HomeMy WebLinkAbout2025 06 09 Consent 300 - Intent to Award ITB 04-25-02 PH Creek Sediment Removal ServicesCONSENT AGENDA ITEM 300
CITY COMMISSION AGENDA | JUNE 9, 2025 REGULAR MEETING
TITLE
Intent to Award ITB 04-25-02 PH Creek Sediment Removal Services
SUMMARY
The City issued ITB 04-25-02 PH (Creek Sediment Removal Services) to obtain the
services of a qualified vendor to excavate sediment and accumulated debris from nine
creek roadway crossing locations throughout the City of Winter Springs. The roadway
crossings are located along Sheoah Creek, Gee Creek, and Howell Creek. This project is
intended to restore functionality and aid in the unobstructed conveyance of
stormwater.
The City received two bids listed below. The City is recommending award to Zulu
Marine Services Inc. in the amount of $272,285.70.
Zulu Marine Services $272,285.70
Ovation Construction $883,213.36
FUNDING SOURCE
This project is 100% funded through an NRCS Grant Agreement. The initial costs will be
paid for through the Third Generation Sales Tax Fund and will be subsequently
reimbursed.
RECOMMENDATION
Staff requests approval from the City Commission to award ITB 04-25-02 PH (Creek
Sediment Removal Services) to Zulu Marine Services Inc. , for a total fee of
$272,285.70. Additionally, staff recommends authorizing the City Manager and City
Attorney to prepare and execute any and all documents needed for this contract and
NRCS Grant reimbursement request.
4
ITB # 04-25-02 PH Creek Sediment Removal Services
City of Winter Springs, Florida
1126 East State Road 434
Winter Springs, Florida 32708
INVITATION TO BID
CREEK SEDIMENT REMOVAL SERVICES
(Includes Removal and Disposal)
ITB #04-25-02 PH Date: April 14, 2025
The purpose of this Invitation To Bid (ITB) 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 Creek Sediment Removal and Disposal Services, hereinafter Creek Sediment Removal Services,
consistent with the specifications detailed in Appendix B and any related attachments.
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 May 16, 2025, 2:00pm local time for ITB # 04-25-02 PH Creek Sediment Removal Services
Bids shall conform to the requirements outlined in the Invitation 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 (1) electronic copy of your Bid to this office
by the date and time indicated above. The outside of your package must be clearly labeled with the ITB number, title, opening
date and time, and the name and address of 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 CITY’S receipt deadline
stated above.
Offers received after May 16, 2025 at 2:00 p.m., will be rejected.
Deadline for questions is April 24, 2025 1:00pm local time
An Addenda will be issued and posted to Demand Star by 2:00pm on April 29, 2025 if questions are received and require
clarification for all Bidders.
If you have any questions regarding this Invitation To Bid, please contact: the Procurement Department, at
(407) 327-7581, or via email at procurement@winterspringsfl.org
PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM:
www.demandstar.com
or
https://www.winterspringsfl.org/rfps
5
ITB # 04-25-02 PH Creek Sediment Removal Services
Invitation To Bid Table of Contents
• PART I SCOPE OF SERVICE/EVALUATION CRITERIA ........................................................................................................................... 1
Background ....................................................................................................................................................................................... 1
Scope of Work .................................................................................................................................................................................. 1
General Requirements ...................................................................................................................................................................... 1
Special Conditions ............................................................................................................................................................................. 3
Consideration of Bids ........................................................................................................................................................................ 3
Timeline of Events ............................................................................................................................................................................ 7
• PART II INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS ................................................................................................... 8
Definitions ......................................................................................................................................................................................... 8
Preparation of Invitation To Bid ....................................................................................................................................................... 8
Submission and Receipt of Bids ........................................................................................................................................................ 8
Selection of Bid(s) ............................................................................................................................................................................. 9
Acceptance of Offer .......................................................................................................................................................................... 9
Notice of Award and Performance Bond .......................................................................................................................................... 9
Discrepancies, Errors, and Omissions ............................................................................................................................................. 10
Right to Reject Bids ......................................................................................................................................................................... 10
Fiscal Non-Funding Clause .............................................................................................................................................................. 10
Rights of the CITY ............................................................................................................................................................................ 10
Conflict of Interest .......................................................................................................................................................................... 10
Public Entity Crimes ........................................................................................................................................................................11
Options ...........................................................................................................................................................................................11
Subcontracting ................................................................................................................................................................................11
Default of Contract .........................................................................................................................................................................11
Modification for Changes ...............................................................................................................................................................11
Order of Precedence .......................................................................................................................................................................11
Examination of Records ..................................................................................................................................................................12
Bids Received ..................................................................................................................................................................................12
Contacting City Staff .......................................................................................................................................................................12
Qualifications of Bidder ..................................................................................................................................................................12
Disqualification of Bidder ...............................................................................................................................................................12
Lobbying/Cone of Silence ...............................................................................................................................................................12
Applicable Law and Venue ..............................................................................................................................................................13
Proposal Disclosure; Public Records Responsibilities .....................................................................................................................13
Attorney Fees..................................................................................................................................................................................14
E-Verify ...........................................................................................................................................................................................14
Additional Information ...................................................................................................................................................................14
Modification and Withdraw ...........................................................................................................................................................15 6
ITB # 04-25-02 PH Creek Sediment Removal Services
Prohibition on Gifts to City Employees and Officials ......................................................................................................................15
Discrimination .................................................................................................................................................................................15
Federal Requirements ....................................................................................................................................................................15
• PART III SPECIFIC BID REQUIREMENTS .............................................................................................................................................. 16
Format ............................................................................................................................................................................................16
Section A – Bidder Information and Acknowledgement Form .......................................................................................................16
Section B – Table of Contents .........................................................................................................................................................16
Section C – Introduction Letter.......................................................................................................................................................16
Section D – Qualifications ...............................................................................................................................................................16
Section E - Other Information .........................................................................................................................................................17
Section F – Cost and Time ...............................................................................................................................................................17
Section G – Mandatory Proposal Forms .........................................................................................................................................17
Section H – Florida State Corporate Filing ......................................................................................................................................17
• Mandatory Proposal Forms .............................................................................................................................................
o Bidder Information and Acknowledgement
o References
o Insurance Requirements
o Scrutinized Company Certification
o Drug Free Workplace
o Non-Collusion Affidavit
o Public Entity Crimes Statement
o Debarment, Suspension etc. Certification
o E-Verify Statement
o Conflict of Interest Statement
o Byrd Anti-Lobbying Certification
o SMWBE Utilization Plan
• Appendix A Bid Tabulation Worksheet
• Appendix B Project Specifications (Includes Attachments B-1 & B-2)
• Appendix C Bid Bond Agreement (5% of contract price)
• Appendix D Performance Bond Form
• Appendix E Notice of Award
• Appendix F Notice to Proceed
7
1 ITB # 04-25-02 PH Creek Sediment Removal Services
PART I - SCOPE OF SERVICE/EVALUATION CRITERIA
FOR
ITB # 04-25-02 PH
Creek Sediment Removal Services
Background
The City of Winter Springs is located in Seminole County Florida, which is part of the Orlando-Kissimmee-Sanford
Metropolitan Area. As of July 1, 2021, the City of Winter Springs had a population of approximately 38,975.
Scope of Work
The scope of this project is to remove excess sediment from creek waterway areas within the City of Winter Springs,
FL in accordance with the engineering documents which are attached to this Invitation To Bid as Appendix B.
General Requirements
1. SCOPE
The scope of work includes furnishing all labor equipment, tools, materials, and incidentals necessary to complete the
work in accordance with the Contract Documents in a first-class workmanlike manner, complete in all respects and
ready for use.
2. APPLICABLE SPECIFICATIONS AND REQUIREMENTS
All work to be performed on this project shall conform to the specifications and requirements, as referenced on the
Drawings, unless otherwise noted in the Contract Documents.
3. PERMITS AND REGULATIONS
The Bidder shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work,
and/or required by Municipal, State and Federal regulations, laws and procedures, unless specifically provided
otherwise in the Contract Documents. The Bidder must fully comply with all Federal and State Laws and County and
Municipal Ordinances and Regulations in any manner affecting the performance of the work. The CITY shall provide
all required easements.
This Contract, as to all matters not particularly referred to and defined herein, shall notwithstanding, be subject to
the provisions of all pertinent ordinances, codes and normal regulatory procedures of the municipality or other
political subdivision within whose limits the services are performed, which ordinances, codes and procedures are
hereby made a part hereof with the same force and effect as if specifically set out herein. It is the Bidder’s
responsibility to apply to the local jurisdiction for any Building Permit or Permit that may be required.
4. INSURANCE AND HOLD HARMLESS INDEMNIFICATION
To the fullest extent permitted by laws and regulations, Bidder shall indemnify and hold harmless CITY and its
consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or
consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals
and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such
claim, damage, loss or expenses (a) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property other than the Work itself) including the loss of use resulting therefrom and (b) is
caused in whole or in part by any negligent act or omission of Bidder, any Subcontractor, any person or organization
directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of
8
2 ITB # 04-25-02 PH Creek Sediment Removal Services
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or
is imposed by Law and Regulations regardless of the negligence of any such party.
In any and all claims against CITY or any of their consultants, agents or employees by any employee of Bidder, any
Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any
of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under the previous
paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for Bidder or any such Subcontractor or other person or organization under workers’ or
workmen’s compensation acts, disability benefit acts or other employee benefit acts.
Bidder's Liability Insurance - The Bidder shall not commence any work under this Contract until he has obtained all
insurance required under the Agreement. Bidder shall purchase and maintain such comprehensive general liability
and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth which may arise out of or result from Bidder's performance and furnishing of the Work and Bidder's
other obligations under the Contract Documents, whether it is to be performed or furnished by Bidder, by any
Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by
anyone for whose acts any of them may be liable. The insurance required shall include the specific coverage's and be
written for not less than the limits of liability and coverage's provided or required by law, whichever is greater. The
comprehensive general liability insurance shall include completed operations insurance. The comprehensive general
liability insurance shall also include Contractual Liability Insurance applicable to Bidder's obligations under the Hold
Harmless Indemnification. All of the policies of insurance so required to be purchased and maintained (or the
certificates or their evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be
canceled, materially changed or renewal refused until at least thirty days’ prior written notice has been given to CITY
by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Bidder
may be correcting, removing or replacing defective work in accordance with the Contract Documents. Bidder's General
Liability Insurance shall include the CITY, and CITY's consultants as insured or additional insured which may be
accomplished by either an endorsement of Bidder's Comprehensive General Liability policy or by Bidder 's carrier
issuing a separate protection liability policy.
5. SALES TAX
The Bidder shall include in its Bid, and shall pay, all Florida State sales tax and other local, State, and Federal taxes in
accordance with existing laws and regulations.
6. LAYOUT OF WORK
The Bidder shall perform and be responsible for all layout work in connection with the project. The CITY will provide
benchmarks as necessary in the project area.
7. CHANGES IN THE WORK
The CITY may, at any time, or from time to time, without invalidating the Agreement, order alterations, deletions or
revisions in the Work by written Change Order or Field Order. Upon receipt of any such order, Bidder shall promptly
proceed with the Work involved, which shall be performed under the applicable conditions of the Contract
Documents.
Any deviations from these specifications, plans and contract documents, must be approved by the CITY in advance
of the work either by a written and executed Change Order or a written Field Order.
The Bidder agrees that he will do such work as may be required for the proper execution of the whole work herein
contemplated, including all labor, equipment and materials reasonably necessary for the proper completion of the
work. The Bidder agrees that he will make no claim for extra work unless that material or work is not covered by, or
properly inferable from the Contract Documents. If the Bidder makes a claim for an extra or additional cost and
requests a Change Order be issued prior to performing the work, and the CITY renders a decision denying such
request, the Bidder must notify the CITY in writing within 3 days of the time that the Bidder is informed of the CITY's
decision. Otherwise, the CITY will not consider any such difference as a claim for a Change Order or additional
payment or time. Any such written notice received by the CITY from the Bidder within the 3-day period shall be a
just reason for the CITY to reevaluate its previous decision.
