Loading...
HomeMy WebLinkAbout2024 05 06 Regular 501 Awarding of ITB# 03-24-03 PH for Pond Sediment Removel to Zulu Marine Services, Inc.REGULAR AGENDA ITEM 501 CITY COMMISSION AGENDA | MAY 6, 2024 REGULAR MEETING TITLE Award of ITB No. 03-24-03 PH for Pond Sediment Removal Services to Zulu Marine Services, Inc. as the lowest and most responsible and responsive bidder. SUMMARY An Invitation to Bid was published on Demand Star and the City website on March 22nd, 2023, seeking qualified vendors to perform pond sediment removal and disposal services throughout the city; specifically Oak Forest Lake, Torcaso Park Pond, Lake Willa Pond, Pond 59 in Chelsea Woods and Winter Springs Boulevard Pond. A total of 3 bids were received by the April 29th from the following: Firm Total: Zulu Marine Services $169,01.00, US Commerical Diving $228,114.50 and Lakefront Designs & Services $996,000.00. Staff recommends Zulu Marine Services be awarded the contract as the lowest responsive bid. FUNDING SOURCE The award fee of $169,010.00 is from Third Generation Sales Tax Revenue. Through City's request the NRCS will refund 75% of the total required funding for the sedimentation removal and the City is responsible for the remaining 25% funding. RECOMMENDATION Staff recommends the Commission approve the award of bid to Zulu Marine Services, Inc, as the lowest and most responsible and responsive bidder, to perform pond sediment removal and disposal services throughout the City in the amount of $169,010.00. Additionally, Staff requests the Commission authorize the Interim City Manager and City Attorney to prepare and execute documents consistent with this agenda item. 356 357 358 359 Lakefront Designs & Services, Inc. 813 Eyrie Dr Ph. (407) 281-8877 Oviedo, FL 32765 Fax (407) 281-9466 Mailing Address: PO Box 620058 Oviedo, FL 32762 Table Of Contents for ITB # 03-24-03 PH / Pond Sediment Removal Services Sect A Bidder Information and Acknowledgement Form ……….. Pg 1 Sect B Table of Contents ………………………………………… Pg 2 Sect C Introduction Letter ………………………………………… Pg 3 Sect D Qualification …………………………………………. Pg 4 Sect E Other Information ………………………………………….. Pg 6 Sect F Cost ………………………………………….. Pg 11 Sect G Mandatory Bid Forms …………………………………………... Pg 12 Sect H Florida State Corporate Filing…………………………………… Pg 29 360 Lakefront Designs & Services, Inc. 813 Eyrie Dr Ph. (407) 281-8877 Oviedo, FL 32765 Fax (407) 281-9466 Mailing Address: PO Box 620058 Oviedo, FL 32762 361 Lakefront Designs & Services, Inc. 813 Eyrie Dr Ph. (407) 281-8877 Oviedo, FL 32765 Fax (407) 281-9466 Mailing Address: PO Box 620058 Oviedo, FL 32762 4/26/2024 Re: Introduction Letter To Whom It May Concern: My understanding of the scope or work for this contract is to remove and dispose of sediment, debris, and the associated vegetation from six outfall locations identified in Figures 1-6 in “ITB #03-24-03 PH”. Removing material will be done while using BMP’s employing the use of pollution control devices such as turbidity curtains and silt fencing in each location. Prior to beginning any work on any of the 6 sites, an audio-video showing each project site’s conditions to compare with post construction conditions. Low ground pressure equipment and composite mats will be used in locations where it is necessary to avoid damage to turf and pond embankments. Where damage is done to the pond embankments or turf the damage will be repaired to the cities satisfaction. Access to each location where debris is to be staged is identified in each of the six diagrams. Where any maintenance of traffic (vehicular or pedestrian) will be altered it will be done according to DOT Index 600 Series and FDOT Standard Specification Section 102. Thank you for your consideration, __________________________________ Jeff Peterman President | Lakefront Designs & Services, Inc. 362 Lakefront Designs & Services, Inc. 813 Eyrie Dr Ph. (407) 281-8877 Oviedo, FL 32765 Fax (407) 281-9466 Mailing Address: PO Box 620058 Oviedo, FL 32762 363 Lakefront Designs & Services, Inc. 813 Eyrie Dr Ph. (407) 281-8877 Oviedo, FL 32765 Fax (407) 281-9466 Mailing Address: PO Box 620058 Oviedo, FL 32762 4/26/2024 Re: Qualification To Whom It May Concern: Lakefront Designs and Services has been in business for 25 years restoring, enhancing, and maintaining wetland and waterfront properties. Our knowledge and expertise in dealing with sensitive and complicated environmental issues is reflected in our excellent reputation and relationships with local and state regulatory agencies. In 2023, we were asked to remove sediment from the Maitland Isle Canal located in Maitland FL . The canal had 14 properties, and each had a boat slip. From March to November of 2023, we designed and then used that system to dredge and haul the material to a distant boat ramp. The material was then removed and hauled to the landfill (see the attached information sheet with pictures). Lakefront Designs has proven that we can remove sediment in sensitive and difficult to reach locations using our design and equipment. We are not aware of another system like it. Thank you for your consideration, __________________________________ Jeff Peterman President | Lakefront Designs & Services, Inc. 364 365 Maitland Isle Canal 2023 Lakefront Designs & Services (LFD&S) obtained permits from the state of Florida’s DEP and the City of Maitland to remove sediment that had accumulated over a period of 30 years from a 0.63-acre dead-end canal that was 630’ long with 14 residents, off Lake Maitland. LFD&S then designed and then used that system to remove 158,000 lbs of sediment. The material was first removed using a shore-based system that was then moved on to a flotation device. The sediment was then moved to a narrow boat ramp at the end of the canal where it was then loaded into dump trailers and hauled to the county landfill. 366 367 368 369 370 ITB # 03-24-03 PH Pond Sediment Removal Services Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________________DOLLARS (In Words) $________________________________________ #FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 101-1 MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT)LS 1 2 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1 3 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 4 120-1(a)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #1 (TORCASO PARK)CY 260 5 120-1(b)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #2 (CHOKECHERRY COURT)CY 75 6 120-1(c)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #3 (OAK FOREST DRIVE)CY 60 7 120-1(d)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #4 (DEER RUN DRIVE)CY 80 8 120-1(e)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #5 (WINTER SPRINGS BOULEVARD)CY 90 9 120-1(f)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #6 (POND #59, SENECA BOULEVARD)CY 120 10 570-1-2 PERFORMANCE TURF, SOD SY 500 11 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1 1 4 - 9 BID THESE PAY ITEMS INCLUDE THE COST FOR ALL WORK REQUIRED FOR SEDIMENT EXCAVATION, INCLUDING DEWATERING, HAULING, AND DISPOSAL COSTS. TOTAL BASE BID COST SHALL INCLUDE THE COST FOR ALL RESTORATION TO AN EQUAL OR BETTER CONDITION THAN PRIOR TO THE START OF CONSTRUCTION. THIS INCLUDES, BUT IS NOT LIMITED TO, THE RESTORATION OF SIDEWALK, DRIVEWAYS, GUARDRAIL, CURB & GUTTER, FENCING, ETC (IF NEEDED). THE CITY WILL REVIEW THE PRE-CONSTRUCTION VIDEO AND PHOTOGRAPHS TO DETERMINE IF ADDITIONAL RESTORATION IS REQUIRED TO MEET PRE-CONSTRUCTION CONDITIONS. TOTAL BASE BID (SUM OF ALL ITEMS): PAY ITEM NOTES: THE LUMP SUM PRICE FOR MOBILIZATION SHALL NOT BE MORE THAN 10% OF THE TOTAL BID AMOUNT. $144,000.00 $180,000.00 $312,000.00 $2,500.00 $90,000.00 $96,000.00 $108,000.00 $144,000.00 $6,000.00 $1,000.00 $2,500.00 $2,500.00 $2,500.00 $312,000.00 $180,000.00 $144,000.00 $96,000.00 $108,000.00 $144,000.00 $6,000.00 $1,000.00 $996,000.00 Nine hundered and ninety six thousand $996,000.00 371 372 373 374 ITB # 03-24-03 PH Pond Sediment Removal Services SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY for goods or services of: a. Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a. The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; b. Been placed on the Scrutinized Companies that Boycott Israel List or c. Is engaged in a boycott of Israel; or d. Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b. If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c. If the Bidder does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 375 376 377 378 379 380 ITB # 03-24-03 PH Pond Sediment Removal Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 381 ITB # 03-24-03 PH Pond Sediment Removal Services d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 382 ITB # 03-24-03 PH Pond Sediment Removal Services Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 383 384 385 386 387 388 389 MAI\DATORY BID FORMS Form 1- Bidder lnformation and Acknowledgement Form Form 2 - Reference lnformation Form Form 3 - lnsurance Requirements Form Form 4 - Scrutinized Company Certification Form 5 - Non-Collusion Affidavit of prime Bidder Form 6 - Drug Free Workplace Form FormT - Public Entity Crimes Statement Form 8 - Debarment, Suspension etc. Certification Form9- E-VerifyStatement Form 10 - Conflict of lnterest Statement I Form 11- SMWBE Utilization plan Form 12 - Byrd Anti-Lobbying Act Certification GOPY T I I ! t a I I Appendix A Appendix C Bid Tabulation Worksheet Bid Bond Form Project Specifications (lncludes Attachments 8-L & B-2) Performance Bond Form Labor and Materials Payment Bond Form Notice of Award Notice to Proceed Mandatory forms must be submitted with the proposal. Failure to submit forms will disqualify the Bidder from the trB Appendix B Appendix D Appendix E Appendix F Appendix G ** Ihese appendics do not need to be returned c a Mandatory Form** ITB # 03-24-03 PH Pond Sediment Removal Services 390 BIDDER INFORMATION AND ACKNOW LEDGEMENT FORM For tTB # 03-24-03 PH Pond Sediment Removal Services The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements shown by the lnvitation To Bid to be delivered to the specified site for the price indicated. lT lS THE BIDDER'S RESPONSTBTUW TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAT THIS BID MUST BE SIGNED BY THE PRINCIPAI OR DIRECTOR AS INDICATED BY THE FLORTDA DEPARTMENT OF STATE, DtVtStON OF CORPORATIONS (urww.sunbiz.org). Proof of corporate signer must be submitted with Bid. lf not submitted, Bidder wiil be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or power of Attorney. t 9z-2e Tqlt/t w tr 5T BIDDER NAME: TAX lDf SNN or EIN: BIDDER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: coMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: L 7t -63 -6e tr t*o tv /A H,'nt?r E h)/ A. THE UNDERSIGNED: Acknowledges receipt of: t. tTB f 03-24-03 PH Pertaining To: Pond Sediment Removal Services Addenda Number /Dated 4-12-21 AddendaNumber R .Oated q-tz-zt't Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any misunderstanding regarding the same. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date.2. To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in compliance with the ITB Documents. 3. To accept the provisions ofthe lnstructions to Bidders.4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.5. To accomplish the work in accordance with the contract documents. Certifies: 1. That all information contained in this Bid is truthful to the best of my knowledge and belief.2. That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able to perform if awarded the Bid. Stipulated Amount A. Submit on Cost Proposal Worksheet, Appendix A. ITB f 03-24-03 PH Pond Sediment Removal Services B. c. D 391 tTB*03-2+03 PH REFERENCE INFORMATION FORM Name: Pond Sediment Removal Services Organization Prlvo*< Contact Person: .ttl t/- h^r BvCL-, Address city: Rayle Cif-l Phone Number: (6SZ ) ZOt - State: Tb*,ac zip Trtge 9c{o8 Project Cost: I Date Performed: (bb,6er ?tZ Hean,C ;v;l Tn zOrganization: Contact Person: Address: T.d krtP;s e I II cirv, Ponpo BAA State: Fl^^- 961 laoo-lLLl zip:o Phone Number: Project cost: LlO.Date Performed: DeCe:nOer LaZZ Orga nization: Pribal4 Contact Person: F^l.a John cotz Address: ZztZt C Pl*8r*taz' h-AtE city: Atld,&al State:GA zip: ?a? Ztl PhoneNumber: (, 17 ) t 7Z - 6ttd ProjectCost: ll7. r0O - Date Perform ed:. /VO Vpt yt b er Loz 7 Bidder Representative Typed Name/Title: Bidder Representative Signature: Eidder:Hr*er e hr E / cEa rTB # 03-24-03 PH Pond Sediment Removal Services 392 INSU RANCE REOUIREM FORM .l Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 andall Federal Government Statutory Limits .l Employer'sLiability Commercial General Liability $1,000,000 each accident, single limit per occrurence .l (Occunence Form) pattemed after the current ISO form .l Indemnification To the maximum extent permitted by Florida law, the ContractorA/endor/Consultant shall indemnifr and hold harmless City of Winter Springs, its offrcers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contactor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. $1,000,000 each person; Bodily Injury & Property Damage, OwnedA.lon-owned,/Flired; Automobile Included..l Automobile Liability o Other Bidder shall ensure that all subcontactors comply with the same insurance requirements that it is required to meet. The same Bidder shall provide the CITY with cerlificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as Clty of Winter Springs. Thirty (30) days cancellation notice required. The undersisned Bidder aqrees to obtain. prior to award. if selected. insurance as stated above. S1,000,000 single limit per occrurence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contactors; Products & Completed Operations & Conhactual Liability. u5 Bidder Authorized CE o Officer Title rTB S 03-24-03 PH v6 Pond Sediment Removal Services Date 393 omn{ =o dm o.n l-tE FI =oCv zo m gldi SsqE 9'se FAE dE9 ts69 =e3o F-At--o i I I I ir:l iEle ioi, t9t2 iOtolo t5t! IE!6 I I I (t oooT3I at, r geF =1ih3egg'' 79 F Fc' o'o i{ :B .D 'd,z ;mtg, '! 'C) >rr'{i<i-tZtO'o tO i.! lcr ; - !g{t2:! I3 ot I a gBo I a, oa 6- F zc,,ll _E' E a ! 9, o tI 3ct o(!, c at ! {I F .E IcF ao o ,a I 3! IIa 6ot4EoJt o a !g 6F aa:nJ E E'ta 3! dAEt afoi.o ta 3a3 t a ato3 oI =a o E oI aaooI!o ooI E o to o aoo a o*a s =aco tc6ta:eoita 3o - z@ct1iln E-x61q E: ilE t$18 frn HHotr o:i0t-ct s*; B Ee li 3E t; fr; Iin- -o,!X zn *;sE Eg Iisi.3i i*s :;* eFa rila fr*n ;s: Ei3oIo-xmz=, eHifio!tFaZg<fi l#F sprFQ!mlrl=o66 o ilIaq J HI €o ! t, ^ta IIittta n:;-.-'; oE =o> $i iili iiistnda iFd i=firt'fr o , Egt4>-dOnlr290dlo rEl;gI:rl6->er7qojv2fr OO!izP;<q:il8*telilz =-g!rgEn'.6 =Emg3E f;69 t65 tt; 99f, Eafi =<lmx6r29 EdE ilid fi:i EE4:sg E$r ;;EFr5 qa$ {d{oo:(>{rFdt rxEm*<*9tVa, .;*g q (1 cIzb 3 dozI o26 q 6coI 3aod P! aItI6 3 T enEh mz,gcom0E ! EnF - ln xi !{Io !b1'- 9gz 0 EEES d?dfr "soEEf,oo t I c at x c6 aI E Ii x d 5t o6 o e! x It 0,!! !F 5! 6IT ,6F FE ! =t E t ; F ;I E s F E H il H E F ! Ed T H Fro F d g I o d FTI n ur !I h !I Fr n hI zI i;aO,, d. =Itr !l ii i: 'EI f; Ig 2 =c, E EI i!iIIt tc'2 c F =t I I I I ll,t Iiiii I =EHA$;LnaJ E?o^n*o< !-6Gli= a So o ==eonr N 66 8f,6oc E$i 5iri"* iHEtsl'l THE IHE -G92l,OQr-=6 'tiO- =BF; nEo6f!F Fts!E s3 -lzt 60uI q q oE6 Ja ooAo J! 3! o:g o€oo e 3. o oit ?o -oa6o* >o si 0ooi0.0 0zD o F q ii IatoB 394 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.]-35 and 2L5.473 Pursuant to Section 287.!35, Florida Statutes (2OL7l, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the clry for goods or services of: a' Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott lsrael List, created pursuant to s. 215.4725, or is engaged in a boycott of lsrael; or b. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: ls on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the lran Petroleum Energy sector List, created pursuant to s. 215.473; or ls engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a. The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the lran petroleum Energy Sector List;b. Been placed on the scrutinized companies that Boycott lsrael List orc. ls engaged in a boycott of lsrael; or d. Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a- The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation.b. lf such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c. lf the Bidder does not demonstrate that the CIW's determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section Zg7.I3S, Florida Statutes. rTB f 03-24-03 PH Pond Sediment Removal Services 395 THIS CERTIFICATION FORM MUST BE COMPLETED AND INCTUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSIRUCTED SHATL RENDER YOUR BID SUBMITTAT NON-RESPONSIVE. a. The Vendor, owners, or principals are aware of the requirements of Section 287.L35, Florida Statutes; andb. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized companies that Boycott lsrael List or engaged in a boycott of lsrael; andc. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the lran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. lf awarded the Contract, the Vendor, owners, or principals will immediately notifi7 the CITY in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott lsrael List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the lran petroleum Energy Sector List; engage in a boycott of lsrael; or engage in business operations in Cuba or Syria. (Printed Name and u ia tV E (Name of Bidder) STATE OF DY da COUNTY OF browa.,Y ,/ The foregoing instrument was acknowledged before me by means of ( v I physical presence or (_) online notarization, the CEo ofthis 3 YTof U'C (1 2O24by nq-cu who is personally known to me or (_) who produced My Commission Expires: a Notary Pub Print Name:4est'-,,v .