOT and maintenance in medians Contract Amount- $115,688.62 October 2013 -April 2014 QUANTUM PARK OVERLAY DEPENDENT DISTRICT Gateway Boulevard Island Accident Restoration Irrigation repair, landscaping and MOT in medians Contract Amount- $4,950.00 April 2014 QUANTUM PARK OVERLAY DEPENDENT DISTRICT Gateway Lake Bank Restoration Prep and landscaping Contract Amount- $11,680.00 March 2014 Green Construction Technologies Project List - - — -� CITY OF WEST PALM BEACH BROWARD COUNTY BOARD OF COMMISSIONERS 19" 20" 21srsr 'Landscape and irrigation Markham Park Clearing, grubbing, MOT, landscaping and irrigation in Provide and install playground, safety surface, artificial turf median and swales and shade structure Contract Amount- $ 118,554.82 Contract Amount- $162,970.30 December 2013 -February 2014 November 2010 -April 2011 CITY OF FORT LAUDERDALE Hortt Community Center 1 NLACt AWARD WINNING PROJECT Construction of community center including shell, roof, electric, plumbing, air conditioning, formwork, concrete, flooring, tiling, painting, carpentry, drywall, pavers, storefronts, windows and doors, landscaping, irrigation, grading, and asphalt. Contract Amount- $814,654.54 June 2011 -October 2012 CITY OF DANIA BEACH US 1 Right of Way improvements Phase 11 Demolition, landscaping, tree removal, irrigation, directional boring, MOT, asphalt, concrete curb, concrete sidewalk, electrical, waterline relocation, street lights, traffic interconnect in medians and swales on US 1 Contract Amount- $1,293,262.00 July 2012 -August 2013 CITY OF DANIA BEACH US 1 Right of Way Improvements Phase I Demolition, landscaping, tree removal, irrigation, directional boring, MOT, asphalt, concrete curb and concrete sidewalk in medians and swales Contract Amount- $717,506.62 CITY OF WEST PALM BEACH Parker Avenue Landscaping Contract Amount- $191,170.00 January 2012 -March 2012 CITY OF FORT LAUDERDALE Harbordale Park Install artificial turf and playground protective surfacing Contract Amount- $24,778.95 December 2011 -January 2012 2 1 P a g e CITY OF FORT LAUDERDALE Melrose Manors Entryway Sign Project Signage, pavers, curbing, landscaping, irrigation, solar lighting and asphalt removal Contract Amount- $74,751.00 February 2011 -July 2011 CITY OF FORT LAUDERDALE Oswald Park Install artificial turf and playground protective surfacing Contract Amount- $40,450.75 March -May 2011 CITY OF FORT LAUDERDALE Dolphin Park Install artificial turf, excavation, compaction and grading Contract Amount- $14,702.41 January 2011-Febuary 2011 FLORIDA DEPARTMENT OF TRANSPORTATION Fast Track Barrier Wall Repair- Lake Worth Road Removal of barrier wall, MOT, placement of temporary barrier wall, and construction of new barrier wall Contract Amount- $91,989.00 October 2011 FLORIDA DEPARTMENT OF TRANSPORTATION Fast Track Barrier Wolf Repair- 1-95/45`' Street Removal of barrier wall, MOT, placement of temporary barrier wall, construction of new barrier wall and asphalt restoration Contract Amount- $80,359.50 June 2011 -August 20111 CITY OF FORT LAUDERDALE Coral Ridge Park Clearing, fencing, electric, landscaping, tree removal, irrigation, rock climbing feature, site furniture and artificial turf Contract Amount- $117,191.80 January 2011 -May 2011 CITY OF PEMBROKE PINES West Campus Charter School Athletics Fields Renovation Removal of sod, laser grade and install synthetic grass system Contract Amount- $299,875.00 July 2010 -August 2010 Green Construction Technologies Project List FLORIDA DEPARTMENT OF TRANSPORTATION CITY OF GREEN ACRES Fast Track Barrier Wall Repair -Southern Boulevard Freedom Pork Removal of barrier wall, MOT, placement of temporary Laser grading, Landscaping, complete irrigation, sodding barrier wall, and construction of new barrier wall concrete slabs, pavers and furniture for ball fields Contract Amount- $117,849.94 Contract Amount- $72,849.00 November 2009 -February 2010 April 2009 -July 2009 FLORIDA DEPARTMENT OF TRANSPORTATION Fast track Barrier Wall Repair -Blue Heron Boulevard Removal of barrier wall, MOT, placement of temporary barrier wall, and construction of new barrier wall Contract Amount- $61,302.00 November 2010 CITY OF PEMBROKE PINES East Central Charter School Athletic Fields Renovation Removal of sod, laser grade