9
3 ITB # 04-25-02 PH Creek Sediment Removal Services
8. PAYMENTS
The CITY may make partial payments on a monthly basis to the Bidder based on pay estimates, which have been
approved by the CITY. The Bidder shall submit at least three (3) copies of his estimate, with reasonable time allowed
to make a field inspection, check, and process the estimate.
Final Payment, including the retainage, will be made upon the completion of the work and certification by the CITY,
and regulatory agencies and acceptance by the CITY that all of the work has been completed in accordance with the
approved plans, specifications, and other Contract Documents, will be made to the Bidder. The CITY shall make final
payment not later than 30 days after final acceptance of the work. Prior to final payment, the Bidder shall transfer to
the OWNER all applicable items accumulated throughout construction. These include but are not limited to the
following items:
Waivers of lien, releases and other items CITY may require in evidence of full payment to all Subcontractor’s,
suppliers and labor related costs.
Progress payments may be withheld if:
1. Work is found defective and not remedied;
2. Bidder does not make prompt and proper payments to Subcontractors;
3. Bidder does not make prompt and proper payments for labor, materials, or equipment furnished;
4. Another Bidder is damaged by an act for which Bidder is responsible;
5. Claims or liens are filed on the job; or
6. In the opinion of the City of Winter Springs, Bidder’s work is not progressing satisfactorily.
9. PAYMENTS WITHHELD
The CITY will disburse and shall have the right to act as agent for the Bidder in disbursing such funds as have been
withheld pursuant to the agreement between Bidder and the CITY, to the party or parties who are entitled to payment
therefrom. The CITY will render to the Bidder a proper accounting of all such funds disbursed on behalf of the Contract.
Neither the final payment nor any part of the retained percentage shall become due until the Bidder, if required, shall
deliver to the CITY his written one year guarantee on the work and a complete release of liens arising out of this
Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge
or information, the releases and receipts include all the labor and material for which a lien could be filed; but the
Bidder may, if any subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the CITY, to
indemnify himself against any lien. If any lien remains unsatisfied after all payments are made, the Bidder shall refund
to the CITY all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a
reasonable attorney’s fee.
10. GENERAL GUARANTEE
All work to be performed under this Contract shall be constructed in compliance with the Contract Documents.
Special Conditions
1. Existing Utilities
In areas of work, all existing utilities, public or private, shall be located by the Bidder, and owners of said utilities shall
be notified prior to commencing work. Bidder shall immediately notify the CITY of any existing utilities that may
interfere with completing the work. Bidder is to coordinate the relocation of any utilities within the areas of
construction. Utility coordination work shall be considered as part of the lump sum pay item for mobilization.
2. Work Hours
All activity must occur between 7:00 AM and 6:00 PM.
10
4 ITB # 04-25-02 PH Creek Sediment Removal Services
3. Maintenance of Traffic
If necessary, temporary lane closures during working hours at an active site with an approved MOT plan will be
permitted, subject to CITY review.
4. Shop Drawings
Shop drawings for all work materials shall be submitted to and approved by the CITY.
5. Property Restoration
All private and public property affected by the work shall be restored to a condition equal to or better than the prework
condition, including sodding, landscaping, irrigation systems, driveways, sidewalks, mailboxes, curbs, etc. The
cost for all restoration work shall be incidental and no extra compensation will be allowed.
6. Excess Materials
All excess excavation and other removed materials are the responsibility of the Bidder.
7. Equal Employment Opportunity 41 CFR 60-1.4 (b) (As required by 2 CFR 200.326 Appendix II to Part 200)
During the performance of this contract, the Bidder agrees as follows:
The Bidder will not discriminate against any employee or applicant for employment because of race, color,
religion, sex, sexual orientation, gender identity, or national origin. The Bidder will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment without regard to
their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include,
but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Bidder
agrees to post in conspicuous places, available to employees and applicants for employment, notices to be
provided setting forth the provisions of this nondiscrimination clause.
The Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Bidder, state
that all qualified applicants will receive consideration for employment without regard to race, color, religion,
sex, sexual orientation, gender identity, or national origin.
The Bidder will not discharge or in any other manner discriminate against any employee or applicant for
employment because such employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or applicant. This provision shall not apply
to instances in which an employee who has access to the compensation information of other employees or
applicants as a part of such employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding,
hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's
legal duty to furnish information.
The Bidder will send to each labor union or representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'
representatives of the Bidder's commitments under this Section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
The Bidder will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,
regulations, and relevant orders of the Secretary of Labor.
11
5 ITB # 04-25-02 PH Creek Sediment Removal Services
The Bidder will furnish all information and reports required by Executive Order 11246 of September 24, 1965,
and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to
his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
In the event of the Bidder's noncompliance with the nondiscrimination clauses of this contract or with any of
the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in
part and the Bidder may be declared ineligible for further government contracts or federally assisted
construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24,
1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246
of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by
law.
The Bidder will include the portion of the sentence immediately preceding paragraph (1) and the provisions
of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations,
or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or vendor. The PROPOSER will take
such action with respect to any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event a Bidder becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency, the Bidder may request the
United States to enter into such litigation to protect the interests of the United States.
The Bidder further agrees that it will be bound by the above equal opportunity clause with respect to its own
employment practices when it participates in federally assisted construction work: provided, that if the applicant
so participating is a state or local government, the above equal opportunity clause is not applicable to any
agency, instrumentality or subdivision of such government which does not participate in work on or under the
contract.
The Bidder agrees that it will assist and cooperate actively with the administering agency and the Secretary of
Labor in obtaining the compliance of its contractors and subcontractors with the equal opportunity clause and
the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency
and the Secretary of Labor such information as they may require for the supervision of such compliance, and
that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for
securing compliance.
The Bidder further agrees that it will refrain from entering into any contract or contract modification subject to
Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated
eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive
Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be
imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to
part ii, subpart d of the Executive Order. In addition, the Bidder agrees that if it fails or refuses to comply with
these undertakings, the administering agency may take any or all of the following actions: cancel, terminate, or
suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further
assistance to the Bidder under the program with respect to which the failure or refund occurred until
satisfactory assurance of future compliance has been received from such applicant; and refer the case to the
department of justice for appropriate legal proceedings.
12
6 ITB # 04-25-02 PH Creek Sediment Removal Services
8. Contract Work Hours and Safety Standards Act (40 U.S.C 3701-3708)
Overtime requirements. No Bidder or subcontractor contracting for any part of the contract work which may
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 basic
rate of pay for all hours worked in excess of forty hours in such workweek.
Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in
paragraph (1) of this section the Bidder and any subcontractor responsible therefore shall be liable for the unpaid
wages. In 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
$10 for each calendar day on which such individual 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.
Withholding for unpaid wages and liquidated damages. The CITY shall upon its own action or upon written request
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.
Subcontracts. The Bidder or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1)
through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier
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.
Consideration of Bids
Bids will be considered by the CITY, and the chosen Bidder will be selected based on its ability to provide the services
required at the lowest possible cost to the CITY. In assessing Bids the CITY shall consider, in addition to the Cost
Proposal, but not limited to, the following capabilities and background in determining if a Bid is considered responsible.
a. The background and experience of the Bidder in providing similar services elsewhere, including the level of
experience in working with municipalities and the quality of services performed or items supplied.
b. Reasonableness/competitiveness of proposed costs and/or benefits to the City of Winter Springs. The City of
Winter Springs reserves the right to negotiate fees and/or benefits with the selected Bidder.
c. Determination that the selected Bidder has no contractual relationship which would result in a conflict of
interest with the CITY.
d. The Bidder‘s ability, capacity, and skill to fully and satisfactorily, provide these services and/or items required in
this ITB.
e. Whether the Bidder can provide the service and/or items in a professional, prompt and timely fashion.
Pursuant to Florida Statutes § 287.05701, the CITY shall not request documentation regarding, consider, or give
preference based upon, a vendor’s social, political, or ideological interests when determining the vendor’s qualifications.
13
7 ITB # 04-25-02 PH Creek Sediment Removal Services
Timeline of Events
Release of ITB April 14, 2025
Deadline to receive questions (electronically) – 1:00pm local time April 24, 2025
Addendum Released by 1:00pm local time April 29, 2025
ITB Submittals are Due by 2:00 pm local time May 16 2025
Bid Opening and Selection at 2:15 pm local time at Winter Springs City Hall May 16, 2025
City Commission Award Approval TBD
Notice of Award to Successful Bidder TBD
Notice to Proceed to Successful Bidder TBD
14
8 ITB # 04-25-02 PH Creek Sediment Removal Services
PART II - INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS
For
ITB # 04-25-02 PH
Creek Sediment Removal Services
Definitions (as used herein)
a. The term "Invitation to Bid" means a solicitation of bids. The acronym "ITB" means Invitation to Bid.
b. The term "Bid" means the price to conduct the scope of work requested based on the required minimum
criteria.
c. The term "professional services" means those services of architects, auditors, dentists, engineers,
landscape architects, lawyers, physicians, psychologists, surveyors, and any other professional service as
determined by the CITY.
d. The term "Bidder" means the company/firm making an offer.
e. The term "CITY" means the City of Winter Springs, Florida.
f. The term "CITY Commission" means the governing body of the City of Winter Springs.
Preparation of Invitation To Bid
a Bidders are expected to examine the minimum requirements and all special and general conditions. Omission on
the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill every detail the
requirements of the contract document, will not be accepted as a basis for varying the requirements of the CITY
or compensation to the Bidder. Failure to properly and fully complete the proposal is at the Bidder's risk. The
Bidder shall sign the Invitation To Bid and print or type his/her name, address, and telephone number on the
face page.
a. The apparent silence of any supplemental minimum requirements as to any details, or the omission from it of a
detailed description concerning any point will be regarded as meaning that only the best commercial practices
are to prevail. All workmanship is to be first quality. All interpretations of the minimum requirements shall be
made upon the basis of this statement.
b. Bidders should submit their response to this ITB by: providing one (1) original, marked as such; three (3) copies,
marked as such and one (1) electronic copy of your Bid to the address noted above and by the date and time
indicated. The outside of your package must be clearly labeled with the ITB number, title, opening date and
time and the name and address of 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 meet the CITY’s
deadline requirements.
c. The Bidder should retain a copy of all documents for future reference.
d. All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder
by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org).
Proof of corporate signer must be included with the submittal with the Bid. You may use the Sunbiz website
screen shot or include a copy of your Corporate Resolution to prove the authority of the corporate signer.
e. Failure to follow the instructions in the Invitation To Bid is cause for the rejection of your offer.
Submission and Receipt of Bids
a. Bids must be received before the specified time as designated in the ITB. A list of Bidders who submitted Bids
will be furnished, upon request, following opening of the Bids.
15
9 ITB # 04-25-02 PH Creek Sediment Removal Services
b. Bids shall be submitted in a sealed envelope. The envelope shall show the opening date and time, the ITB
number, and the name and address of the Bidder.
c. The City of Winter Springs is not responsible for the U.S. Mail or private couriers, in regard to mail being
delivered by the specified time so that a Bid can be considered.
d. Email and Facsimile (FAX) Bids will not be considered, however, Bids may be modified by email and FAX notice,
provided such notices are received prior to the hour and date specified.
e. Late Bids will be rejected.
f. Bids having any erasures or corrections must be initialed by the offer or in ink. Bids shall be signed in ink. All
amounts shall be typewritten or completed in ink.
g. All Mandatory Bid Forms must be completed and attached to the Bid.
h. All costs of Bid preparation, inspection of the ITB documents, and presentation of the Bid shall be solely borne
by the Bidder. The CITY shall not be liable for any cost incurred by the Bidder during the preparation and
submission of its Bid in response to this ITB.
Selection of Bid(s)
Only the CITY Commission can select Bids, authorize the CITY Manager to engage in negotiations, and ultimately enter
into a contract.
After the initial Bid review, the CITY may require one or more of the top Bidders to attend a meeting to make an oral
presentation, answer questions, or clarify Bid conditions with the Bidder(s). This meeting will be exempt from the
requirements of the Sunshine Law in accordance with section 286.0113, Florida Statutes. Bidder(s) will be notified of
any further meeting requirements.