*;.Ei:4'."' TIFiANY JO KEsTgR i:"ffi-'f-*Ci Notery Public - State of Florida i.3Q &'i-s=j Cornmission f HH 31 5854 '4-f-i-i.St A{y Cornm. txpires Nov 29,2026 Eonded through National Notary Assn. rTB # 03-24-03 PH Pond Sediment Removal Services q 396 LLUSION AF OF PRIME BIDDER STATE OF COUNTY OF ?lpv\ An N4 r arvr i -b oAe Vl^ntar , bei sworn, deposes and says that: t)@r'"frots u 5 Com WOYU bivi n3Title Bidder The Bidder that has submitted the attached response. (2)@tf," is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affian! has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Bidder, or to secure through any collusion, conspirary, connivance or unlawful Agreement any advantage against the city of Winter Springs, Florida, or any person interested in the proposed Agreement. ng duly of (5) The price or prices quoted in the attached Bid are fair and proper or unlawful Agreement on the part of the Bidder or any of its agents, interest, (Signed) Plori do 6 rowud instrument was a cknowledged before me this 24h and are not tainted by any collusion, conspiracy, representatives, owners, employees, or parties of C6o (Titte) bprtl, bul STATE OF COUNTY OF e who is and (6 personally known to me or (_) who has produced wno @oid not) take an oath. u as identification \- (Signature of Notary Public) an e (Name of NotaryTyped, Printed or Stamped) )+ alnzo (Commission Number) Pond Sediment Removal Services ',_ffi TIFFANY JO KESTER Notary Public - State of Ftorida Commission # HH 315854 My Comm. Expires Nov 29,2026 Bonded through National Notary Assn, rTB # 03-24-03 PH + o( 397 DRUG FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute Z87.Og7 hereby certifies that does (Name of Bidder) Publish a statement notirying 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. lnform 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 contract a copy of the Drug-Free statement. L 2. Notifu the employees that as a condition of working on the commodities or contractual services that are under contract, employee will abide by the terms of the statement and will notifi/ 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 tater than five (5) days after such conviction. 5. lmpose 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. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 7. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. w rized Signature) Hw+e- F*y (Print/Type Name as Signed Above 4. rTB # 03-24-03PH Pond Sediment Removal Services 398 BLIC E CRIMES ENT swoRN STATEMENT UNDER F.S. SECTTON 287.133(3) (A), ON pUBLtC ENTtry cRtMEs THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 03-24-03 pH pond sediment Removal services. 2 rhis sworn statement is submitted by (Bidder) U5 CornnntrCial Ni u irc,flose business address ,,3?.f'ffi',cable)FederalEmployerldentificatjonNumber(FElN) ts qb-a lf a sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: 3. My name is n+1x €b and my relationship to the Bidder named above is W O 4. lunderstand thata "publicentitycrime" asdefined in Paragraph 287.133(a)(g). Florida Statutes, meansa 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 notlimited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, co nspiracy, or materia I m isreprese ntation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(Ll (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The city of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 2S7.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. rTB # 03-24-03 PH Pond Sediment Removal Services 399 PUBLIC ENTITY CRTMES STATEMENT cont. 8' Based on information and beliel the statement which I have marked below is true in relation to the entity submittingthis sworn statement. (please indicate which statement applies)//V trteither the entity submitting this sworn statement, norany officers, directors, executiveg partners, shareholders,employees, members, or agents who are active in management of the entity, nor affiliate of the entity have beencharged with and convicted of a public entity crime subsequent to July 1, 1ggg. -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, or an affiliate of the entityhas been charged with and convicted of a public entity crime subsequent to July 1, 19g9. (please attach a copy of thefinalorder.) The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before ahearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officerdetermined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (please attach acopy of the final order.) The person or affiliate has not been placed on the convicted FIRM list. (please describe any action taken by, orpending with, the Department of General Services.) Date: STATE OF FIovi da !5row a( ACOUNW OF PERSoNALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me,afrixe@ne has provided as identification. r signature at the space provided above on this 4"v ot 4" | 2024,andis personallv known to me, or commission expires: ,O*^leof n t ?bAl, tc ..:Iiiiz:". TIFFANY JO KESTER l'iuh:{q'l Notary Public-State of Florida ;l#&.$ -, ::il*:?T,:lx'.f i'l"'o'u Bonded through National Not:ny Astn' ITB * 03-24-03 PH Pond Sediment Removal Services 400 DEBAR M ENT. SU SPENSION a nd OTH ER RESPOIVSIAIUTY [nRTrERs Certification A - Primarv Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a' Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b' Have not within a three-year period preceding this proposal, been convicted of or had a civiljudgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or locat) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery bribery falsification, or destruction of records, making false statements, or receiving stolen property; c' Are not presently indicted for or othenruise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b)of this certification; and d' Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certifiT to any of the statements in this certification, such prospective participant shallattach an explanation of this proposal. lnstructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a' The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agenct's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b' The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. lf it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. rTB f 03-24-03 PH Pond Sediment Removal Services 401 d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and coverage sections of the rules implementing Executive order !2549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, lneligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certifiT to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. rTB # 03-24-03 PH Pond Sediment Removal Services 402 lnstructions for Certification {B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below a- The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. lf it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order L2549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title "Certification Regarding Debarment, Suspension, lneligibility and Voluntary Exclusion - Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. tTB # 03-24-03 PH Pond Sediment Removal Services 403 tL Except fortransactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Bidder: Hn,'w EOr Date: t 2 Signature of Authorized Certifoing Official:Title: cEo rTB # 03-24-03 PH Pond Sediment Removal Services 404 E-VERIFY ENT Bid Number: ITB # 03-24-03 pH Project Description : Pond Sediment Removal Services Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: All persons employed by the Bidder during the term of the Contract to perform employment duties within Florida; and 1. All persons assigned by the Bidder to perform work pursuant to the contract with the ctw. Bidder: llur*e- Et y L Authorized Signature: Title: C Ea gr,6 Date:il ?.4 rTB # 03-24-03 PH Pond Sediment Removal Services 405 This sworn statement is submitted with Bid for ITB # 03-24-03 PH Pond sediment Removal services Thisswornstatementissubmittednv(eioa.,)@|nnbusinessaddressis FLICT OF I STATEME lao pplicable) Federal Employer tdentification Number (FEIN) is lf a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social I^) 41- Ag 5y 8il Security Number: My name is -a and my relationship to the Bidder named above @o t. The above-named Bidder is submitting a Bid for the City of Winter Springs.2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3. The Affiant states that only one submittal for the above Bid is being submitted and that the above-named Bidder has no financial interest in other entities submitting Bids for the same project.4. Neither the Affiant nor the above- named Bidder has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the Bidder's submittal for the above Bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project.5. Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency.6. Neither the Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project.7. I certify that no member of the Bidder's ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs.8. I certify that no member of the Bidder's ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9. ln the event that a conflict of interest is identified in the provision of services, l, on behalf of the above-named Bidder, will immediately notifu the Ci r Springs Date STATE OF Fl on id4 COUNTY OF h ro wt aJral PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, a frixe@her signature at the space provided above onuiilrffi ot r;2024, and is personally known to me, or as identification My Commission expires:I'l0V Nota tu Ll ha TIFFANY JO KESTER Notary Public . State of Florida Commission # HH 315854 l'ly Comm. Expires Nov 29, 2026 Bcncied through National Notary Asin rTB # 03-24-03 PH Pond Sediment Removal Services mhq Lq,2-)Lb 406 s UTILIZATIO PtAN Small, Minority, and Women's Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder):5 Corn rqo(l- a a a a Project Name : Pond sediment Removal services project lrB #03-24-03 pH 2 CFR 5200.32L requires local governments to take all necessary affirmative steps to assure that minority business, women's business enterprises, and labor surplus area firms are used when possible. The CIW requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm's plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. ' Placing qualified small and minority business and women's business enterprises on solicitation lists. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women's business enterprises. Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises and veteran owned businesses. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida office of supplier Diversity https://www.dms.myflorida.com/agency-administration/office_of_supplier_diversity_osd ITB # 03-24-03 PH Pond Sediment Removal Services 407 BYRD ANTI.LOBBYING AMENDM NT.31 U.S.C. q13s2 (as amended) Contractors who apply or bid for an award of S100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. 51352 (as amended). Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. See below - Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part L8 - Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that:1'. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2- lf any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than S1oo,o0o for each such failure. Byrd Anti-Lobbying Amendment, 31 U.S.C. 91352 (as amended) The Bidder,rtifies or affirms the truthfulness and accuracy of each statement of he Contractor understands and agrees that the provisions of 3Lits certification and disclosure, if any. ln add t U.S.C. Chapter 38, Administrative Remedies for False Claims and Stateme nts, apply to this certification and disclosure, if any Signature of B er's orized Official Hun*et Ehr / c Eo Name and Title of Bidder's Authorized Official Date ITB # 03-24-03 PH Pond Sediment Removal Services 408 Appendix A - BtD TABULATTON The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds andprofit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bi be incruded with their executed contract, as attached . u5 ulwlvwercsal ui TOTAL BaDT DOLTARS (ln Words) <td €;(tY cWS u dder and vrh3 s I FDOT PAY ]TEM ITEM DESCRIPNON UNlT QUANTITY UNIT PRICE TOTAL 1 101.1 MOBTUZATTON/DEMOE|UZAT|ON (SHAIL NOT EXCEED 107. OF TOTAL 8tD AMOUNI)t5 1 17,^ao tZooa 2 LO2-L MAINIENANCE OF TRAFFIC (V€HICUIAR AND PEDESfRIAN)ts €,2 tct 90 6,itu. qn 3 LO4-14 PREVENTION, CONTROL AND ABATEMEI.IT OF IRO9ON ANO WAT€R POLLUTION LS 1 Z 5oo 4 12G1(a)SEDIMENT REMOVAT FROM OUTFALL PIPE LOCATION S1 (TORCAO PARK}CY 2&29o 5 120-1(b)S€DIMENT REMOVAL FROM OUTFALT PIP€ LOCATION fl2 (CHOKECHERRY COURT)CY 75 ?-fu 6 120-1(c)SEDIMENT REMOVAT FROM OUTFATL PIPE LOCATION $3 (OAK FOREST DRIVE)CY 50 ?-%//6. *on 7 120-1(d)S€DIMENT R€MOVAL FROM OUTFAII PIP€ LOCATION S4 (DEER RUN DRIVE}CY 80 27,4 oo I 120-1(e)SEDIMENT REMOVAT FROM OUTFAIT PIPE LOCATION f5 (WNTER SPRINGS BOULEVARD)CY 90 ?/fu I 12G1(f)SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION f5 (POND *59, SENECA EOULEVARD}CY 120 ?90 33, snrt 10 570-1-2 PERFORMANCE TUR' SOD SY 500 to 9,oor, 11 9999.1 PRE - AND POST.CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1 9.9ao C Eaa TOTAL EASE BtD (SUM OF Att z? NOTES: 1 THE tuMP suM PRICE FoR MoBltlzATloN sHALt Nor BE MORE TIIAN 1ol. oF THE TorAt BtD AMouNT 4-9 THESE PAY IT€MS IMLUDE THE COST FOR AtL WORK REQUIRED FOR SEDIMENT EXCAVATION, INCLUDING DEWATERING, HAULING, AND DISPOSAL COSTs, 8ro TOTAT BAS€ 8IO COST SHALI. INCLUDE THE COST FOR ArL RE'TORATION TO AN EqUAL THE RESTORATION OF 9OEWALK DRIVEWAYS, GUARDRAIL, CURE & GUTTER, FENCING, ADDITIONAL RESTORATION IS REQUIR€D TO MEEr PRE.CONSTRUCTION CONDITIONS. OR BETTER CONDITION THAN PRIOR TO THE SrART OF CONSTRUCNON. THIS INCLUDE' BUT IS NOT TIMITED TO, ETC (IF NEEOED}. THE CITY WLt REVIEW THE PRE.CONSTRUCTION VIDEO AND PHOTOGRAPHS TO DETERMINE IF rTB f 03-24-03 PH Pond Sediment Removal Services 409 Appendix C- Bl D BOND FORM KNOW ALI MEN BY THESE PRESENTS, that we, the undersigned, US Commercial Dving LLC asP rincipaf and Old Republic Surety Comp-any Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Five Percent of Amount Bid Dollars tS S% of amount OiO ) for the payments of which, welland trulyto be made, we herebyjointlyand severaltybind ourselves, our heirs, executors, administntors, s uccessors, an d assigns. The condition of the above obligation 's such that whereas the Principal has submitted to the ClTy OF WINTER SPRINGS a certain Bid, attached hereto and hereby made a part hereofto enter into a contract in writing for the Work described as: Pond Sedim€nt Removal Services NOW,THEREFORE, if the Principalshall not withdrawsaid Bid within 90 days afterthe openingofthe same, or in the alternate, if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that, at minimum, includes the terms of the Form of Agreement attached hereto (properly completed in accordance with said Bid), and shallgive bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain inforceand effect and thesum hereinstatedshallbe due and payableto the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediatety, upon demand of the CITY OF WINTER SPRINCS, in good and lawful money of the United States of America, as liquidated damagesforfailure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. TheSurety,forvalue received herebystipulates and agreesthatthe obligations of said Suretyand its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. >q rTB * 01.2+03 PH Pond Sediment Removal Services 410 H g;IEIS wlmElrF, dre abole bqrnded Frrhs haue earfreddis idnrment udertheir sffnls€€b$b 26[l of Atrt 2mq fu nanre alrd corporate sed d e€dr @rpore body betuE her€b ffiGd and $ese pre*nr futy sEn€d bv as undenEned reprcsenEnrc, prsuantrto anthority dils governfrtg body. i LlSGqrrrpn*l ltc {PlindF0 Al;c k Ra99 Ovner(wh){rre, 5m l$,lt9lsi She€L ffian* FL3El15l, lAddr€sl \. \ PO Box lGXi. ltrmd<ee, Wl tiil201.- ;. ; r- . l '..j j.......-..::' {Address - 'r :: i. rIBtt&z/HBm HSeincntkrcdSer*-s 411 ******i OLD REPUBLIC SURETY CON{PANY ****POWER OF ATTORNEY KNOW ALL MEN By THESE PRESENIS: Tbat O{-D REPUBLIC SURETY COMPAT{Y, a Wisconsin stock insurance corporation, does make, constitute and appoint WARREN M- ALTER, DAVID T. SATINE. JONATHAN A. BURSEVIGH of MIAMI LAKES, FL its true and lawful Attomery(sljn-Fact, with ful.l porrer and autholity br and on behalf of the company as surety, trc execute and deliver and affix the seal of lhe cornparry lhereto (if a seal 'rs required), bonds. undertafjrgs, recognizances or other written oHigatirors in the nahrre thereof, (ovnr lhan barl bonds, bank depository 6onds, rnortgage ddciency bonds, mortgage gttaranty bonds, guatat tees of inshllment paper and note gt:61rcnty bonds, seff+'nsurance workers compensation borfrs guaranteeing paperrt of beneftB, orblacklunghonds),asfollof,s: ALL WRITTEN INSTRUMENTS and !o bind Ol-O REPUBUC St RETy COMPANY thereby, and all of the acts of said Attomeysio-FacL pursuant to these presents, are rauned and confirmed- Thb appointrnent is rnade under and by authority of the board of drectors at a special meetrr8 held on February 18,19{2. This psrer of A[orney is signed and sealed by facsimile uoder and by the authoity of the follmtrg resolutirns adopted by the board of directors of the OLD REPUBLIC SURETY COtlPAt{Y on Febnrary 18,1982. RESOLVED that, the president, any vice-president or assistant vice president" in conirnction with lhe secretary or any assbbant sectetary, may appoint attomeys-irrJacl or qents Lyith autbority as defined or trmiled in llle irFburnent evlJenciog lhe appoinbnent in eaclr case. for and on behau of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recqgnizances, and suretyship obfrgafions of all kindq arxC said officers may remove any such atome)dn{act or agent and revoke any Pourer of ARaney prev'rcusly granbed to sudt person. RESOLVED FURTHER, that any bond, undertaking, recognizanc€, or suretyship obligafon shall be valid and binding upon the Company (i) when signed by the president, any vice presidenl or assistant vice president, and attested and sealed {if a seal be reguired) by any secretary or assistant