and roll new sod Contract Amount- $124,333.80 July 2010 - CITY OF WEST PARK Mary Saunders Park- Parking Lot Demo, asphalt, curbing, landscaping, irrigation, lighting and electric Contract Amount- $129,632.77 July 2009 -October 2009 VILLABE OF ROYAL PALM BEACH Ponce De Leon Circle Demo, clearing, asphalt, concrete, landscaping, irrigation MOT and electric for traffic circle Contract amount- $134,612.18 February 2009 -April 2009 CITY OF WEST PARK City-wide Entrance Sign and Landscaping Demolition, MOT, electric, signage, landscaping and irrigation Contract amount- $155,600.00 October 2008 -April 2009 CITY OF FORT LAUDERDALE Mills Pond Park New Boundless Playground Demo, clearing, asphalt, concrete, landscaping, irrigation, playground equipment, site furniture and shade structure for ADA Playground Contract Amount- $218,604.12 March 2009-Septembeer 2009 FLORIDA DEPARTMENT OF TRANSPORTATION Pushbutton Sidewalk Repair Demo, remove, replace and repair sidewalks and curbs, install ADA ramps and MOT Contract Amount- $699,999.00 October 2007 -May 2009 3 1 P a g e TOWN OF JUPITER Jupiter Elementary School Soccer Field and Walking Trail Clearing, grading sodding, irrigation, soccer goals, laser grading, top dressing and rolling Contract Amount- $55,473.76 June 2008 -August 2008 CITY OF GREEN ACRES Liberty Park Elementary School Sidewalk Demo, clearing, irrigation, sodding, electric, lighting and asphalt Contract Amount- $127,837.55 September 2008 -October 2008 TOWN OF JUPITER Swale Rehabilitation Program Phase I and 11 Clearing, grading, sodding, driveway reconstruction and irrigation repair Contact Amount- $799,999.80 October 2007 -April 2008 CITY OF WEST PALM BEACH Palm Beach Lakes Boulevard Thoroughfare Landscaping, irrigation, tree removal, boring and electric in medians and swales Contract Amount- $981,510.35 May 2006 -December 2006 CITY OF SUNRISE Flamingo Road Streetscope Project Landscaping, irrigation, pavers, curbing, jack and bore, pump stations in medians and swales Contract Amount- $740,479.90 February 2005 -February 2006 DIVISION OF CORPORATIONS DE/til , i Uf .o�g (-'�1_p r ),,r� ,\rrlr�� �/��, ,l.! .,ii+�tral '�!Itt� rf j7r�rltEu r.•rb•aF� Deva tment of State / Division of Corporations / Search Records / Detail y Document Number / Title P ERWIN, CHRISTINA L 2130 NE 15TH TERRACE WILTON MANORS, FL 33305 Annual Reports Report Year Filed Date 2016 02/11/2016 2017 02/27/2017 2018 04/13/2018 Document Images 04/132018 -- ANNUAL REPOR 12/06/2017 — Amendment 11/16/2017 --Amendment 02/27/2017 --ANNUAL REPORT 02/11/2016 -- ANNUAL REPORT 02/06/2015 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 01/16/2014 -- ANNUAL REPORT View image in PDF format 04/08/2013 --ANNUAL REPORT View image in PDF format ----j _ 02/14/2012 --ANNUAL REPORT View image in PDF format f 03/15/2000 -- ANNUAL REPORT 06/21!2011 --Amendment View image in PDF format 0212711999 --ANNUAL REPORT 02/22/2011 —ANNUAL REPORT View image in PDF format 05/20/1998 --ANNUAL REPORT 03/31x2010 --ANNUAL REPORT View image in PDF format 11/0311997 -- Domestic Profit 04/21/2009 —ANNUAL REPORT View image in PDF format 04/23,/2008 — ANNUAL REPORT View image in PDF format 11/19/2007 — Name Change View image in PDF format 06/18/2007 --ANNUAL REPORT View image in PDF format 07/07/2006 --ANNUAL REPORT View image in PDF format 03/28/2005 --ANNUAL REPORT View image in PDF format 01/29/2004 -- ANNUAL REPORT View image in PDF format 04/28/2003 --ANNUAL REPORT View image in PDF format 02/17/2002 -- ANNUAL REPORT View image in PDF format 09/18/2001 -- ANNUAL REPORT View image in PDF format ,I 03/15/2000 -- ANNUAL REPORT View image in PDF format 0212711999 --ANNUAL REPORT Vier: image in PDF format 05/20/1998 --ANNUAL REPORT View image in PDF format 11/0311997 -- Domestic Profit View imaae in PDF format � GREECON-01 CBARTON A`CO�RO CERTIFICATE OF LIABILITY INSURANCE FDATE 6/2 1 12 0 1 YY) 06/21/2018 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 have ADDITIONAL INSURED provisions or 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 COINTACT Sandy Simeon Collinsworth, Alter, Fowler & French, LLC 8000 GovernorsS quare Blvd Suite 301 Miami Lakes, FL 33016 PHONE TFAX (A/C, No, Ext): I (AIC, No): E-MAIL ADDRESS: ssimeon@caffllc.com -- INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Berkley Assurance Company 39462 03/16/2018 INSURED INSURER B : Wesco Insurance Company 25011 INSURER C: Associated Industries Ins Co 23140 Green Construction Technologies, Inc. INSURER D: Federal Insurance Company 20281 2130 NE 15th Terrace Wilton Manors, FL 33305 INSURER E INSURER F: PRODUCTS - COMP/OP AGG $ 2,000,000 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 TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR VUMC0140991 03/16/2018 03/16/2019 EACH OCCURRENCE $ 1,000'000 DAMAGE TSESO RENTED $ 100,000 MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY $ 1'000'600 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � PE ❑ LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X AUTOS ONLY X AUOTOS ONL� WPP154191801 03/16/2018 03/16/2019 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY Perperson) $ BODILYBODILY INJURY Per accident $ Per acGCentDAMAGE $ $ A X UMBRELLA LIAB EXCESS LIAB HCLAIMS-MADE OCCUR VUMC0141011 03116/2018 03/16/2019 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1'000'060 DED I I RETENTIONS $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N OFFICER/MEMBER EXCLUDED? ECUTIVE ❑ (Mandatory In ) If yes, describe under DESCRIPTION OF OPERATIONS below N / A AWC1102609 03/16/2018 03/16/2019 PER OTH- X I 1,000,000 E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYEE $ 1,000,000 1,000,000 E.L. DISEASE - POLICY LIMIT S D D Equipment Floater 'IEquipment Floater 45469930EUC 145469930EUC 03/16/2018 03/16/2018 03/16/2019 03/16/2019 Leased & Rented 100,000 Scheduled Equip 117,650 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Proof of Insurance X X X 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 Y�4 lzw ACORD 25 (2016/03) V l yoo-LUl O JAS IvJ u — -Uy , _ The ACORD name and logo are registered marks of ACORD Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 1 Date: July 24, 2018 Project Name: U.S. Highway One Landscaping —South County Line to Oslo Road (IRC - 1631) Bid Number: 2018069 Bid Opening Date: August 1, 2018 at 2:00 p.m. This addendum is released to provide minutes to answer questions received and is hereby incorporated into the bid documents. Question 1. Is there any maintenance after the final completion? Answer: No, after final completion IRC will perform maintenance. Question 2. We understand that we have to water landscape product for 90 days. The question is after the 90 days, the County will take over the watering and weeding during the Guarantee Period for 1 year as per Section 1.09 A -B -C. Are we understanding this correctly. Answer: After final completion IRC will perform maintenance. Question 3. Is there any existing irrigation, if not who will water it during the 1 year warranty of the plant and trees? Answer: There is no irrigation system; per contract documents IRC agrees to follow a care and maintenance plan provided by the contractor upon final completion. Question 4. There is a reference to a SWPP Permit and plan. Will the contractor be required to submit a NOI to the correct Department or has the County acquired the permit and we will submit a SWPPP as well as implement Erosion and Sediment Control devices and inspections to the County? Answer: The awarded contractor will be responsible for all permits and SWPPP compliance. The SWPPP will need to be approved by the county prior to any work. The project plans have already been approved by the FDOT. Question 5. Is there a proposed budget or engineers estimate? Answer: Yes, the engineer's estimate is $211,023.00, not including the Force Account. Page 1 of 2 Question 6. When is the project expected to be awarded, or go to commission? Is there a set deadline for the final completion or specific start date? Answer: There is no set start date, however the anticipated award date is August 14, 2018, and Notice to Proceed is typically around two weeks after award. The duration of the project is 60 days following NTP. Question 7. On the plan pages it calls out type e curb and gutter, where on other pages it says existing curb; can we conclude that all curbing is existing or is the new curb and gutter proposed? Answer: All calls refer to existing curb and gutter. There is no new curb and gutter associated with the project. Question 8. In the ITB on page 15 it says the contractor should use the form AIA Document A310 for the bid bond. I did not see this document in the ITB. Where can I download the correct form? Answer: "AIA Document A310 Bid Bond" should be available through your bonding company. Please consult with them. ********This Addendum MUST be acknowledged where indicated on the Bid Form and/or by return of this page with your proposal********* Company Name t'��� C)ns jl'tu Ui'1 Name: �' '!.l�1'<<: h/1CL Title: ice' S C lt. (Type / Printed) `` Authorized Signature: � ,i.