Acceptance of Offer
The signed Bid shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted only upon
issuance by the CITY of a Purchase Order, Blanket Purchase Order, or other contractual document.
The contract will be awarded to the most responsible and responsive Bidder whose Bid best meets the minimum
requirements, with the lowest proposed cost set forth in this ITB.
The CITY reserves the right to accept or reject any and all Bids or parts of Bids, waive minor informalities, and to
request clarification of information from any Bidder.
The CITY reserves the right to award the contract on a split-order, lump-sum, or individual-item basis, or such
combination as shall best serve the interest of the CITY unless otherwise specified.
Notice of Award and Performance Bond
Within ten (10) calendar days from the date stipulated in the Notice of Award notifying Bidder that its Bid has been
accepted, the successful Bidder shall execute the Agreement. Simultaneously with the execution of the Agreement,
Bidder shall furnish a Performance Bond in the amount of 110 percent of the contract price. The bond shall be secured
from a surety company acceptable to the CITY. The form of the Bond the successful Bidder will be required to execute is
included in the Bidding Documents. Failure to execute the Agreement and/or to furnish said bond within ten (10)
calendar days from the date of the Notice of Award entitles the CITY to consider all rights arising out of the CITY's
16
10 ITB # 04-25-02 PH Creek Sediment Removal Services
acceptance of the Bid as abandoned and the Bid Bond shall be forfeited. The CITY shall be entitled to such other rights as
may be granted by law.
Discrepancies, Errors, and Omissions
Any discrepancies, errors, or ambiguities in the Invitation To Bid or Addenda (if any) should be reported in writing to the
CITY's Procurement Manager smaclean@winterspringsfl.org . Should it be found necessary, a written Addenda will be
incorporated in the Invitation To Bid and will become part of the Service Agreement (contract documents). The CITY will
not be responsible for any oral instructions, clarifications, or other communications.
Right to Reject Bids
The CITY reserves the right to reject any Bids that do not meet a completeness of at least 75%, as it relates to the
instructions set forth in this document. Right is reserved to reject any or all Bids and to disregard typographical,
mathematical, or obvious errors. The CITY will not pay costs incurred by any Bidder in the preparation of Bids.
Fiscal Non-Funding Clause
In the event sufficient budgeted funds are not available for a new fiscal period, the CITY shall notify the Bidder of such
occurrence and any contracts entered into between the CITY and Bidder shall terminate on the last day of the current
fiscal period without penalty or expense to the CITY.
Rights of the CITY
This ITB constitutes an invitation for submission of Bids to the CITY. This ITB does not obligate the CITY to procure or
contract for any of the scopes of services set forth in this ITB. The CITY reserves and holds, at its sole discretion, various
rights and options under Florida law, including without limitation, the following:
• To prepare and issue Addenda to the ITB that may expand, restrict, or cancel any portion or all work described in
the ITB without obligation to commence a new procurement process or issue a modified or amended ITB.
• To receive questions from potential Bidders and to provide such answers in writing as it deems appropriate.
• To waive any informalities, technicalities or irregularities in the Bids submitted.
• To reject any and all Bid submissions.
• To change the date for receipt of Bids or any deadlines and dates specified in the ITB.
• To change the procurement and/or selection process prior to receipt of Bids.
• To conduct investigations with respect to the information provided by each Bidder and to request additional
information (either in writing or in presentations and interviews) to support such Bidder’s responses and
submittals.
• To visit facilities referenced in the Bidder’s submittal at any time or times during the procurement process.
• To seek clarification of Bids from the Bidders either in writing or in presentations and interviews
• To cancel the ITB with or without the substitution of another ITB.
Conflict of Interest
Bidder acknowledges and certifies that this Bid does not violate any ethics provision found in Chapter 112, Florida
Statutes, or Chapter 2 of the Code of Ordinances of the City of Winter Springs.
The Bidder certifies that, to the best of their knowledge or belief, no elected/appointed official or employee of the City
of Winter Springs, a spouse thereof or other person residing in the same household, is financially interested, directly or
indirectly, in providing the goods or services specified in this proposal. Financial interest includes ownership of more
than five percent (5%) of the total assets or capital stock or being an officer, director, manager, partner, proprietor, or
agent of the business submitting the proposal or of any subcontractor or supplier thereof providing goods or services in
excess of ten percent (10%) of the total Bid amount.
17
11 ITB # 04-25-02 PH Creek Sediment Removal Services
Additionally, the Bidder, on company letterhead, must divulge at the time of Bid submittal, any relative, other than
those already specified, of an elected /appointed official or employee of the City of Winter Springs who has a financial
interest, as defined herein, in providing the goods or services specified in the proposal. The CITY, at its sole discretion,
will determine whether a conflict exists and whether to accept or reject the proposal.
Public Entity Crimes
A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may
not submit a Bid, Proposal or Quote on a contract to provide any goods or services to a public entity, may not submit a
Bid, Proposal or Quote on a contract with a public entity for the construction or repair of a public building or public
work, may not submit Bid, Proposal or Quote on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for
CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.
Options
When the CITY requests Bids with options regarding the extent of services to be provided, the CITY requests all Bidders
to provide a cost breakdown for each option proposed. Although all options may be proposed, some options may not
ultimately be purchased. The CITY reserves the right to decide, at its discretion, which options shall be purchased.
The CITY reserves the right to engage more than one (1) Bidder if it is believed that different Bidders might best serve
the CITY's interests in performing different segments of the work (e.g., one Bidder to provide building estimates, and
another to provide infrastructure estimates).
Subcontracting
Where Bidders do not have the "in-house" capability to perform work desired in the Invitation To Bid, subcontracting
may be permitted only with prior knowledge and approval of the CITY. The CITY must be assured of and agree that any
proposed subcontractor(s) can perform work of the desired quality and in a timely manner. The name(s) of any intended
subcontractor(s) should be given in the Bid.
Default of Contract
In case of default by the Bidder, the CITY may procure the requested services from other sources and hold the Bidder
responsible for any excess costs occasioned or incurred thereby.
Modification for Changes
No agreement or understanding to modify this ITB and resultant purchase order or contract shall be binding upon the
CITY unless made in writing by the City of Winter Springs.
Order of Precedence
In the event of an inconsistency between provisions of the ITB, the inconsistency shall be resolved by giving precedence
in the following order: (a) Instructions to Bidders and General Provisions; and (b) the minimum requirements.
18
12 ITB # 04-25-02 PH Creek Sediment Removal Services
Examination of Records
The Bidder shall keep adequate records and supporting documentation applicable to the subject matter of this ITB to
include, but not be limited to: records of costs, time worked, working paper and/or accumulations of data, and criteria
or standards by which findings or data are measured. Said records and documentation shall be retained by the Bidder
for a minimum of one (1) year from the date the contract is completed and accepted by the CITY. If any litigation is
initiated before the expiration of the one-year period, the records shall be retained until all litigation, claims, or audit
findings involving the records have been resolved, unless otherwise instructed by the CITY. Should any questions arise
concerning this contract, the CITY and its authorized agents shall have the right to review, inspect, and copy all such
records and documentation during the record retention period stated above; provided, however, such activity shall be
conducted only during normal business hours and shall be at CITY expense. Bidders shall be authorized to retain
microfilm copies in lieu of original records if they so desire.
Any subcontractor(s) employed by a Bidder who is subject to these requirements and the Bidder itself are required to so
notify any such subcontractor(s).
Bids Received
All Bids received in response to this ITB become the property of the CITY.
Contacting or Soliciting from City Staff
The Bidder, including its agents and associates, shall refrain from contacting or soliciting any staff member or official of
the CITY regarding this ITB upon the release of the ITB through the time of notification of award. Failure to comply with
the provision may result in disqualification of the Bidder.
Qualifications of Bidder
A Bidder may be required, before the award of any contract, to show to the complete satisfaction of the CITY that they
have the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner
within the time specified.
Disqualification of Bidder
Any or all Bids will be rejected if there is any reason for believing that collusion exists among the Bidders, and
participants in such collusion will not be considered in future proposals for the same work.
Lobbying/Cone of Silence
Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate,
corporation, and/or all other groups who seek to influence the governmental decision of a CITY Commission Member,
the CITY Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the
Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period
commences upon the issuance of this solicitation document.
If an award item is presented to CITY Commission for approval or for a request to provide authorization to negotiate a
Contract(s) and the CITY Commission refers the item back to the CITY Manager, Procurement Division and/or requesting
Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying
Black-out Period will be reinstated until such time as the CITY Commission meets to consider the item for action.
Bidders, Proposers, Respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives
shall not contact any CITY Commission member, the CITY Manager, any requesting or evaluating Division, Department,
Office personnel, and/or any member of the Evaluation Committee concerning an active Invitation To Bid during the
Lobbying/Cone of Silence Black-out period.
19
13 ITB # 04-25-02 PH Creek Sediment Removal Services
Applicable Law and Venue
This Agreement shall be governed by, construed and interpreted in accordance with the laws of the State of Florida
without regard to the conflicts or choice of law principals thereof. Each of the parties hereto: (a) irrevocably submits
itself to the exclusive jurisdiction of the State of Florida, and agree that venue shall lie exclusively in the Eighteenth
Judicial Circuit Court in and for Seminole County, Florida for any state court action arising out of this Agreement, and
exclusively in the United States District Court for the Middle District of Florida, Orlando Division, for any federal court
action arising out of this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a
defense or otherwise, in any suit, action or other proceeding, (i) any claim that it is not personally subject to the
jurisdiction of the above-named courts for any reason whatsoever, and (ii) any claim that such suit, action, or proceeding
by any party hereto is brought in an inconvenient form or that venue of such suit, action, or proceeding is improper or
that this Agreement or the subject matter hereof may not be enforced in or by such courts.
Bid Disclosure; Public Records Responsibilities
Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section
119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law,
information and materials received by the City in connection with an ITB response and under any awarded contract shall
be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time
period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are
statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Bidder
believes any of the information contained in its response is exempt from the Public Records Law, including trade secrets
as defined by Florida law, the Bidder must, in its response, specifically identify the material which is deemed to be
exempt and cite the legal authority for the exemption; otherwise, the CITY will treat all materials received as public
records.
Pursuant to section 119.0701, Florida Statutes, for any tasks performed by Bidder on behalf of the CITY, Bidder shall: (a)
keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required
by the CITY to perform the work contemplated by this Agreement; (b) upon request from the CITY’s custodian of public
records, provide the CITY with a copy of the requested Public Records or allow the Public Records to be inspected or
copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as
otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public
Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this
Agreement and following completion or termination of this Agreement, if Bidder does not transfer the records to the
CITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the CITY, in its sole
and absolute discretion, requests that all Public Records in possession of Bidder be transferred to the CITY, Bidder shall
transfer, at no cost, to the CITY, all Public Records in possession of Bidder within thirty (30) days of such request or (ii) if
no such request is made by the CITY, Bidder shall keep and maintain the Public Records required by the CITY to perform
the work contemplated by this Agreement. If Bidder transfers all Public Records to the City pursuant to (d)(i) above
Bidder shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records
disclosure requirements within thirty (30) days of transferring the Public Records to the CITY and provide the CITY with
written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If
Bidder keeps and maintains Public Records pursuant to (d)(ii) above, Bidder shall meet all applicable requirements for
retaining Public Records. All Public Records stored electronically must be provided to the CITY, upon request from the
CITY’s custodian of public records, in a format that is compatible with the information technology of the CITY. If Bidder
does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable
amount of time, the CITY may pursue any and all remedies available in law or equity including, but not limited to,
specific performance. The provisions of this section only apply to those tasks in which Bidder is acting on behalf of the
CITY.
IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
Telephone number: (407) 327-6560 ext. 7003 E-mail address: cityclerkdepartment@winterspringsfl.org
20
14 ITB # 04-25-02 PH Creek Sediment Removal Services
Attorney Fees
In the event of legal action or other proceeding arising under this ITB, the prevailing party shall be entitled to recover
from the adverse party all its reasonable attorneys’ fees and costs incurred by the prevailing party in the prosecution
or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the
trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be
entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees
and costs, as well as in determining the amount of attorneys’ fees and costs due to the prevailing party. The
reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable
statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and
delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court
reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or
guideline.