secretar)4 or (ii) when signed by the president. any vice president or assistanl vice presidenL secretary or assislant secretary. and countersigned and sealed (if a seal be required) by a duly autnrized attorney-irrfact or agent or Gi) wt€n duly exectrted and sealed fif a seal be required) by one or more attomelajrr-fact or agenb pursuant to and within the limiB of the autbotity evidered bythe Po*erof ,Sftonrey issued by the conpanytosuch person orpeirssls- RESOLVED FURTHER that the signature of any authorized officer and the seal of the company rftay be afFxed by facsimile to any Poner of Attomey or certiFcatjon thereof authorizlrg the executi,on and defivery of any bord, urdertaking, recognizanc€, or other suretyship obligations of the cornpany: and such s!1rah.rne and sed when so used sball have the same force a{d efuct as though manualty affixed. lN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these preseots to be sigFed by -rts proper officer. and iis corporate seal to be affixed this sth day of April 2023 OLD REPUBLIC SURETY COMPANY SEAL, President STATE OF WISCONSII{" COUNTY OF WAUKESHA. SS On this stfi day of April , 2023 ,personally came before rne,Alan Pavlic Karen J Haffner to me known to be the indviduals and offcers of tt|e oLD REPUBLIC SUREW COMPANY who execubd the above instn rnent, and they each acknorvledged the ercecuDon of the sarne, and being by me duly slom, did severally dePose and say: that they are lhe said officers of the wporation aicresaid, and that lhe seal affixed to the above insburnent is the seal Of the corporation, and flat said corporate seal and tbeir signalures as such ofhcers were dr.{y affued and subscdbed to lhe said insbument by the arrthority of the berd of directors of sdj corpora[on- {(. NoEy Pubfr MyComm-rss-lon Expires: Seohember 2R ?02F' CERTIFICATE {Exirsfion of notory's cornmission does not invdidcte this iostrumen l, the undersigned. assistant secretary of tlre oLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attacbed power of Auomey remail-€ in i,ril frorce and has not been revoked; and firthermore, that the Resolubms of the board ol directors set fortr in the Power of rtor ooaus ALTERSURETY GROUP INC Signed and sealed at the City of Brookfield, W thb 26th day of April 2024 412 IF ., o ADDENDUM A Only the Affected Pages Are Included City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, Florida 32708 INVITATION TO BID POND SEDIMENT REMOVAL SERVICES {lncludes Removal and Disposat) ITB #03-24-03 PH Date: March2Z,ZO24 The purpose of this lnvitation To Bid (lTB) is to solicit formal written Bids from experienced individuals, corporations, partnerships and other legal entities (Bidder). The City of Winter Springs, FL (CITY) is seeking to obtain the Services of a qualified vendor(s)to perform Pond Sediment Removal and Disposal Services, hereinafter pond Sediment Removal Services, consistent with the specifications detailed in herein; or as detailed in Appendix B Sealed Bids will be received by the City of Winter Springs (CITY) Procurement Department, located at: Winter Springs City Hall, 1126 East State Road 434 Winter Springs, Florida 32708 Attention Procurement Manager Until April 26, 2024 2:00pm local time for tTB # O3-24-Og PH Pond Sediment Removal Services Bids shall conform to the requirements outlined in the lnvitation To Bid. The CITY reserves the right to reject any and all offers and to waive minor informalities. The CITY issues this ITB for the project requirements defined herein, in order to select a Bid(s) for further contract negotiations and selection by the CITY may not necessarily result in the formation of a contract. Bidder shall submit their Bids to this ITB by: providing one (1) original, marked as such, three (3) copies, marked as such and one (L) electronic copy of your Bid to this office by the date and time indicated above. The outside of your package must be clearly tdbeled with the ITB number, title, opening date ond time, ond the name qnd address ol the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not constitute meeting the ClTy'S receipt deadline stated above. Offers received after April 29,2024 at 2:00 p.m., will be rejected. Deadline for questions is April L0,2A241:00pm local time An Addenda will be issued and posted to Demand Star by 2:O0pm on April L2,2A24 if questions are received and require clarification for all Bidders. lf you have any questions regarding this lnvitation To Bid, please contact: Stuart Maclean, Procurement Manager, at(aO71327-758L, or via email at smaclean@winterspringsfl.org PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www.demandstar.com or https://www.winte rspringsfl.or C/rfps rTB # 03-24-03 PH Pond Sediment Removal Services 413 8. contract work Hours and safety standards Act (40 u.s.c 3701-370g) require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basicrate of pay for all hours worked in excess of forty hours in such workweek. paragraph (1) of this section the Bidder and any subcontractor responsible therefor shall be liable for the unpaid wages. ln addition, such Bidder and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of stO for each calendar day on which such individuat was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Bidder or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Bidder or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. through (4) of this section and also a clause requiringthe subcontractors to include these clauses in any lowertier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Evaluation Criteria Bids will be evaluated by the CITY for responsiveness. An award shall be made to the lowest priced, responsive, and responsible Bidder providing the best value whose Bid complies with the scope of work, minimum criteria, and all other aspects set from in this lnvitation To Bid and is in the best interest of the ClTy. Pursuant to Florida Statutes 5 287.05701, the CITY shall not request documentation regarding, consider, or give preference based upon, a vendo/s social, political, or ideological interests when determining the vendo/s qualifications. Timeline of Events ease of ITB March 2 2024 Deadline to receive estions (e - 1:00pm local time 2024 um Released 1:00 loca time L2,2024 ITB Su ittals are Due by 2:00 ocal timem 2024 B o nt Selection at2:15 time at Winter Hallan 2.024 Commission Award TBD Notice of Award to S Bidder TBD Notice to Proce to Successful Bidder TBD 5 rTB H 03-24-03 PH Pond Sediment Removal Services 414 lrB 03'24-03 PH Pond sediment Removal - euestion and AnswerAddendum Question Response Ptease cl.arify: on Appendix A - Bid Tabutation what: ,,work for which there is not a tisted item betow shatt be considered incidentat to the Contract and no additionat compensation witt be attowed" There witl be no payments made for additionat items that are not tisted as a pay item on the bid form untess otherwise covered in a change order. lt is worth notingthat the base bid cost shalt incl.ude the cost for att restoration to an equat or better condition than prior to the start of construction. What is the term time for this contract: ls this a (1) year contract and witt it be out for re bid each year? This is a defined project scope agreement (not an on-going continuing services agreement) and the term of the agreement witl be the amount of time to successfutty comptete the project (as approved bythe City priorto construction). Future sediment removaI needs witt be bid out separatel.y. Does the City have any Staging areas/sites avail.abte for night storage and/or temporary fietd offices for storage and togistics where we can set up for the term of the contract? The contractor may uti[ize the right-of-way timits and the drainage easements within the project vicinity for night storage. 415 . :-, SYE .o .>'j -Z.-a z. trtblDEBIDH-Bbtrt b Db ID p r<b6' E 6 REl) b5ElP ;b PJtPF0 E p ;b !DBb E hnE K loB ES.blc btrtrm Elok bbF b DOlo E FbF b *FfififiEEEFEfiF F $fr3F6'Np:eots lF6Ez16 Bfi mz -.1a-_ zo FOEK ll Bti E e. TD e1 ktEt Eg El! = E Eb I=o @u DEt E6, FbElo w, FE* Ee F E hII n ['br,E B IDtr Ebr(o to Vr g c aia n J H3!6 at 379r8Za.irErn=t 7;{1- -& =g$>o>32"--<I-<Cicoz8s?tj-tr8g nl crrC'- =.6d9.