�Ct% �'�-- —Date: i 7 r Telephone << f �(�� 7 f% Fax: Page 2of2 BOARD OF COUNTY COMMISSIONERS November 13, 2018 Green Construction Technologies, Inc. Attn: Ms. Christina L. Erwin 2130 N.E. 15`h Terrace Wilton Manors, Florida 33305 NOTICE OF AWARD Reference: Indian River County Bid No. 2019016 US Highway 1 Landscaping — South County Line to Oslo Road via Email Dear Ms. Erwin: It is my pleasure to inform you that on November 13, 2018, the Board of County Commissioners awarded the above -referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($373,659.52). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. 4. W-9. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, W-9, the Certificate(s) of Insurance and two fully - executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday, November 28, 2018. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennif& Hyde Purchasing Manager Office of Management and Budget • Purchasing Division 1800 271h Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasingPircgov.com 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 Green Construction Technologies, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This beautification project consists of the installation of landscaping improvements within the medians of US Highway 1 between Oslo Road and the South County line. This project includes clearing and grubbing, placement of a soil amendment layer, and planting a total of 10,S68 trees, shrubs, and ground cover plants. In order to be eligible to complete this project, the contractor must be a FDOT pre -qualified Landscaping Contractor. For a list of FDOT pre -qualified Landscaping Contractors in Florida, please visit the following link and type LANDSCAPING into the 'Enter Work Class' box: https.11fdotwpl. dot. state. fl. us/contractorprequalification/public/Prequalified VendorSearch. aspx All work performed by the contractor under this contract shall conform to the applicable Florida Department of Transportation (FDOT) Design Standards FY2018-19. h ttp://www. fdot. govldesignlstandardplans/DS. shtm FDOT Standard Specifications for Road and Bridge Construction July 2018. http://www.fdot. gov/progrommanagement/Implemented/SpecBooks/ 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: US HIGHWAY 1 LANDSCAPING —SOUTH COUNTY LINE TO OSLO ROAD (IRC -1631) Bid Number: 2019016 ARTICLE 3 - CONTRACT TIMES 3.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the specifications are of the essence of the Agreement. F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 60 calendar day after the date when the Contract Times commence to run as provided in the Notice to Proceed and completed and ready for final payment in accordance with the Notice to Proceed on or before the 90 calendar 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 proceeding the actual loss suffered by OWNER 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 $964.00 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 4.01.6, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $ 373,659.52 Written Amount: Three hundred seventy-three thousand six hundred fifty-nine dollars and fifty-two cents 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 F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx M 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 underthe 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 be submitted on the application for payment form supplied by OWNER and the application for 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 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. F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx 4 ARTICLE 6 — PUBLIC CONSTRUCTION BOND 6.01 Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. If bid does not exceed $100,000, no Public Construction Bond will be required. A. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. B. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. C. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its commissioners, officers, employees, and agents, 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 8 - CONTRACTOR'S REPRESENTATIONS 8.01 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. 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. 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. F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx 5 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 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: (1) Invitation to Bid 2019016; (2) CONTRACTOR'S Bid Form (pages 12 to 14, inclusive); (3) Bid Bond (page 15); (4) Drug Free Workplace Form (page 16); (5) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 17to 18, inclusive); (6) Bidders Qualifications Questionnaire (pages 19 to 22, inclusive); (7) Sworn Statement Under the Florida Trench Safety Act (pages 23to 24, inclusive); (8) List of Subcontractors (page 25); (9) Drawings consisting of a cover sheet and sheets numbered LD -1 through LD -24, inclusive, with each sheet bearing the following general title: State Road 5 (US Highway 1) Landscape Plan; F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx M (10) This Agreement (pages 26 to 36, inclusive); (11) Public Construction Bond (if applicable) (pages 37 to 39 inclusive); (12) Certificates of Liability Insurance (page 40); (13) Notice to Proceed (page 41); (14) Permittee's Affidavit Regarding Pollution (page 42 to 44, inclusive); (14) Addenda (if applicable) 1 ; (15) 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) Change Order(s) ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 10.02 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. 10.03 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. 10.04 Severability F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT. docx 7 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. 10.05 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 River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 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: F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx 8 (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127 1h Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. ARTICLE 11- TERMINATION OF CONTRACT 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. (6) if CONTRACTOR fails to pay subcontractors, materialmen and/or suppliers on a timely basis. 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; (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to enforce its rights herein. F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx E 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. [The remainder of this page was left blank intentionally] F:\Purchasing\Bids\2018-2019 FY (2019000)\2019016 Rebid - US 1 Landscaping\IRC-1631_AGREEMENT.docx 10 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 November 13 2018 (the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: :Gput�TY CO�j,s INDIAN RIVER COUNTY Peter Bryan, C n•'•ROO��VTY,F�����P• By: Jasont. Br wn, County Administrator APPROVEDAS TO FORa/h.—A . LE ALS ICIENCY: MA Y Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Name: James W. Ennis, P.E., PMP Title: County Engineer Address: 180127 th Street. Vero Beach, FL 32960 Phone: (772) 226-1221 Email: jennis@iresov.com CONTRACTOR: �reC�l AhS tru C�i10 r1 i c��nC�l etc%S -��C- (Contra(too Address for giving notices: 0 02 / _ -ruY= License No. CGS' Kp `/ 6l o `l . (Where applicable) Agent for service of process: Designated Representative: - Name: j'CctvjclL ., 4 rWM Title: V. f Address: _ p �' le✓►rCcc� Wil -kin M&MKo F1, 33305 Phone: / I Email: + - Ko ck •�'122_t (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) F:\Purchasing\13ids\2018-2019 FY (2019000)\2019016 Rebid - Us 1 Landscaping\IRC-1631_AGREEMENT.docx Bid No. 2019016/IRC-1631 PUBLIC CONSTRUCTION BOND INSTRUCTION FOR PUBLIC CONSTRUCTION BOND The front or cover page to the required public construction bond shall contain the information