E-Verify
Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any CITY contractors shall register with and use
the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work
authorization status of all employees hired on and after January 1, 2021. Bidders must provide evidence of compliance
with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Bidder stating all employees hired
on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of
their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the
contract and shall result in the immediate termination of a contract without penalty to the CITY. The Bidder shall be
liable for all costs incurred by the CITY securing a replacement contract, including but not limited to, any increased costs
for the same services, any costs due to delay, and rebidding costs, if applicable. If the Bidder utilizes Subcontractors the
following shall apply:
Bidder shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any
employees they may hire during the term of the Agreement.
Bidder shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or
subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy
of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement.
Additional Information
Additional information may be obtained from the Procurement Manager, (407) 327-7581, e-mail
procurement@winterspringsfl.org, or from any other CITY employee or agent listed on the ITB cover letter.
Bids received in response to this Invitation to Bid are exempt from disclosure under the Public Records Law until such
time as an award decision has been made known or until thirty days after the Bid opening, whichever occurs earlier.
Each Bidder shall clearly mark each page of its Bid that contains trade secrets or other information which the Bidder
believes is exempt from disclosure pursuant to Article I, Section 24 of the Florida Constitution and Chapters 119 and
286, Florida Statutes (commonly referred to as the “Sunshine Laws”). Disclosure of information marked according to
the requirements of this section in response to a public records request will be determined by the CITY in its sole and
absolute discretion and in accordance with the Florida laws, rules, and regulations. If there is no information marked as
exempt by the Bidder, the CITY will assume that the Bidder does not claim that any portion of its Bid is exempt from
disclosure under the Sunshine Laws.
21
15 ITB # 04-25-02 PH Creek Sediment Removal Services
Modification and Withdraw
Bids may not be modified after submittal.
Bids may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be
received by the CITY’s Procurement Manager before the time and date stated or as amended for the Bid Opening.
Properly withdrawn Bids will be returned unopened to the person or Bidder submitting the Bid.
A Bidder who timely withdraws its Bid may submit a new Bid in the same manner as specified herein under “Submission
of Bid.” A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and
on the Bid Form.
If a Contract is not awarded within 90 calendar days after opening of Bids, a Bidder may file a written request with the
CITY’s Procurement Manager for the withdrawal of its Bid.
Prohibition on Gifts to City Employees and Officials
No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other
item of value to any CITY employee, as set forth in Chapter 112, Part III, Florida Statutes, the current CITY Ethics
Ordinance, and City Administrative Policy.
Violation of this provision may result in one or more of the following consequences:
a. Prohibition by the individual, firm, and/or any employee of the firm from contact with CITY staff for a
specified period of time;
b. Prohibition by the individual and/or firm from doing business with the CITY for a specified period of
time, including but not limited to: submitting Bids/proposals, RFP, and/or quotes; and,
c. Immediate termination of any contract held by the individual and/or firm for cause.
Discrimination
A Bidder or affiliate who has been placed on the discriminatory vendor list may not submit a Bid, proposal, or reply on a
contract to provide any goods or services to a public entity; may not submit a Bid, proposal, or reply on a contract with a
public entity for the construction or repair of a public building or public work; may not submit Bids, proposals, or replies
on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and may not transact business with any public
entity.
Federal Requirements
This contract may be funded in whole or in part with federal funding. As such, federal laws, regulations, policies and
related administrative practices shall apply to any contract negotiated with a selected firm as required by federal law.
The most recent of such requirements, including any amendments made such as the submission of the Bids, shall apply,
unless the federal government determines otherwise.
The federal government requirements contained in the most recent version of the Uniform Administrative
Requirements for federal awards (Uniform Rules) codified at 2.C.F.R, Part 200, including any certifications and
contractual provisions required by any federal statutes or regulations referenced therein to be included in this contract
are deemed incorporated herein by reference and shall be incorporated into any sub-agreement or subcontract
executed by the Bidder pursuant to its obligations under federal law.
22
16 ITB # 04-25-02 PH Creek Sediment Removal Services
PART III - SPECIFIC BID REQUIREMENTS
For
ITB # 04-25-02 PH
Creek Sediment Removal Services
To assure consistency, Bids must conform to the following format:
A. Bidder Information and Acknowledgement Form
B. Table of Contents
C. Introduction Letter
D. Qualifications
E. Other Information
F. Cost & Time
G. Mandatory Bid Forms
H. Florida State Corporate Filing
Section A – Bidder Information and Acknowledgement Form
1. Use the form provided in the Mandatory Bid Forms titled “BIDDER INFORMATION AND ACKNOWLEDGEMENT
FORM.” (See Form 1)
Section B – Table of Contents
1. Identify Bid material by section and page number.
Section C – Introduction Letter
1. Summarize the key points of the Bid including an understanding of the scope of work. Must be signed by an
authorized official of the firm.
Section D – Qualifications
1. General – Provide general information about the firm, including size, office location(s), and structure of your
firm. Identify and explain any significant changes in organizational structure, ownership, or management firm-
wide during the past five (5) years.
2. Bidder Experience – Describe the Bidder’s experience with providing creek sediment removal services. Focus on
the Bidder’s experience with sediment removal from waterways, such as creeks and ponds.
3. Team Experience – Identify key members of firm’s team that will service the CITY. Identify the primary day-to-
day contact for the engagement and their experience. Identify the proposed project manager. Provide brief
resumes for key team members that will service the CITY as an Appendix.
4. Florida Knowledge – Describe any political, economic, legal, or other issues impacting Florida municipalities,
specifically those impacting the City of Winter Springs, which may be relevant to the Proposal.
5. References – Use the form provided in the Mandatory Proposal Forms titled “REFERENCE INFORMATION FORM”
6. Conclusion – Briefly summarize why Bidder should be selected, including Bidder Firm is pursuing the City of
Winter Springs’ business. In short, summarize what makes the Bidder different and why the CITY should select
your Bid above all others.
23
17 ITB # 04-25-02 PH Creek Sediment Removal Services
Section E - Other Information
This section should address any other information necessary for a full understanding of Bidder’s services. Please provide
detailed information on any relevant additional services offered by Bidder.
Section F – Cost
This section must clearly state the cost associated with the project. Use Appendix A: Bid Tabulation Worksheet.
Section G – Mandatory Bid Forms
Fill out the forms provided, Bidder Information and Acknowledgement Form, Reference Information Form, Insurance
Requirements Form, Scrutinized Company Certification, Non-Collusion Affidavit of Prime Bidder, Drug Free Workplace
Form, Public Entity Crimes Statement, Debarment, Suspension etc. Certification, E-Verify Statement, Conflict of Interest
Statement, SMWBE Utilization Plan and Byrd Anti-Lobbying Act Certification.
Section H – Florida State Corporate Filing
All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by
his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of
corporate signer must be included with the submittal with the Bid. Use Sunbiz website screen shot or include a copy of
Corporate Resolution or a Power of Attorney.
24
ITB # 04-25-02 PH Creek Sediment Removal Services
MANDATORY BID FORMS
Form 1 - Bidder Information and Acknowledgement Form
Form 2 - Reference Information Form
Form 3 - Insurance Requirements Form
Form 4 - Scrutinized Company Certification
Form 5 – Non-Collusion Affidavit of Prime Bidder
Form 6 - Drug Free Workplace Form
Form 7 - Public Entity Crimes Statement
Form 8 - Debarment, Suspension etc. Certification
Form 9 - E-Verify Statement
Form 10 - Conflict of Interest Statement
Form 11 - SMWBE Utilization Plan
Form 12 - Byrd Anti-Lobbying Act Certification
Appendix A Bid Tabulation Worksheet
Appendix C Bid Bond Form (5% of Value)
Mandatory forms must be submitted with the proposal.
Failure to submit forms will disqualify the Bidder from the ITB
Appendix B Project Specifications (Includes Attachments B-1 & B-2)
Appendix E Performance Bond
Appendix E Notice of Award
Appendix F Notice to Proceed
** Appendices B, D, E and F do not need to be returned as a Mandatory Form**
25
ITB # 04-25-02 PH Creek Sediment Removal Services
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 04-25-02 PH
Creek 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 Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
BIDDER NAME:
TAX ID# SNN or EIN:
BIDDER ADDRESS:
PURCHASE ORDER ADDRESS:
PHONE NUMBER:
COMPANY WEBSITE:
COMPANY CONTACT (REP):
CONTACT EMAIL ADDRESS:
SIGNATURE:
THE UNDERSIGNED:
A. Acknowledges receipt of:
1. ITB # 04-25-02 PH Pertaining To: Creek Sediment Removal Services
Addenda Number ________, Dated ____________.
Addenda Number _________, Dated ____________.
B. 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.
C. 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 of the Instructions 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.
D. 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 Bid Tabulation Worksheet, Appendix A.
26
ITB # 04-25-02 PH Creek Sediment Removal Services
REFERENCE INFORMATION FORM
ITB # 04-25-02 PH Name: Creek Sediment Removal Services
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Bidder Representative
Typed Name/Title:
Bidder Representative Signature:
Bidder:
27
ITB # 04-25-02 PH Creek Sediment Removal Services
INSURANCE REQUIREMENT FORM
Insurance Type Required Limits
Worker’s
Compensation
Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits
Employer’s Liability $1,000,000 each accident, single limit per occurrence
Commercial General
Liability
(Occurrence Form)
patterned after the
current ISO form
$1,000,000 single limit per occurrence
$3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability.
This shall include Premises and Operations; Independent Contractors; Products & Completed
Operations & Contractual Liability.
Indemnification
To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall
indemnify and hold harmless City of Winter Springs, its officers 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
Contractor/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.
Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired;
Automobile Included.
Other
Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same
Bidder shall provide the CITY with certificates 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 the City of Winter Springs.
Thirty (30) days cancellation notice required.
The undersigned Bidder agrees to obtain, prior to award, if selected, minimum insurance as stated above.
Bidder
Authorized Signature
Officer Title
Date
28
ITB # 04-25-02 PH Creek 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 Terrorism Sectors List, created pursuant to s. 215.473; or
c. 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;
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.
e. Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business
operations in Iran.
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.
29
ITB # 04-25-02 PH Creek Sediment Removal Services
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS
FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. 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 Iran Terrorism Sectors List and, further, are not engaged in business operations
in Cuba or Syria; and
d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its
company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized
Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism
Sectors List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria.
(Authorized Signature)
(Printed Name and Title)
(Name of Bidder)
STATE OF ____________________________________
COUNTY OF __________________________________
The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online
notarization, this ______ day of __________, 2025 by _____________________ the _________________ of
__________________________, a ________________________ (____) who is personally known to me or (_____) who
produced ______________________________________ as identification.
Notary Public __________________________________
Print Name: ___________________________________
My Commission Expires: _________________________
30
ITB # 04-25-02 PH Creek Sediment Removal Services
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
STATE OF
COUNTY OF
____________________________________, being duly sworn, deposes and says that:
(1) He/she is ___________________________ of ___________________________________
Title Bidder
The Bidder that has submitted the attached response.
(2) He/she 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 affiant, 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, conspiracy, connivance or
unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed
Agreement.
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy,
or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of
interest, including affiant.
(Signed) (Title)
STATE OF _______________________________
COUNTY OF _______________________________
The foregoing instrument was acknowledged before me this ____________________by
_____________________________,
who is (___) personally known to me or (___) who has produced _______________________________ as identification
and
who (did / did not) take an oath.
___________________________________ (Signature of Notary Public)
___________________________________ (Name of Notary Typed, Printed or Stamped)
___________________________________ (Commission Number)
31
ITB # 04-25-02 PH Creek Sediment Removal Services
DRUG FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that
___________________________________________________________________ does:
(Name of Bidder)
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or
use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business 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.
4. Notify 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 notify the employer of any conviction of,
or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the
United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee’s community, by any employee who is so convicted.
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.
(Authorized Signature) (Date)
(Print/Type Name as Signed Above
32
ITB # 04-25-02 PH Creek 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 # 04-25-02 PH Creek 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.