*E aali F r iE* E d &€= E FFf:o=6Iz.:a o-o =d9 3 EE € -e So It >Tto>ror-Q'oi.2{ :!5ni 8tr8iov{@1t@ ed Bil ) 416 Qualifications: US Commercial Diving is an LLC base out of Miami Florida. The size of the company is b personat and rapidly growing. No significant changes with the company or ownership- Bidder has no experience with outdoor athletic facilities such as picklebal, basketball and/or tennis courts. Bidder is a commercial diving and dredging company- US Commercial Diving is a rapidly growing company in a very demanding industry The company has 2O plus years of experience between management and employees. Day to day contact at the proiect site will be Hunter Eby(231-631-6611). Hunter Eby has been in the dredging industry for 6 years- Hunter has a background of dredging water tower to large ponds and lakes. No knowledge with politicalor legal issues impacting Florida municipalities. Reference form was fillout. Please see attached document in bid form. US Commercial Diving is a Service Disabled Veteran Owned Company making a large impact in the commercial diving and dredging world. Bidder is pursuing winter springs business to show said skills in the dredging world- US Commercial Diving is trusted by large construction companies like Heavy Civilto get proiects completed correctly and on time- 417 Bid for Pond Sediment Removal Services ITB No. 03-24-03 PH for City of Winter Springs By Zulu Marine Services, Inc. Representative for Zulu: Alex Batey Corporate Secretary (910)232-0290 alex.batey@zuludiscovery.com 7505 Waters Avenue, Suite A-8 Savannah, GA 31406 (855)400-9858 www.zuludiscovery.com 418 SECTION A Bidder Information and Acknowledgement Form 2 419 420 SECTION B Table of Contents 4 421 TABLE OF CONTENTS SECTION A Bidder Information and Acknowledgement Form 3 SECTION B Table of Contents 5 SECTION C Introduction Letter 7 SECTION D QUALIFICATIONS Company Overview 9 Resources and Services 10 Bidder Experiences 11 Team Experience 12 Alex Batey Resume 13 Andy Molnar Resume 14 Reference Information Form 15 Conclusion 16 SECTION E OTHER INFORMATION Project Management Portal 18 Equipment 20 Insurance Coverage 22 SECTION F COST Bid Tabulation Worksheet 24 SECTION G MANDATORY BID FORMS Insurance Requirements 26 Scrutinized Company Certification 27 Non-Collusion Affidavit of Prime Bidder 29 Drug Free Workplace Form 30 Public Entity Crimes Statement 31 Debarment, Suspension and Other Responsibility Matters Certification 33 E-Verify Statement 37 Conflict of Interest Statement 38 SMWBE Utilization Plan 39 Byrd Anti-Lobbying Act Certification 40 Bid Bond 41 SECTION H FLORIDA STATE CORPORATE FILING Sunbiz Document 45 5 422 SECTION C Introduction Letter 6 423 COVER LETTER April 23, 2024 Mr. Stuart Maclean City of Winter Springs RE: 1TB # 03-24-03 PH Pond Sediment Removal Services Dear Mr. Maclean: Please accept this proposal for the above-referenced sediment removal project. We appreciate the opportunity to be considered. Please find the requested information contained herein. We're happy to provide anything else that might assist in your selection process. We have reviewed the bid documents and addendum and are prepared to fulfill the scope of work in an efficient and timely manner. We will utilize low-impact amphibious equipment and our highly trained and experienced crews to excavate and remove sediment and debris from six outfall locations in city ponds to restore functionality and stormwater flow. Sediment will be removed and disposed of offsite and all public or private property will be restored to equal or better condition. Zulu has recently conducted sediment removal for the City of Winter Springs and are familiar with the City's preferences and needs. We have studied the maps and drawings in the bid package, as well as inspected the sites in person and understand what's required for successful completion of the project. The proposal price listed in Section F is valid for a period of no less than 90 days. Thank you again for your consideration. We wish you success in your selection process. Sincerely, �� Michael "Alex" Batey Secretary (910)232-0290 Alex.batey@zuludiscovery.com Zulu Marine Services, Inc. 7505 Water Avenue, Suite A8 Savannah, GA 31406 (855)400-9858 (912} 544-5520 ZuluDiscovery .com 7 424 SECTION D Qualifications 8 425 QUALIFICATIONS Company Overview Zulu Marine was founded in 2006 to perform marine operations utilizing purpose-built equipment and highly trained personnel. In 2010, we incorporated as Zulu Marine Services, Inc. We are incorporated in the State of Georgia and are registered as a foreign entity in Florida, South Carolina and North Carolina. We maintain facilities in New Hanover County, NC, and McIntosh County, GA, and offices in Savannah, GA. We have a roster 28 technicians, as well as support staff, project managers, and executive staff. Zulu has many years of experience in marine and water-based services, to include sediment removal, woody and vegetative stream debris removal, living shoreline installations, bank stabilization and erosion control, vessel removal and disposal, dredging, underwater inspections, and more. Our teams are trained and experienced in all services we provide, equipment usage, environmental protection procedures, and safety practices. Zulu follows all OSHA guidelines, observes strict safety protocols, and have zero job-site safety violations. We have a dedicated project manager and safety officer at each jobsite. We are adept at and specialize in working in sensitive environments, including wetlands, and strive to leave no permanent trace. We provide an online portal for our clients and their stakeholders, which allows for easy sharing of daily documented project imagery, to include pre-project, progression and post-project photos and video, which can be used for workflow and reporting. Our focus is to provide complete project management and fulfillment to our customers. We are fully bonded and insured. Key Personnel Rusty Batey – Principal rusty.batey@zuludiscovery.com (912) 657-1360 Alex Batey – Operations alex.batey@zuludiscovery.com (910) 232-0290 Jamie King – Environmental Project Manager jamie.king@zuludiscovery.com (907) 303-0145 Shannon Marino – Project Manager shannon.marino@zuludiscovery.com (912) 257-9617 Andy Molnar – Project Manager andy.molnar@zuludiscovery.com (219) 718-3276 Kim Haywood – AP/AR kim.haywood@zuludiscovery.com (912) 272-3111 Amy Thurman – Documentation amy.thurman@zuludiscovery.com (912) 484-3611 Entity Identification EIN: 27-3600913 DUNS Unique Entity ID: M3N2HB144RA6 CAGE: 67KH4 Please visit our website: ZuluDiscovery.com 9 426 Company Resources Facilities ⋅ Equipment ⋅ Personnel Zulu Marine Services, Inc. maintains offices in Savannah, GA, and facilities in Darien, GA, and Wilmington, NC, though we are largely mobile. We are equipped for travel and extended stays at any location in the Southeast, to include equipment, crews and administrative needs. A complete list of equipment is available on request. Our Teams of Experts Includes: USCG Master Captains (4) Trained Heavy Equipment Operators (14) Skilled Chainsaw personnel with proper safety gear (14) Personnel with first aid, CPR and emergency medical training (4) Environmental Consulting, Monitoring and Permitting (1) HAZWOPER Certified Technicians (28) Trained and Certified Marine Spill Response Technicians (28) Trained in Dealing with Rare and Endangered Species and Marine Mammals (2) FAA Certified UAV Pilots (3) Online Jobsite Access Our online data management portal has many features, including imagery tagging and georeferencing. A project file for the job will be created, with imagery folders for each worksite. Images will include before, working, and after shots. The purpose of this is to provide full accountability of the debris removal process to stakeholders and can be accessed anywhere with an Internet connection. Login information will be provided for your team and any stakeholders you may designate. Our services include: Stream, River and Waterway Debris Clearing Marine Platforms, Transport and Support Living Shorelines/Bank Stabilization Environmentally Sensitive Land Clearing Abandoned and Derelict Vessel Removal Aerial Infrastructure & Industrial Inspections Oil Spill/Environmental Response Construction Site Management Dredging Wireless (Cell Tower) Inspection Hydrographic Surveys Catastrophic Response Program Disaster Response Environmental Monitoring ROV Services & Underwater Exploration Disaster Response Mapping Financial Stability: Zulu has experienced steady growth with each successive year and we have stable financial resources at our disposal. We are happy to provide financial statements and audit reports on request. We are fully insured and bonded. 10 427 PREVIOUS EXPERIENCE LONG COVE CLUB LAGOON MAINTENANCE, HILTON HEAD ISLAND, SC May 2023 to June 2023 Zulu removed 800 to 1000 cubic yards of sediment from three lagoons on club property. Material was removed with small mobile Truxor dredge and long-reach excavators from land. Sediment removed with the dredge was used to fill sox engineered fabric and stabilize eroding lagoon banks. Sediment removed with excavators was loaded into dump trucks and disposed of offsite. EMERGENCY WATERSHED PROTECTION, HOKE COUNTY, NC December 2021 to March 2022 Zulu contracted with Scenic Consulting Group to provide waterway clearing for Hoke County, NC, along 13,300 linear feet of stream. Project consisted of debris removal, removal of approximately 900 cubic yards of sediment, beaver trapping in affected areas, and bank stabilization. CREEK DEBRIS REMOVAL, MULTIPLE PROJECTS, NEW HANOVER COUNTY, NC January 2021 to May 2022 Zulu contracted with New Hanover County to remove woody and vegetative debris and sediment from multiple creeks throughout the county. Work includes removing debris from creeks and cutting underbrush from banks. Small boats equipped with power winches were used, as well as two-man saw teams. Approximately 100 cubic yards of sediment was as removed. EMERGENCY WATERSHED PROTECTION, ROUNDS 1 & 2, BRUNSWICK COUNTY, NC July – October and October – November 2021 Zulu contracted with Brunswick County to remove woody and vegetative debris and sediment, and provide bank stabilization as part of their emergency watershed protection (EWP) project. Round 1 included 15,700 linear feet of vegetative debris clearing, 196 feet of stream bank stabilization and removal of 153 cubic yards of sediment at 18 project sites. Round 2 included 21,920 feet of vegetative debris clearing, 150 feet of bank stabilization and 410 cubic yards of sediment removal at 25 project sites. 