required by Fla. Stat. 255.05(1)(a), and be substantially in the format shown on the first page following this instruction. The Public Construction Bond shall be in the form suggested by Fla. Stat. 255.05(3) as shown on the second page following this instruction. A Power of Attorney from a surety insurer authorized to do business in Florida, authorizing the signature of the Attorney in Fact who executes the Public Construction Bond shall accompany that Bond. Page 38 of 45 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: 6021201429 CONTRACTOR NAME: Green Construction Technologies Inc CONTRACTOR ADDRESS: 2130 N.E. 151h Terrace, Wilton Manors, FL 33305 CONTRACTOR PHONE NO: (954) 563-3379 SURETY COMPANY NAME: United States Fire Insurance Company SURETY PRINCIPAL 305 Madison Avenue, Morristown, NI 07962 BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: (If 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: (973)490-6600 Indian River County Board of County Commissioners 1800 271h Street Vero Beach, FL 32960 772-226-1416 1800 271h Street Vero Beach, FL 32960 772-226-1416 $373,659.52 Bid No. 2019016 US Highway 1 Landscaping — South County Line to Oslo Road (IRC —1631) Vero Beach, Florida LEGAL DESCRIPTION: Various (If applicable) FRONTPAGE 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. 6021201429 (enter bond number) BY THIS BOND, We Green Construction Technologies Inc. , as Principal and United States Fire Insurance Company a corporation, as Surety, are bound to Indian River County, FL , herein called Owner, in the sum of $373,659.52, 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 a✓ 3 , , between Principal and Owner for construction Of US Highway 1 Landscaping - South County Line to Oslo Road (IRC -1631) - Bid No 2019016, 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 The provisions and limitations of Section 255.05 Florida Statutes, including but not limited to the notice and time limitations in Sections 255.05(2) and 255.05(10), are incorporated in this bond by reference. 00610-3 Green Construction Technologies, Inc. Name of Pri mal B0 �1( � pve__S _)(As Attorny l Fact) United States Fire Insurance Company Name of Surety) By: Charles J. Nielson, Atty.-In-Fact POWER OF ATTORNEY UNITED STATES FERE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 00927402018 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Ian A. Nipper, David Russell Hoover, Joseph Penichet Nielson, Charles David Nielson, Charles Jackson Nielson, Shawn Alan Burton each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2019. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation 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 Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this I (P day of March, 2016. UNITED STATFR FIRF. INSI TRANCE COMPANY Anthony R. Slimowicz, Senior Vice President State of New Jersey) County of Morris ) On this 10`s day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. /J SONIA SCALA _'JtA,_.e. NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/2019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY -' 41�, GRFFCON411 SSIMFON ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE 12/04/DD/Yl/2018 121048 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 have ADDITIONAL INSURED provisions or 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 C NTACT Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 H ON A/C, No, Ext): 305 822-7800 FAX No :305 362-2443 E-MAIL Miami Lakes, FL 33016 INSURERS AFFORDING COVERAGE NAIL N INSURER A: Berkley Assurance Company 39462 DAMAGE TISESO R(EaENTED $ 100,000 INSURED INSURER B: Wesco Insurance Company 25011 INSURER C: Associated Industries Ins Co 23140 Green Construction Technologies, Inc. INSURER D: Federal Insurance Company 20281 2130 NE 15th Terrace Wilton Manors, FL 33305 INSURER E INSURER F: COVFRAGFS CFRTIFICATF Nt1MRFR: REVISION NUMRFR: 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 SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX OCCUR X VUMC0140991 03/16/2018 03/16/2019 EACH OCCURRENCE $ 1'000'000 DAMAGE TISESO R(EaENTED $ 100,000 MED EXP (Any oneperson) $ 5'000 PERSONAL & ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 1XI PeT F LOC OTHER: GENERAL AGGREGATE 2,000'000 