33
ITB # 04-25-02 PH Creek Sediment Removal Services
PUBLIC ENTITY CRIMES STATEMENT cont.
8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting
this sworn statement. (Please indicate which statement applies)
____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
____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 entity
has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the
final order.)
____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a
hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer
determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a
copy of the final order.)
____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or
pending with, the Department of General Services.)
_______________________________________________________
Signature Date:
STATE OF ________________________________
COUNTY OF ______________________________
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this _____ day of ________________, 2025, and is personally known to me, or
has provided ______________________ as identification.
___________________________________My Commission expires: ________________
Notary Public
34
ITB # 04-25-02 PH Creek 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.
35
ITB # 04-25-02 PH Creek 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.
36
ITB # 04-25-02 PH Creek 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.
37
ITB # 04-25-02 PH Creek Sediment Removal Services
h. Except for transactions 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: Date:
Signature of Authorized Certifying Official: Title:
38
ITB # 04-25-02 PH Creek Sediment Removal Services
E-VERIFY STATEMENT
Bid Number: ITB # 04-25-02 PH
Project Description: Creek 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:
1. 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
CITY.
Bidder: _____________________________________________________________________
Authorized Signature: __________________________________________________________
Title: ________________________________________________________________________
Date: _______________________________________________________________________
39
ITB # 04-25-02 PH Creek Sediment Removal Services
CONFLICT OF INTEREST STATEMENT
This sworn statement is submitted with Bid for ITB # 04-25-02 PH Creek Sediment Removal Services
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: ____________.)
My name is ________________________ and my relationship to the Bidder named above is__________________.
1. 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. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named
Bidder, will immediately notify the City of Winter Springs.
________________________________________________________
Signature Date:
STATE OF _______________________________
COUNTY OF _____________________________
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this ___ day of ________________, 2025, and is personally known to me, or
has provided ______________________ as identification.
___________________________________ My Commission expires: ____________________
Notary Signature
40
ITB # 04-25-02 PH Creek 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 : Creek Sediment Removal Services Project #: ITB #04-25-02 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
41
ITB # 04-25-02 PH Creek Sediment Removal Services
BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to
the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any
other award covered by 31 U.S.C. §1352 (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 18 – 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. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-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 $10,000 and not more than $100,000 for each such failure.
Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended)
The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of
its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31
U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if
any.
Signature of Bidder’s Authorized Official
Name and Title of Bidder’s Authorized Official
Date
42
ITB # 04-25-02 PH Creek 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)
$________________________________________
ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks
#FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
1 101-1a MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT)LS 1
2 101-1b BONDS AND INSURANCE LS 1
3 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1
4 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1
5 110-2-2 SELECTIVE CLEARING AND GRUBBING LS 1
6 120-5 CHANNEL EXCAVATION CY 670
7 530-3-4 RIPRAP RUBBLE, DITCH LINING TN 165
8 570-1-2 PERFORMANCE TURF, SOD SY 3,070
9 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1
10 9999-2 RECORD DRAWINGS AND AS-BUILT SURVEY LS 1
1 PAY ITEM 101-1a
2 PAY ITEM 110-2-2
3 PAY ITEM 120-5
4 PAY ITEM 9999-2
5 OVERALL BID
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
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.
THIS PAY ITEM INCLUDES THE COST FOR PREPARING RECORD DRAWINGS AND AS-BUILT SURVEY FOR EACH SEDIMENT REMOVAL LOCATION (9 TOTAL) BY A FLORIDA REGISTERED
SURVEYOR.
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.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR SELECTIVE CLEARING AND GRUBBING, INCLUDING HAUL AND DISPOSAL COSTS.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR CHANNEL EXCAVATION, INCLUDING HAUL AND DISPOSAL COSTS.
43
SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
APPENDIX B
PROJECT SPECIFICATIONS
44
SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
PART 1A
SPECIAL PROVISIONS
45
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-3
SPECIAL PROVISIONS
These Special Provisions modify, clarify, delete, or supplement the General Conditions of the Contract.
SP-01 ................................................................................................................................. ……………Scope of Work
The City of Winter Springs, Florida (CITY) is seeking to obtain the services of a qualified vendor to excavate sediment
and accumulated debris from nine (9) creek roadway crossing locations throughout the City of Winter Springs. The
roadway crossings are located along Sheoah Creek, Gee Creek, and Howell Creek. This project is intended to restore
functionality and aid in the unobstructed conveyance of stormwater. Refer to Table 1 below for the list of roadway
crossings and corresponding creek locations included in this contract.
Table 1 – Sediment Removal Locations
ID Bridge # Roadway Crossing Creek
1 775707 Sheoah Boulevard Sheoah Creek
2 775708 Shepard Road Sheoah Creek
3 775705 South Edgemon Avenue Gee Creek
4 775715 South Moss Road Gee Creek
5 775714 Hayes Road Gee Creek
6 775703 Northern Way (South) Howell Creek
7 775711 Winter Springs Boulevard Howell Creek
8 775709 Northern Way (North) Howell Creek
9 775704 Murphy Road Gee Creek
Following Hurricane Milton, the creek roadway crossings were inspected throughout the CITY to determine the
hurricane impacts. Based on the site inspections, multiple sediment deposits were identified at roadway crossing /
bridge locations throughout the CITY. The sediment deposits are a result of erosion that occurred upstream of the
bridge location and washed downstream. These sediment deposits are reducing the hydraulic capacity of the creeks,
culverts, and bridges.
For each location shown on the overall project site Index Figure, the sediment shall be removed in accordance with
the project details and construction sequence as described in Detail Sheet Numbers 1 and 2 (refer to Attachment B-
1). Site specific figures detailing the approximate extent of sediment deposits within the creek channels and under
the bridges and culverts are identified in Sediment Removal Figures for Location Numbers 1 through 9 (refer to
Attachment B-2).
SP-02 ................................................................................................................................. Standard Specifications
All work of this Contract shall conform to the Florida Department of Transportation (FDOT) Standard Specifications for
Road and Bridge Construction (latest edition), except as modified and supplemented hereinafter. The Contractor shall
have a copy of the FDOT Standard Specifications for Road and Bridge Construction onsite at all times throughout the
duration of the project.
46
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-4
• Contradictions, inconsistencies or ambiguities that may arise between the General Conditions, the Special
Provisions, the FDOT Standard Specifications, any Supplemental Specifications, any Utility Specifications, and
any Special Bid Items (SBIs) shall always be interpreted in favor of the Owner. In terms of technical
requirements, the most stringent criteria shall govern.
• Where the referenced FDOT Specifications cite “the Department” or “Director”, this shall be modified to “the
Owner and/or the Owner’s representative” by this Contract. All references to “Secretary”, “Holiday”,
“Working Days”, and “Value Engineering Incentive” are hereby deleted.
• Payment for this project is in accordance with the Contract. The FDOT sections defining the Basis of Payment
shall not apply. The units of measurement and the unit prices are those indicated on the bid schedule (bid
form). Such prices and payments shall be full compensation for performing all work necessary to complete
the entire project.
• Additional requirements supplementing and/or superseding the applicable portions of the FDOT Standard
Specifications, if any, are provided in the subsequent sections that follow these Special Provisions.
• Two (2) original certified reports shall be submitted for all material testing requirements as referenced in the
FDOT Standard Specifications.
• Verification testing noted in the FDOT Standard Specifications is at the option of the Owner. The Contractor
shall provide the required testing and submit the required number of reports to the Engineer and Owner.
SP-03 .......................................................................................................................... ……Measurement of Payment
Measurement and Payment for all bid items will be as measured in-place upon acceptance of the Work by the Owner
or Engineer. Payment for all unit price items will be made for the actual quantities placed and measured.
A. Unit Price Contracts
1. The quantities of work to be done and materials to be furnished under a unit price contract, as given
in the bid schedule (bid form), are to be considered as approximate only and are to be used solely for
the comparison of bids received and determining an initial contract price. The Owner does not
expressly, or by implication, represent that the actual quantities involved will correspond exactly
therewith; nor shall the Contractor plead misunderstanding or deception because of such estimate or
quantities or of the character, location or other conditions pertaining to the Work. Payment to the
Contractor will be made only for the actual quantities of work performed or material furnished in
accordance with the Drawings and other Contract Documents, and it is understood that the quantities
may be increased or diminished as provided in the General Conditions without in any way invalidating
any of the unit prices bid.
47
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-5
B. Lump Sum Contracts
1. The quantities of work to be done and materials to be furnished, including all labor, equipment and
incidentals required to complete the work, are specified in the Contract Documents. Payment to the
Contractor of the lump sum price bid for the work will be made and shall fully compensate the
Contractor for the construction of the work, completed and ready for continuous operation and use,
in the manner contemplated by the Contract Documents.
A. Unit Price and Lump Sum Contracts
1. All schedules are given for the convenience of the Engineer and the Contractor and are not guaranteed
to be complete. The Contractor shall assume all responsibility for estimating the size, kind, and quantity
of materials and equipment included in work to be done under this Contract.
2. All Contracts shall be subject to retainage as defined in the General Conditions and the Agreement.
B. Methods of Payment
1. Unit Price Contracts/Items: Payment will be made for actual quantities of work properly installed as
approved by the Owner or Engineer unless otherwise indicated herein.
2. Lump Sum Contracts/Items: Payment will be made for each individual item on a percentage complete
basis as estimated by the Contractor and approved by the Owner or Engineer. Quantities provided in
the Contractor’s Schedule of Values are for the purpose of estimating the completion status for
progress payments. Adjustments to costs provided in the accepted Schedule of Values may be made
only by Change Order.
C. Methods of Measurement
1. Units of measurement shall be defined in general terms as follows.
a. Linear Feet (LF) f. Each (EA) k. Each Day (ED)
b. Square Feet (SF) g. Sacks (SK)
c. Square Yards (SY) h. Lump Sum (LS)
d. Cubic Feet (CF) i. Ton (TN)
e. Cubic Yards (CY) j. Allowance (AL)
2. Unit Price Contracts/Items
a. Linear Feet (LF) shall be measured along the horizontal length of the centerline of the creek,
unless otherwise specified.
3. Lump Sum Contracts/Items
a. The Measurement of Work for lump sum contracts and/or items shall be based on the
information provided in the Contract Documents and compiled through the Contractor's own
field verifications, investigations and testing prior to Bidding.
48
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-6
D. No separate payment will be made for the following work, and its cost shall be included in the appropriate
payment item.
1. Applications and pulling of all utility and construction permits.
2. Shop drawings, working drawings and samples.
3. Pre-construction video and photographs.
4. Permits.
5. Field engineering, including utility coordination, locates and conflict identification.
6. Backfill, compaction and grading (as needed).
7. Cleanup.
8. Close-out documentation, including photographs, etc.
SP-04 .................................................................................................................................................... ……Access
The contractor will be granted access to the creek by way of the roadway / bridge crossings (i.e. City right-of-way).
Prior to the beginning of construction, Contractor and CITY Staff will visit each access point during which time the
Contractor shall verify the access location for the CITY’s approval. The Contractor may suggest an alternate route or
access point, but written approval by the CITY Project Manager along with adequate real property rights and/or
completed right of entry agreements may be required.
SP-05 .......................................................................................................................... …………………Limits of Work
Limits of the work areas are generally defined in the Exhibits for each roadway / bridge crossing. The project shall
consist of the removal and disposal of sediment from nine (9) roadway crossing locations shown in Attachment B-2.
It is worth noting that the project is tied to grant funding; therefore, the project construction must be performed as
quickly and efficiently as possible to meet the grant schedule requirements.
SP-06 ............................................................................................................................ …………Sediment Removal
a. All accumulated sediment mounds, downed trees, brush, limbs, tops, vines, and other accumulated
woody vegetative materials, or other accumulated trash within the stream banks shall be removed.
b. All work shall be performed in accordance with the provided Figures and Detail Sheets.
49
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-7
c. All work performed shall take extra care to ensure that active vegetation in the canopy over the creek
and its banks, along the littoral shelf and the littoral/riparian interface, and the bottom habitat are not
harmed. Sediment deposits and associated debris shall be removed in such a manner as to avoid
damage to trees and existing structures and with due regard for the safety of persons and property.