11 428 TEAM EXPERIENCE Key Personnel Alex Batey – Operations Supervisor alex.batey@zuludiscovery.com (910) 232-0290 Alex is the corporate secretary as well as the company’s operations supervisor and brings 14 years’ experience to the position. He will be the County’s primary point of contact and provide instruction to the project manager. Andy Molnar – Project Manager andy.molnar@zuludiscovery.com Andy retired from the Coast Guard after 30 years and has 15 years’ experience as a project manager and with stream debris removal. He will conduct daily operations and oversee work crews, as well as serving as Safety Officer. Work crews will consist of equipment operators and laborers, each HAZMAT certified and with a minimum of five years’ experience in waterway clearing and streamflow restoration. Kim Haywood – AP/AR kim.haywood@zuludiscovery.com (912) 272-3111 Kim will be the primary point of contact for billing. Amy Thurman – Business Development amy.thurman@zuludiscovery.com (423) 440-9012 Amy will handle insurance certificates, bonding needs, change orders, and any other project documentation not related to billing. Key resumes beginning on next page. 12 429 KEY PERSONNEL Alex Batey Corporate Secretary, Director of Operations 910.232.0290 alex.batey@zuludiscovery.com For this project, Alex will serve as Project Supervisor. He will manage assessment teams, review project data, and coordinate with District. PROFESSIONAL PROFILE Alex has taken an active role in Zulu since the company was founded and began working full time after achieving a degree in Marine Technology from Cape Fear Community College. Coursework included side scan sonar, ROVs, and marine instrumentation, among others. Alex oversees all marine projects, provides guidance and direction to project managers, and serves as Zulu’s liaison with clients and stakeholders. His role responsibilities include conducting and/or overseeing stream debris assessments, leading the roster of HAZWOPER technicians, planning and coordinating projects, compliance, training, and safety. He has a passion for the marine industry and exploring new ways Zulu can engage in it. He stays current with industry trends and is a member of several related organizations such as The Propeller Club, the Marine Technology Society, and the Western Dredging Association. CERTIFICATIONS AND SPECIALIZED SKILLS: USCG Licensed Captain Part 107 Remote Pilot License Certified VideoRay ROV Pilot Certified Diver HAZWOPER Certified Klein Side Scan Sonar Certified Proficient with SonarWiz, SonarPro, Hypack, Pix4D, and ArcGIS RECENT PROJECTS INCLUDE: Pender County Stream Clearing and Snagging – Woody and vegetative debris removal above and below the waterline along 32,000 feet of streams, as well as post-project assessments. Pre- project, work-in-progress, and post-project imaging and reports were provided. February – May 2023 Little Raft Swamp Debris Assessment – Lead team of four in assessing waterflow using kayaks and aerial imaging. Provided summary reports, and geo-referenced images with coordinate overlays. June 2022 and June 2020 Winter Springs Debris Assessment – Lead team in assessing woody and vegetative debris impacting navigation and streamflow in five creeks throughout the city. Provided summary reports, and geo-referenced video with coordinate overlays. December 2022 Waccamaw River Wood Debris Removal – 70 miles of woody and vegetative debris removal from the Waccamaw River in Horry County, SC. Project included assessment of multiple additional sites and areas of concern outside original scope. March – September 2022 Emergency Watershed Protection, Rounds 1 & 2, Brunswick County, NC – Cleared woody and vegetative debris, and sediment removal, from 18 project sites in Round 1 and 25 project sites in Round 2. July – November 2021 Hurricanes Matthew and Irma Debris Removal, Okefenokee National Wildlife Refuge, Ga. – Removed hurricane-damaged and downed trees and hazardous vegetative brush from approximately 120 miles of the Wilderness Canoe Trail System as well as post-project assessment imagery. October 2019 – June 2020 13 430 Andy Molnar Project Manager 219.718.3276 andy.molnar@zuludiscovery.com For this project, Andy will serve as a stand-by project manager, filling in as needed to conduct assessments at water level, supervise technicians, and upload imagery to the Data Analyst. PROFESSIONAL PROFILE Andy served in the US Coast Guard for 30 years, focusing on naval engineering and response operations, leaving service as a Chief Warrant Officer 4 with over 20 years of sea time. In his three years with Zulu he’s overseen multiple projects, supervised HAZWOPER response efforts, and served as site safety officer. Andy recently completed Stream Gauge Installation training. CERTIFICATIONS AND SPECIALIZED SKILLS: USCG Licensed Captain Certified Diver HAZWOPER Certified Advanced shipboard firefighting Unit Safety Coordinator RECENT PROJECTS INCLUDE: Pender County Stream Clearing and Snagging – Woody and vegetative debris removal above and below the waterline along 32,000 feet of streams, as well as post-project assessments. Pre- project, work-in-progress, and post-project imaging and reports were provided. February – May 2023 City of Winter Springs Stream Debris Assessment – Onsite assessment of streamflow obstructions in five creeks. Zulu identified over 100 obstructions. December 2022 Waccamaw River Wood Debris Removal – 70 miles of woody and vegetative debris removal from the Waccamaw River in Horry County, SC. Project included assessment of multiple additional sites and areas of concern outside original scope. March – September 2022 Multiple Creek Debris Removal projects in New Hanover County, NC – Cleared woody and vegetative debris from creeks and banks. Post-completion assessments were provided as part of value-added service. January 2021 – May 2022 Emergency Watershed Protection, Rounds 1 & 2, Brunswick County, NC – Cleared woody and vegetative debris, and sediment removal, from 18 project sites in Round 1 and 25 project sites in Round 2. July – November 2021 14 431 432 QUALIFICATIONS CONCLUSION What Sets Zulu Marine Apart Key differentiators include: Our people – dedicated and experienced professionals who show up on time and go above and beyond expectations. All are trained in equipment usage and maintenance, spill response, and safe working practices, in addition to the services we provide. Our equipment – purpose-built for the services we provide, well-maintained, and geared for sensitive marine and aquatic environments. See equipment list in Section E. Our portal – our online project management site that allows you, the client, to view, manipulate, and share project imagery, video, and reports. See portal description in Section E. Our safety record – we have zero jobsite safety violations, follow all OSHA guidelines, conduct daily safety meetings, and have a safety officer present at every jobsite. Our customer satisfaction record – Zulu strives to achieve absolute customer satisfaction on each and every job, as our references will testify. In addition, as previously stated, Zulu has worked with the City of Winter Springs in the past on creek projects, both debris removal and assessments, and are currently completing a creek sediment removal project. We look forward to the opportunity to work with you again! 16 433 SECTION E Other Information 17 434 PROJECT MANAGEMENT Project Management Portal Zulu u�lizes an online Project Management Portal that enables us to provide our clients with digital deliverables in standard and downloadable file formats. This portal allows you a range of views and interac�ve tools that allow you to see individual debris sites on map overlays, measure volumetrics, and more – allowing for beter project management during both the assessment and debris removal stages. Video and s�ll images will be taken of all jobsites prior to work commencing, while work is in progress, and upon comple�on. Image and video files will be uploaded to the portal where the City and stakeholders can access the files, view, manipulate, and share with stakeholders. Not Just Snapshots Highligh�ng This feature allows users to assign specific tasks, highlight issues, or make annota�ons to any file requiring special aten�on. Fly View This feature allows users to view image loca�ons overlayed on mul�ple map types. 