PRODUCTS - COMP/OP AGG 2,000,000 B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS p X AUTOS ONLY X AUUTO� ONLY X WPP154191801 03/16/2018 03/16/2019 COMBINED SINGLE LIMIT 1 000 000 BODILY INJURY Per person) BODILY INJURY Per accident) $ PPeof acaCent AMAGE $ A X UMBRELLA LIAR EXCESS LIAB HOCCUR CLAIMS -MADE VUMC0141011 03/16/2018 03/1612019 EACH OCCURRENCE 1,000,000 AGGREGATE 11000'000 DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE71E.L. KFICER/MEMggER EXCLUDE D? ndatory in NH) K. If yes, describe under DESCRIPTION OF OPERATIONS below N / A AWC 1102609 03/16/2018 03/16/2019 X PER OTH- EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 D D Equipment Floater Equipment Floater 45469930EUC 45469930EUC 03/16/2018 03/16/2018 03/16/2019 03/16/2019 Leased & Rented 100,000 Scheduled Equip 117,650 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Project: Vero Beach US Highwy 1 Landscaping Indian River County is included as additional insured with respect to general liability and auto liability when required by written contract. CFRTIFICATF HOI DFR cANCFI I ATInN AL;UKU 25 (2U1b/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Indian River County ty 1801 27th Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Vero Beach, FL 32960-3388 AUTHORIZED REPRESENTATIVE w AL;UKU 25 (2U1b/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTICE TO PROCEED Bid No. 2019016/IRC-1631 Dated TO (BIDDER) ADDRESS: Contract For: US HIGHWAY 1 LANDSCAPING — SOUTH COUNTY LINE TO OSLO ROAD (Insert name of Contract as it appears in the Contract Documents) Project No: IRC -1631 IRC Bid No. 2019016 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 60 calendar days for Substantial Completion of this project and 90 calendar days for Final Completion. In accordance with Article 3.2 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 "Instructions to Bidder, General Terms and Conditions" 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 6 of the Agreement. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) The project video (by professional videographer) must be submitted prior to construction. INDIAN RIVER COUNTY (Owner) (Authorized Signature) (Title) Page 42 of 45 Bid No. 2019016/IRC-1631 PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project (list project name and site address): STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the PERMITTEE, whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is entity named above is. who upon oath duly and my relationship to the (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. Permittee understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. Permittee understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: "... the presence in the outdoor atmosphere or waters of the state of any Page 43 of 45 Bid No. 2019016/IRC-1631 substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. Permittee understands and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. Permittee understands that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Permittee understands that this requirement is for this project regardless of the project size. 7. Permittee understands that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. Permittee understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Permittee shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Permittee shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Permittee must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Permittee's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Permittee is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. Page 44 of 45 Bid No. 2019016/IRC-1631 Under penalty of perjury, Permittee declares that it has read the foregoing affidavit and the facts stated in it are true. Permittee: Authorized Signature: Printed Name: Date: Work Telephone: Mobile Telephone: Email Address: FURTHER AFFIANT SAYETH NAUGHT (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) ********************************* The foregoing instrument was subscribed and sworn to before me this day of , 20_ by who is personally known to me or has produced identification and who did take oath. My Commission expires: as Notary Public State of Florida at Large Page 45 of 45