Impacts to adjacent properties shall be minimized using Best Management Practices as necessary,
including but not limited to:
1) the use of mats under vehicles or heavy equipment; and
2) re-grading any rutting to natural contours, such that temporary impacts would readily re-recruit
and return to un-impacted conditions within one growing season. Unless otherwise approved by
the CITY Project Manager, work on all sites shall progress from downstream to upstream.
d. The water level in the creeks will fluctuate up and down due to rainfall events. The contractor shall
track all potential weather systems. Should a large storm or hurricane be predicted for the project area,
the contractor shall remove all equipment or temporary structures from the project area, all temporary
sediment control devices, and any element that is blocking stormwater conveyance within the creek
and from surrounding areas to the creek. The contractor shall stabilize all channel banks and take all
reasonable measures to allow all stormwater conveyance and prevent erosion and sediment transport
during the storm event.
SP-07 ............................................................................................................................ ………………………Equipment
a. Disturbance of the channel bottom and banks, and equipment access areas shall be held to the minimum
necessary to allow the construction equipment to remove the sediment deposits and debris. Heavy equipment
working on wet soil conditions must operate from mats or use other measures as approved by the CITY Project
Manager to minimize rutting or soil disturbance.
b. Boats, barges, and wheeled and/or tracked vehicles for removing, loading and hauling the sediment and debris
off-site will be allowed at the specified locations as approved by the CITY Project Manager.
c. Access for mechanized equipment shall be limited to one side of the channel. Access to the channel shall generally
be perpendicular to the channel with precautions taken to protect private property as well as mast producing and
canopy trees.
d. Hydraulic excavators, if used, shall be low ground pressure (LGP) machines and be equipped with a stationary or
mechanical thumb attachment or have a grapple. The use of rubber-tired skidders will not be allowed without
prior written approval of the CITY Project Manager. When the use of skidders is allowed, they shall be equipped
with low ground pressure, high flotation tires.
50
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-8
SP-08 .............................................................................................................................. …………………………Dipsosal
a. The Contractor shall be responsible for the proper disposal of all materials removed. All sediment and accumulated
debris shall be hauled off-site shall be taken to the disposal site at any County Landfill, Class III or higher. Alternate
landfills for disposal proposed by the Contractor must be pre-approved by the CITY Project Manager.
b. Sediment removed from the creek shall not be placed in or adjacent to other creek tributaries, side ditches,
floodplains nor any other defined water entrances to the watercourse being cleaned. Nor is it permissible to place
sediment or debris on the property of others, or to move sediment upstream or downstream of improved areas
in an effort to avoid hauling off-site.
c. Sediment and debris shall not be placed on nature or hiking trails, sewer lines, highways, or railroad right-of-ways,
or any other improved areas. The storing and stockpiling of material shall only take place if authorized by the CITY
Project Manager and must take place only in uplands and City-owned property. If prior authorization is granted,
stockpiles shall be placed in such a manner to prevent potential movement of the materials back into the creek.
d. All foreign debris such as building materials and manufactured items (stoves, refrigerators, washing machines,
other household goods, cars, tin, building material, etc.) found within the limits of the debris cleanup area shall
be hauled to the off-site disposal area(s). Unless otherwise specifically approved by the receiving County Landfill,
all debris will have to be separated by woody, construction and demolition, "white goods", and tires prior to
placement in the landfill.
e. Where petroleum or gas tanks, pesticide containers or other hazardous materials are found within the limits of
sediment removal, the contractor shall note the location of the tank, container, or material and notify the CITY
Project Manager. The Contractor shall avoid disturbance or damage to the tank, container, or materials.
SP-09 ......................................................................................................................... Environmental Requirements
a. No activity shall adversely affect any species which is endangered, threatened, or of special concern, as listed in
Rules 68A-27.003, 68A-27.005, F.A.C.
b. Disturbance of the creek banks and the creek bottom will be held to the minimum necessary to remove the
sediment deposits.
c. Where the use of heavy equipment is allowed, equipment shall operate adjacent to the creek and not within the
stream unless prior approval is granted by the CITY Project Manager. Crossing a creek with equipment to gain
access to the opposite bank is only allowed with the specific approval of the CITY Project Manager.
d. Equipment shall be maintained to prevent fuel, oil, and lubricant spills. Refueling, repairs, and lubrication will be
performed at safe distances from the creek. Should fuel leaks, oil leaks or hydraulic pipe rupture occur during
construction, the Contractor's operators shall immediately remove the equipment to a safe area and take prompt
action to minimize damage and safeguard the site. The Contractor or his Superintendent shall immediately report
the spill or discharge in accordance with the Special Provisions of this Contract; and the requirements of the Florida
Statute Chapter 376 Pollution Discharge Prevention and Removal will be followed.
51
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-9
e. The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical pollutants such as drained
lubricating or transmission oils, greases, etc. produced as a by-product of this work.
f. Washing, fueling or servicing of equipment shall be avoided where spillage or wash water can enter the
watercourse.
SP-10 ............................................................................................................................... …..Special Requirements
a. The CITY shall have the right to temporarily suspend the Contract due to unforeseen weather conditions or any
other conditions that in the sole opinion of the CITY may cause the work to not proceed in an expeditious or safe
manner as determined by the CITY.
b. The Contractor shall submit to the CITY Project Manager for review and approval prior to construction, a list of
equipment and construction schedule showing the sequence of all work to be performed. Any changes to the
schedule after start of construction will require minimum 24-hour notification and prior approval by the CITY
Project Manager.
c. The Contractor shall exercise care while working in the areas of existing lawns, roads, structures, utilities, and
other improvements. The Contractor shall be responsible for the prompt repair or replacement of any such
improvements damaged by his/her operations.
d. Fences, if any, which must be removed for access shall be removed with the minimum damage practical and
reinstalled as near to the original condition as possible immediately after construction access is no longer needed
at the site. Prior authorization is required by the CITY Project Manager for any fence removals.
e. The Contractor shall be responsible for complying with all applicable requirements of the Florida Department of
Transportation's Manual on Uniform Traffic Control Devices as adopted by the Department of Transportation
pursuant to Chapter 316 Florida Statute when work is performed on public right-of-ways. When equipment or
personnel are operating on public right-of-way, flagmen shall be stationed to warn oncoming traffic of congestion.
Proper construction road signs shall be in place. A means of removing sediment and/or debris from roadways shall
be established. Sweep machines may remove residue deposited on roadways, manual sweeping methods or
pressurized water. The Contractor shall be responsible for implementation of these measures.
f. Contractor is to document the removal of sediment removal at each location with before and after photos. Photos
are to be submitted to the CITY digitally on a weekly basis.
g. As needed, the contractor is to stabilize damaged creek banks by methods described in the Project Detail Sheets.
The CITY Project Manager will make the determination as to which locations need to be re-stabilized.
52
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-10
SP-09 ............................................................................................................................ Grant Funding Compliance
Funding for this project will be provided by the U.S. Department of Agriculture Natural Resources Conservation Service
(NRCS); pursuant to Agreement No. NR254209XXXXC003; CFDA No. 10.923. As such, all applicable federal guidelines,
including, but not limited to the following are hereby incorporated herein by reference. The Contractor shall abide by
all applicable federal guidelines at all times throughout the execution and completion of this project.
i. Pro c u re m e n t St a n d ard s – 2 CFR 200.3 17 thro u gh 200.3 26
ii. C o n t ra c t Pro visio n s Fo r No n -Fe deral Entity Cont ra c t s Unde r Fe d e ral Awa rd s –
Appe ndix II t o 2 CFR Part 2 00
iii. Labor Standards – 29 CFR Part 5
iv. Work Hours and Safety – 40 USC 324-330
v. NRC S Su p p lem e n t t o OSHA Part s 1910 a n d 192 6
SP-10 ............................................................................................................................ ………………………..Pay Items
All work under this Contract shall be included in the pay items listed on the bid schedule (bid form). Any items for
which a specific pay item is not included shall be included in the price of the item to which it pertains or is associated.
Any items not shown or omitted that are required for a complete installation shall be furnished and installed by the
Contractor at no additional cost to the Owner.
The Contractor shall submit a Schedule of Values along with their bid. Payments are to be considered full
compensation for all labor, equipment, tools, materials, and other items necessary and incidental to complete the
work. The Contractor may propose a payment schedule or alternate payment method for all the work to be completed
with this project which is subject to review and approval.
SP-11 ....................................................................................................................................... Description of Work
Work included in the Contract as bid items are shown on the bid schedule (bid form) and as shown on the Project
Figures. No direct payment will be made for any other work necessary to complete the planned work, but the cost
therefore shall be included in the unit prices bid for pay items. All costs to perform the work called for in the Contract
Documents are included in the unit prices and the Total Bid Amount in the Proposal submitted by the Contractor.
Any commission or omission shown or implied shall not be cause for deviating from the intent of the Contract
Documents. If any modification of the Contract Documents is deemed necessary by the Contractor, details of such
modifications and the reasons therefore shall be submitted in writing to the Engineer for written approval prior to
beginning such modified work.
SP-12 ............................................................................................................................................. Contract Bonds
The cost of the Contract Bonds shall be included in the Total Bid Amount. Compensation to the Contractor for providing
the required Contract Bonds shall be included in Pay Item 101-1b, Bonds and Insurance.
53
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-11
SP-13 ................................................................................................................................ Construction Procedure
The Contractor shall at all times conduct the work in such manner and in such sequence as will ensure the least
practicable interference with traffic. The Contractor's vehicles and other equipment shall be operated in such manner
that they will not be a hazard or hindrance to the traveling public. The Contractor shall not open up work to the
prejudice of work already started, and the City and or Engineer may require the Contractor to finish a section on which
work is in progress before work is started on any additional section. The Contractor shall arrange the work and dispose
of materials in accordance with the spirit of the Contract Documents and perform the work in proper sequence all as
may be approved by the City and or Engineer. The Contractor is responsible for maintaining proper drainage
during construction. Existing functioning gutters, pipes, and ditches shall not be obstructed. Materials or equipment
stored along the roadway shall be placed so as to cause no obstruction to the traveling public.
SP-14 ...................................................................................................................................... Time of Completion
Time extensions for delays caused by the effects of inclement weather shall be governed by the General Conditions
contained within the City of Winter Springs’s Construction Contract.
SP-15 ......................................................................................................................................................... Utilities
The Contractor shall coordinate various efforts to confirm the location of existing utilities and identify any potential
conflicts prior to commencing construction.
• It shall be the Contractor's responsibility to perform utility locates and notify all utility owners prior to
commencing construction under this contract, giving sufficient notice to enable the utility owners to locate
their facilities in the vicinity of any proposed construction including excavation or grading activities.
• It shall be the sole responsibility of the Contractor to perform his work in such manner to protect existing
utilities from damage. The Contractor shall use all possible care in removing sediment and debris on this
project so as not to disturb any existing utilities whether shown on the plans or not shown on the plans.
• Locations of existing utilities are approximate only and may not be complete. Any utilities disturbed or
damaged by the Contractor through accident or carelessness shall be replaced by the Contractor at no cost to
the Owner.
SP-16 ..................................................................................................... Endangered, Threatened or Listed Species
The Contractor is obligated to assure that its employees and agents notify the Owner immediately upon encountering
any endangered, threatened, or listed species such as the gopher tortoise, scrub jay, or indigo snake. No such
protected species or its nesting area shall be disturbed without complying with the procedures of the Florida Game
and Fresh Water Fish Commission and the U.S. Fish and Wildlife Service. The Contractor shall hold the Owner harmless
from any claims, damages, attorney’s fees, litigation expenses, costs and fines for the actions in violation of applicable
procedures as may be performed by the Contractor, persons employed by the Contractor, or any persons acting as
agent for the Contractor.
54
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-12
SP-17 ..........................................................................................................Barricades, Warnings and Detour Signs
The Contractor shall provide, erect and maintain all necessary barricades, suitable and sufficient warning lights, danger
signals and signs, provide a sufficient number of watchmen to direct the traffic, and take all necessary precautions for
the protection of the work and safety of the public. Highways closed to traffic shall be protected by effective barricades
on which shall be placed acceptable warning signs and lights.