18 435 File View The individual file view provides an assortment of interac�ve tools and rela�ve data. Compa�bility Files can be download and u�lized in other pla�orms, such as ESRI. 19 436 ZULU EQUIPMENT PARTIAL EQUIPMENT LIST Vessels Manufacturer Year 41-foot Zulu Chief landing craft (500hp motors, large winches) Munson 2006 40-foot Zulu Witch barge (150hp, winch, crane)Silverships 2013 28-foot Zulu Picker barge (200 hp, winch, crane)Zulu Shipworks 2020 8x8 Zulu Mudder rotary dredge (2400-ft discharge pipe) Gulf Atlantic 2021 23-foot Zulu Survey safety vessel (150hp, davit, winch)Scully 2011 25-foot Zulu Scout support vessel (150hp, davit, winch)Monarch 1992 16-foot Zulu Responder rigid hull (drop ramp, 1-foot draft)Whaley 2019 50x20 foot barge (with excavator) Shugart 2017 Two 18-foot jon boats (with mud motors) Sea Ark (both) 2019 Two 14-foot jon boats (with mud motors) All Weld 2021-2022 Four "sit in" kayaks Various 2018-2022 Modular pontoon (multiple configurations) Zulu Shipworks 2017 Marine Equipment Amphibious excavator (15,000-pound winch) Bobcat 2018 Mini hydraulic dredge Truxor 2023 Amphibious UTV and trailer Mudd Ox 2022 ROV VideoRay Pro 4 2014 Side Scan Sonar Klein 4900 2019 Singlebeam Sonar Bathymetry Odom 2013 Two Hydraulic underwater chainsaws Stanley (both) 2018 Professional dive gear w/comms Multiple 2019 Containment boom Oil Stop 2020 Land Equipment Mini excavator Takeuchi 2016 Two tracked skid steers with grapple TL8 & TL12 Takeuchi 2016-2017 11,200 gph trash pump H & H Pumps 2004 Multiple work trucks, 1500 - 3500 Dodge 2018-2020 4x4 Utility vehicle Polaris 2020 Multiple dump trailers (1 with grapple) Various 2018-2021 Multiple equipment & utility trailers Various 2014-2019 Four pole saws Various 2019-2020 Twenty-five (25) Chainsaws Stihl 2017-2021 Fecon cutting head Fecon 2015 Ground protecting mats (multiple) Various 2016-2021 Modern land surveying equipment Trimble 2021 360-degree camaras Garmin 2020 Multiple portable generators Various 2018-2021 Continued on next page. 20 437 Aerial (Unmanned Aerial Systems/UAS/Drones) M600 Z30 camera drone DJI 2018 Five Phantom 4 Pro drones DJI 2016-2021 Two Inspire Pro drones DJI 2018-2020 Three Inspire 1 droves DJI 2015-2018 One fixed-wing drones Parrot 2018 Phantom 4 Pro RTK drone RTK 2019 H520 drone Yuneec 2018 21 438 11/27/2023 Coastal Plains Outdoors Inc. dba Barker Insurance P. O. Box 7688 Hilton Head Island SC 29938 Maynard D. Barker, Jr. CIC (843) 842-8880 (888) 833-7716 Maynard@barkerinsuranceusa.com Zulu Marine Services, Inc 7505 Waters Ave., Suite A-8 Savannah GA 31406-3817 Atlantic Risk Specialty Insurance Company 27154 Atlantic Risk Specialty Insursurance Company 524210 Trident Marine Managers 52524 WQIS Master 2023 A B5JH28908 11/07/2023 11/07/2024 1,000,000 50,000 5,000 2,000,000 2,000,000 B 710-03-90-43-0005 11/07/2023 11/07/2024 1,000,000 C TMU-412597 06/15/2023 06/15/2024 Jones Act & USLI 1,000,000 1,000,000 1,000,000 D Contractors Pollution Contractors Equipment Leased/Rented 56-84303/B5JH28909 11/07/2023 11/07/2024 Liimit $5,000,000 Limit 500,000 Total limit Limit/ Deductible $7500 250,000 Each Ite For Records Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 22 439 SECTION F Cost 23 440 ITB # 03-24-03 PH Pond Sediment Removal Services Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________________DOLLARS (In Words) $________________________________________ # FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 101-1 MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT) LS 1 2 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1 3 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 4 120-1(a) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #1 (TORCASO PARK)CY 260 5 120-1(b) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #2 (CHOKECHERRY COURT)CY 75 6 120-1(c) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #3 (OAK FOREST DRIVE)CY 60 7 120-1(d) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #4 (DEER RUN DRIVE)CY 80 8 120-1(e) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #5 (WINTER SPRINGS BOULEVARD) CY 90 9 120-1(f) SEDIMENT REMOVAL FROM OUTFALL PIPE LOCATION #6 (POND #59, SENECA BOULEVARD) CY 120 10 570-1-2 PERFORMANCE TURF, SOD SY 500 11 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1 1 4 - 9 BID THESE PAY ITEMS INCLUDE THE COST FOR ALL WORK REQUIRED FOR SEDIMENT EXCAVATION, INCLUDING DEWATERING, HAULING, AND DISPOSAL COSTS. TOTAL BASE BID COST SHALL INCLUDE THE COST FOR ALL RESTORATION TO AN EQUAL OR BETTER CONDITION THAN PRIOR TO THE START OF CONSTRUCTION. THIS INCLUDES, BUT IS NOT LIMITED TO, THE RESTORATION OF SIDEWALK, DRIVEWAYS, GUARDRAIL, CURB & GUTTER, FENCING, ETC (IF NEEDED). THE CITY WILL REVIEW THE PRE-CONSTRUCTION VIDEO AND PHOTOGRAPHS TO DETERMINE IF ADDITIONAL RESTORATION IS REQUIRED TO MEET PRE-CONSTRUCTION CONDITIONS. TOTAL BASE BID (SUM OF ALL ITEMS): PAY ITEM NOTES: THE LUMP SUM PRICE FOR MOBILIZATION SHALL NOT BE MORE THAN 10% OF THE TOTAL BID AMOUNT. $16,000.00 $16,000.00 $3,700.00 $3,700.00 $9,600.00 $9,600.00 $154.00 $40,040.00 $206.00 $15,450.00 $206.00 $12,360.00 $206.00 $16,480.00 $154.00 $13,860.00 $206.00 $24,720.00 $32.00 $16,000.00 $800.00 $800.00 $169,010.00 One hundred sixty-nine thousand, ten dollars and zero cents. 169,010.00 24 441 SECTION G Mandatory Bid Forms 25 442 443 ITB # 03-24-03 PH Pond Sediment Removal Services SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY for goods or services of: a.Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b.One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a.The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a.The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c.If the Bidder does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 27 444 445 446 447 ITB # 03-24-03 PH Pond Sediment Removal Services PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 03-24-03 PH Pond Sediment Removal Services. 2. This sworn statement is submitted by (Bidder) ______________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is __________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3. My name is ____________________ and my relationship to the Bidder named above is ________________________. 4. I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Zulu Marine Services, Inc. 7505 Waters Avenue, Ste. A-8, Savannah GA 31406 27-3600913 Michael "Alex" Batey Corporate Secretary 31 448 449 ITB # 03-24-03 PH Pond Sediment Removal Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b.Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and d.Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a.The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b.The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c.The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 33 450 ITB # 03-24-03 PH Pond Sediment Removal Services d.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e.The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f.The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i.Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 34 451 ITB # 03-24-03 PH Pond Sediment Removal Services Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b.The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 35 452 453 454 455 ITB # 03-24-03 PH Pond Sediment Removal Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Pond Sediment Removal Services Project ITB #03-24-03 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women’s business enterprises on solicitation lists. • Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Zulu Marine Services, Inc. Zulu Marine Services, Inc. does not use subcontractors. All work will be performed by our own crews. 39 456 457 41 458 459 43 460 SECTION H Florida State Corporate Filing 44 461 7505 WATERS AVENUE, STE. A-8 SAVANNAH, GA 31406 Current Principal Place of Business: Current Mailing Address: 7505 WATERS AVE STE A8 SAVANNAH, GA 31406 US Entity Name: ZULU MARINE SERVICES, INC DOCUMENT# F22000001361 FEI Number: 27-3600913 Certificate of Status Desired: Name and Address of Current Registered Agent: URS AGENTS, LLC 3458 LAKESHORE DR. TALLAHASSEE, FL 32312 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Apr 03, 2024 Secretary of State 8159194821CC BATEY , JAMES RUSSELL PRINCIPAL 04/03/2024 2024 FOREIGN PROFIT CORPORATION AMENDED ANNUAL REPORT No Title PD Name BATEY, JAMES RUSSELL Address 7505 WATERS AVE., STE A-8 City-State-Zip:SAVANNAH GA 31406 Title S Name BATEY, MICHAEL ALEX Address 7505 WATERS AVE., STE A-8 City-State-Zip:SAVANNAH GA 31406 Title DT Name BATEY, JAMES LEE Address 7505 WATERS AVE., STE A-8 City-State-Zip:SAVANNAH GA 31406 45 462