The Contractor shall erect and maintain acceptable warning and directional signs at all closures (partial or whole),
intersections and at various points along the detour routes, directing the traffic around the closed portion or portions
of the highway, so that any temporary detour route or routes shall be indicated clearly throughout the entire length.
All barricades and obstructions shall be illuminated at night and all lights shall be kept burning from sunset until
sunrise. All warning and directional signs shall be furnished by the Contractor unless otherwise stipulated.
Compensation for all work related to Barricades, Warnings and Detour Signs is included in Pay Item 102- 1,
Maintenance of Traffic.
SP-18 .............................................................................................................. Mailbox Relocation or Replacement
Any mailbox removed or relocated by the Contractor shall, immediately following the completion of work requiring
such removal or relocation, be properly restored to its original location by the Contractor, at no cost to the Owner or
to the affected resident. Any mailbox damaged or destroyed by the Contractor’s operations shall be replaced
immediately, IN KIND, by the Contractor at the Contractor’s sole expense.
Mailboxes improperly re-set or not replaced within twenty-four (24) hours following the incident requiring re-setting
or replacement shall be re-set or replaced by the Owner at a cost to the Contractor of Two Hundred Fifty Dollars
($250.00) per location. Re-setting or replacement shall meet the requirements of the United States Postal Service.
SP-19 ............................................................................................................................ Existing Irrigation Systems
The Contractor shall repair or replace any element of any irrigation system that is damaged or disturbed as a result of
the construction whether on public right of ways or private property. The Contractor shall coordinate with all property
owners prior to commencing excavation to determine where irrigation is located and protect existing irrigation
equipment whenever and wherever possible. Damaged or disturbed irrigation equipment shall be repaired and
restored to functioning condition within three (3) days after it is damaged or disturbed. Replacement parts of irrigation
equipment must be of the same type and manufacturer as what was removed. Prior to Final Acceptance of the project
by the Owner, the Contractor shall contact the property owner of any damaged or disturbed irrigation element that
is encountered during construction and confirm with the property owner that the irrigation equipment has been
restored to pre-construction conditions. Payment for irrigation repairs and replacement is incidental to the unit cost
of any work being performed in the area where damage occurred.
SP-19 ........................................................................................................................... ……………………..Restoration
The Contractor is responsible for restoring all disturbed areas inside or outside the limits of construction, including
demolition activities or damage as a result of construction activities that are not specially accounted for by other bid
items. The disturbed areas shall be returned to a condition equal to or better than the condition that existed prior to
beginning construction.
55
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-13
The Contractor shall restore all disturbed open space by backfilling, compacting, and re-grading to match surrounding
ground elevations. In residential areas, the Contractor shall match existing sod and place the sod within thirty (30)
days after improvements have been installed and land disturbing activities are complete. Sod shall be placed, fertilized
and watered according to the Standard Specifications, and/or as directed by the Owner or Engineer.
SP-20 ......................................................................................................................................................... Permits
The Contractor is responsible for ensuring that all required permits and licenses are obtained and in hand before
commencing construction. For additional information, refer to the FDOT Standard Specifications (Section 7-2, Permits
and Licenses).
SP-21 ....................................................................................................... Pre-construction Video and Photographs
1. General
1.1 Scope of Work
Furnish all labor, materials, and equipment necessary to perform a color audio-video recording with
relevant photographs of the project site as specified herein. The contractor shall furnish to the Owner two
(2) original copies of a continuous color audio-video DVD recording of each project location (work area) for
both pre- and post-construction conditions.
The Owner reserves the right to reject the audio-video DVD because of poor quality, unintelligible audio,
uncontrolled pan, zoom or other defects as determined by the Owner. Any video rejected by the Owner
shall be done again at no additional cost to the Owner. The Contractor shall submit a sample DVD to the
Owner for format and content approval prior to the start of any work.
1.2 Purpose of Work
Video and photographic documentation will provide the basis for defining the project conditions that exist
before construction commences and thus the restoration of surface features that are required after
completion of the project. The Contractor shall be responsible for repairing any damage(s) or defect(s) not
documented as the condition that existed prior to construction. In other words, if the area recorded /
photographed is not clear with regard to existing defects, faults, cracks or other deficiencies, then the
Owner’s determination shall be final and the Contractor will be obligated to repair the defect / deficiency
at no additional cost to the Owner, or the Owner will repair such defect and the contract amount will be
adjusted accordingly.
2. Quality Assurance
The video recording shall be performed by a qualified firm or individual knowledgeable in construction practices,
implementation of established inspection procedures and video and photographic documentation for the purpose
as defined herein. The minimum qualifications shall include:
• Videographer shall be a firm or an individual of established reputation who has been regularly engaged as a
professional photographer for not less than three (3) years.
56
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-14
• Any apprentice videographer must be continuously supervised by an experienced videographer that meets
or exceeds the above qualifications.
3. Execution
Ten (10) days prior to construction commencement, equipment or material mobilization, the Contractor shall
perform an audio-video survey of any project area that has the potential to be disturbed by the Contractor’s work
activities or other operations. Areas disturbed by the Contractor may include, but are not limited to:
• All existing features and improvements within the project area, including road right-of-ways and individual
land parcels.
• All existing features and improvements within temporary construction easements.
• All existing features and improvements within permanent construction easements.
• All existing features and improvements adjacent to any construction activities or other work operations.
• All areas to be entered by vehicles or equipment, including both the construction areas and areas of ingress
and egress.
• Utility work areas.
• Paved and unpaved areas which will be entered by vehicles or equipment.
• Areas in close proximity to where earthwork operations will occur, including areas where vibratory rollers
will be used for compaction.
• Other areas that may be impacted by the work, including staging and stockpile areas and as directed by the
Owner.
The Contractor shall be solely responsible for the timely execution of the pre-construction audio-video survey,
including proper vantage points and overall quality. The Contractor shall cooperate with the videographer’s work
and provide reasonable auxiliary services as requested, including access, temporary lighting, etc.
The submitted DVD will be reviewed and approved by the Owner within five (5) days after a satisfactory video is
submitted. Should the DVD not provide adequate coverage to fully illustrate the existing condition of the work
area or not be in compliance with these specifications, deficient project areas shall be re-done prior to
commencing construction in those areas at no additional cost to the Owner.
The video portion of the recording shall produce bright, sharp clear pictures with sufficient resolution, accurate
colors and shall be free from distortion, shaking, tearing, rolls, or any other form of picture imperfection. The
audio portion of the recording shall provide precise and concise explanatory notes by the camera operator with
proper volume, clarity and freedom from distortion. Each audio-video recording shall be saved on appropriate
DVD media viewable on standard DVD players or computer. Acceptable video formats include MP3, AVI, and MKV.
To preclude the possibility of tampering or editing, the DVD shall display continuous information including:
57
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-15
• Date and time of the recording. Date information must contain the month, day and year. Time information
must contain hours, minutes and seconds, separated by colons.
• Stations corresponding to the baseline information shown in the contract documents, or as directed by the
Owner.
Digital information shall appear at the bottom of the viewing screen and in no way interfere with the video portion
of the recording. No editing or overlaying of information at a later date will be acceptable. At the start of each
video recording segment, a verbal identification summary shall be recorded simultaneously with a wide- angle
view (with appropriate panning, if necessary). The identification summary shall include the following:
• Project name
• Contract number
• Contractor’s name
• Date and time
• General location, name of street, water body, etc.
• Weather conditions (sunny, cloudy, temperature, etc.)
• Direction of travel and viewing direction
The recording shall include the coverage of all surface and other site features located within areas to be directly
or indirectly affected by the Contractor’s work, extending to a minimum of 15 feet outside the actual right-of- way
or limit of the Contractor’s disturbance (street, construction, etc.). The surface features recorded shall include,
but not be limited to, roadways, driveways, sidewalks, curbs, culverts, headwalls, retaining walls, buildings, above-
ground utilities, parks, lawns, landscaping, trees, tree canopies, shrubbery and fences. The area of coverage shall
also include all unpaved areas and access routes where vehicles or equipment will pass. During video recording,
the videographer shall provide narration explaining what is being shown. Of particular concern are any existing
faults, fractures, defects and other existing deficiencies. Special commentary shall be given for any unusual
conditions of buildings, sidewalks, curbing, foundations, trees, shrubbery, structures, equipment, pavement, etc.
Audio descriptions shall be made simultaneously to support the video coverage.
• Streets shall be recorded for the full width of the right-of-way, or as specifically directed by the Owner. Front
and/or side yard areas of residential homes, as well as the front elevation of each house, within or contiguous
to the Contractor’s work area shall also be recorded. Houses and buildings shall be identified visually by house
or building address in such manner that the progress of the taping and the proposed system may be located
by reference to the houses and buildings. Video recordings may also include areas outside the limits of the
Contractor’s work. This work, if required, will be as directed by the Owner.
• A cumulative index correlating the various segments of video coverage to the corresponding DVDs shall be
supplied to the Owner. This index shall identify each segment of video by location, road stations corresponding
to the baseline shown in the contract documents (if applicable), video counter number, viewing side, point
starting from, traveling direction, and ending point.
58
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-16
• The rate of travel for video recording shall be determined by the number, size, and complexity of the surface
and other site features to be documented. At no time shall the rate of travel exceed 60 feet per minute.
Forward motion of the camera shall be halted when viewing objects or structures outside the limits of the
street or easement being documented.
• The videographer shall pan and zoom in and out at a reasonable rate so as to sufficiently control the clarity of
the object being viewed and the video shall have the capability to transfer individual frames of video
electronically into digital photographs and/or hard copy prints.
• At no time will the Contractor be allowed to use any electrical circuits within a building on private properties.
• All video recording shall be performed during regular business hours (8:00 a.m. to 5:00 p.m.), unless otherwise
approved by the Owner. No video recording shall be performed during inclement weather (rain, fog, etc.),
during periods when elongated shadows distort perception and tend to prevent clear resolution, or when
more than 10% of the ground area is covered by standing water.
• All DVDs will become the permanent property of the Owner.
The Contractor shall also provide digital photographs of existing defects and other important conditions as
identified by the pre-construction video. The digital photographs should be organized within specific folders that
correspond to the different project locations, be renamed to further identify where the photograph was taken, or
alternatively, an index can be used to correlate each filename to the location where the photograph was taken.
Payment shall be made under:
Item No. 9999-1 – Pre- and Post-Construction Video and Photographs – Lump Sum (LS)
SP-23 ........................................................................................................... Record Drawings and As-built Survey
Furnish all labor, materials, equipment, and services necessary for developing record drawings to provide the Owner
with factual information regarding all aspects of the work.
During the entire construction operation, the Contractor shall maintain records of all deviations from the plans, figures
and specifications and shall prepare them from original plans and figures showing correctly and accurately all changes
and deviations from the work made during construction to reflect the work as it was actually constructed. Contractor
shall mark record sets with red pen. The record drawings are to be original drawings and/or figures and shall be of a
neat and legible quality. The record drawing pdf file(s) shall be provided to City for review. Retainage will not be
released to the Contractor until the City and the City’s Engineer have approved and are satisfied with the final
submittal by the Contractor of record drawings as specified above.
59
SPECIAL PROVISIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP) SP-17
The as-built survey shall be certified by a State of Florida Registered Professional Land Surveyor currently licensed and
is subject to review and approval by the City and Engineer. The following requirements are to be shown on City project
as-built survey: A. Cross-sections: Following the sediment removal activities, the surveyor shall survey a minimum of
five (5) cross-sections for each of the nine (9) creek sediment removal locations. The surveyor shall obtain cross
sections in the area where the sediment was removed, as well as, immediately upstream and downstream of the
sediment removal locations for slope comparison purposes. The surveyor shall obtain (at a minimum) the top of banks,
toe of slopes, three (3) creek bed spot elevations, side slope change elevations, the ground elevation beyond the top
of bank, etc. Each cross section should consist of a minimum of ten (10) spot elevations. The CAD file shall include the
cross-section spot elevations in plan view and cross section view. Both the plan view and cross-section views shall be
plotted to scale for each project location with an aerial background and provided in a pdf format.
Aerial: The cross-section spot elevations shall be displayed with an aerial background. The aerial imagery shall be
dated 2024 or more recent.
The As-built survey shall conform to recognized standards of drafting and shall be neat and legible. The Contractor’s
surveyor will sign and seal the as-built survey. One (1) signed and sealed pdf file for each of the nine (9) project
locations is required along with AutoCAD file(s) showing As-built information. All AutoCAD file(s) will be provided to
City for review. Retainage will not be released to the Contractor until the City and the City’s Engineer have approved
and are satisfied with the final submittal by the Contractor of as-built surveys as specified above.
Payment shall be made under:
Item No. 9999-2 – Record Drawings and As-built Survey – Lump Sum (LS)
<< End of Special Provisions >>
60
SPECIFICATIONS
Winter Springs Creek Debris Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
PART 1B
SUPPLEMENTAL SPECIFICATIONS
61
SS-1 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
SUPPLEMENTAL SPECIFICATIONS
These Supplemental Specifications are intended to clarify and more specifically define work items encompassed by
the FDOT Standard Specifications.
Section 101 ........................................................................................................................................ Mobilization
Mobilization (and demobilization) consists of preparatory work, operations and mobilizing for beginning work on the
project and demobilizing at end of work, including, but not limited to:
• Those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from
the project site.
• The establishment of safety equipment and first aid supplies, sanitary and other facilities as required by these
specifications and State and local laws and regulations.
• Unless specified otherwise in the Special Provisions, the cost of bonds and required insurance, and any other
pre-construction expense necessary for the start of the work, excluding the cost of construction materials,
shall also be included in this section.
• Mobilization (and demobilization) expenses may include security services and/or expenses associated with
night work, if approved by the Owner.
Partial payments will be made in accordance with the following:
Percent of original
Contract amount earned
Allowable percent of the lump sum price*
for mobilization
5 25
10 50
25 75
50 100
* Contract lump sum price for mobilization (and demobilization) will be limited to 10%
of the original Contract amount, calculated as the total of all pay item extended
costs, exclusive of mobilization (and demobilization) and any other pay items
included within the section of the bid schedule (bid form) entitled “SECTION 1 –
GENERAL ITEMS”.
Payment shall be made under:
• Pay Item 101-1a – Mobilization – Per Lump Sum.
• Pay Item 101-1b – Bonds and Insurance – Per Lump Sum.
62
SS-2 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
Section 102 ......................................................................................................................... Maintenance of Traffic
1. General: Work under this section consists of maintaining traffic within the limits of the project for the duration of
construction in accordance with the U.S. Department of Transportation – Federal Highway Administration’s
Manual on Uniform Traffic Control Devices (MUTCD), FDOT Standard Plans Index 102-600 series and FDOT
Standard Specification Section 102.
2. The Contractor shall submit a Maintenance of Traffic (MOT) Plan to the Owner for review and approval a minimum
of 28 calendar days prior to the proposed activation of such plan(s). The Contractor shall:
• Acknowledge, via letter to the Owner, his intent to use the MOT Plan included with the Contract Drawings (if
such a plan is included within the engineering drawings); or
• Submit an alternate MOT Plan to the Owner, signed and sealed by a Professional Engineer registered in the
State of Florida, for review and approval. The submitted MOT Plan shall conform to FDOT Standard
Specification Section 102 and FDOT Standard Plans Index 102-600 series. The Contractor shall provide a
Worksite Traffic Supervisor, per FDOT Standard Specification Section 102-3.2, who will be responsible for
initiating, installing and maintaining all traffic control devices as described in the Contract Documents.
The Contractor shall coordinate all construction that may impede traffic with appropriate representatives of the
Owner and emergency services. The Contractor shall provide public notice, detours, roadways, and crossings to
minimize traffic impedance along all public roadways. The Contractor shall not isolate residences and places of
business. Access shall be provided to all residences and all places of business whenever construction interferes
with the existing means of access.
3. Quantities: The Contractor is to determine the actual quantities and items to be used for maintenance of traffic.
4. Construction shall not begin until the MOT Plan is approved.
• Road closures will not be permitted (unless under special circumstances and as authorized by the Owner).
• Lane closures will not be permitted during peak hour traffic volumes. Lane closure restrictions will be
determined at the time the MOT Plan is submitted. Lanes cannot be closed until such time that notification of
the lane closure can be sent to the police department, fire department, school board, and other affected
agencies.
• Temporary lane closures will be limited to the hours of 9 a.m. to 4 p.m. unless otherwise approved by the
Owner in writing. The Contractor must maintain at least one paved lane, a minimum of ten (10) feet in width,
open to traffic at all times during lane closures. Maintenance of traffic for lane closures shall be according to
FDOT Standard Plans Index 102-603 with a minimum of two (2) flag persons at all times. Flag persons must be
trained and be FDOT certified.
• At the sole discretion of the Owner, the Contractor may place “ROAD CLOSED – LOCAL TRAFFIC ONLY” signs
to limit daytime traffic through the work zone. During daylight hours, paved roadways may be occupied by the
Contractor’s operations. However, local residents, emergency vehicles, mail delivery, waste removal, and
school buses must have continuous access through the work zone at all times. The Contractor shall maintain
traffic at all times, and construct, maintain, and remove detours, temporary approaches, crossings, etc., as
required.
• Certain locations may require work in the right-of-way to be performed at night only.
63
SS-3 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
5. Prior to any required road closings, the Contractor is to perform exploratory excavations and investigation as
necessary to identify existing utility locations (underground and overhead) and any conflict areas. Any required
utility relocations to be scheduled and coordinated with the Owner and the affected utility companies prior to any
road closing.
6. Traffic control techniques, including re-routing of traffic, signing and striping, shall be in conformance with the
FDOT's Manual on Traffic Control and Safe Practices (latest edition).
7. Only reflective sheeting, as specified in FDOT Standard Specification Section 994, shall be used for signs and
barricades for maintenance of traffic. The reflective sheeting on signs and barricades scratched or damaged to the
point that reflectivity is impaired shall be replaced.
8. All construction warning signs shall be 48” x 48” or larger along the project. All construction signs for signalized
intersections shall be 48” x 48” or larger along crossroads. All construction signs for non-signalized intersections
shall be 36” x 36” or larger along crossroads and shall be supplied by the Contractor.
9. Driveways to private property, residences, businesses, etc., and all public street connections shall remain open
except for very short periods associated with a critical construction operation of limited duration.
10. Non-Compliance: Should the Owner or Engineer determine that traffic within the project is not being maintained
in accordance with the approved maintenance of traffic plan, or presents a public safety concern, the Contractor
shall have three (3) hours to take corrective action after notification is given. Should the Contractor fail to make
the required modifications, the Owner shall have the option to fine the Contractor $50.00 per hour (from the
time of notification) until the situation is remedied or corrected. The cost of such corrective action taken by the
Owner shall be deducted from monies due the Contractor.
11. If drop-offs within the clear zone are greater than six inches (6”) during a daylight moving operation (pipe
installation, etc.), the Contractor shall erect a concrete barrier with attenuator ends and relocate the entire system
as the work proceeds. This specification supersedes and is in addition to FDOT Standard Plans Index 102- 600
series.
12. Materials for driveway maintenance shall be provided pursuant to FDOT Standard Specification Section 102-8 for
all impacted driveways.
13. Temporary curb, curb relocation, temporary concrete barriers and inertial crash cushion shall be provided
pursuant to FDOT Standard Specification Section 102.
14. The Contractor shall furnish two (2) FDOT approved portable message signs at least five (5) days prior to approved
lane closures related to mobilization, deliveries, or construction activities. The Owner shall approve the final sign
locations and will also provide the message to be displayed on the signs.
64
SS-4 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
15. Compensation: All compensation for maintenance of traffic shall be lump sum, including commercial materials for
driveway maintenance, temporary concrete barrier wall (furnish, install and relocate), temporary crash cushions
(furnish, install, and relocate) per FDOT Standard Plans Index 102-100. This shall include all items and services
necessary for the safe maintenance of traffic within the project limits in conformance with the FDOT Standard
Plans Index 102-600 series and MUTCD Specifications. This shall include, but not be limited to, message signs,
barricades, flaggers, construction and advisory signing, detours, temporary pavement, temporary pavement
markings, maintenance of pavement, asphaltic concrete curb, stormwater removals, temporary drainage
structures and pipe, pumps, flashing arrow boards, high intensity flashing lights, removable and temporary
pavement markings, traffic control (uniformed law enforcement) officer, steel traffic plates, temporary signal
loops or cameras and temporary reflective pavement markers, all of which is specific to maintenance of traffic
operations.
Payment shall be made under:
• Pay Item 102-1 – Maintenance of Traffic – Per Lump Sum.
Section 104 ...................................................... Prevention, Control and Abatement of Erosion and Water Pollution
1. General: Work under this section consists of prevention, control and abatement of erosion and water pollution in
accordance with other requirements of these Specifications and Contract Documents, FDOT Standard Specification
Section 104 and with the Best Management Practices described in the Florida Department of Environmental
Protection’s Stormwater, Erosion, and Sedimentation Control Inspector’s Manual.
2. Furnish all labor, materials, equipment, and services to provide erosion control measures on the project site and
in areas outside the project site where work is accomplished in conjunction with the project, so as to prevent
pollution of water, detrimental effects to public or private property adjacent to the project site and damage to
work on the project. Construct and maintain temporary erosion control features or, where practical, construct and
maintain permanent erosion control features as shown on the Drawings or as may be directed by the Engineer.
3. The Contractor shall be responsible for complying with applicable State water quality standards during
construction. The plans and specifications provide only the minimum requirements for erosion and sedimentation
control; it is the Contractor's responsibility to develop a detailed erosion and sedimentation control plan.
4. A National Pollutant Discharge Elimination System (NPDES) Construction Permit is required by the U.S.
Environmental Protection Agency (EPA) pursuant to 40 CFR Part 122.26 for construction projects that result in
land disturbing activities that exceed one (1) or more acres. In Florida, the EPA has delegated processing and
approval of this permit to the Florida Department of Environmental Protection (FDEP).
• The NPDES Construction Permit requires preparation of a Stormwater Pollution Prevention Plan (SWPPP). The
SWPPP will include the Contractor’s erosion control plan and all additional measures that will be employed by
the Contractor to dispose of, control, or prevent the discharge of solid, hazardous, and sanitary wastes to
waters of the United States. The SWPPP must include the Contractor’s procedures to control off- site tracking
of soil by vehicles and construction equipment and a procedure for cleanup and reporting of non-storm water
discharges, such as contaminated groundwater or accidental spills. The Owner must review and approve the
Contractor’s SWPPP prior to implementation.
• If required, the Contractor is responsible for preparing and submitting the Notice of Intent (NOI) and Notice
of Termination (NOT) forms to the Florida Department of Environmental Protection (FDEP).
• If required, the Contractor shall obtain the NPDES permit prior to commencement of land disturbing activities
at the project site.
65
SS-5 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
5. Failure to sign any required documents or certification statements will be considered a default of the Contract.
Any earth disturbing activities performed without the required signed documents, certifications or statements
may be considered a violation of the Clean Water Act by the EPA.
6. Pre-Construction Conference: At the pre-construction conference, and if applicable to the project, the Contractor
shall present a preliminary SWPPP, including the Contractor’s plans and schedules for prevention, control, and
abatement of erosion and water pollution in accordance with the requirements and documents referenced above.
7. Sediment barriers (silt fence) and/or turbidity curtains shall be installed where shown on the Drawings and permits
in accordance with standard construction practices, and in accordance with all Federal, State and local regulations.
Quantities for this item are approximate only and are provided for the Contractor’s bidding purposes. Because
field conditions may require more or less fencing/curtains, the Contractor shall coordinate with the Engineer or
Owner’s representative regarding additional silt fence and/or turbidity curtains that may need to be placed to
meet water quality requirements. Any additional turbidity curtains or silt fence required shall be provided at the
Contractor’s expense. Maintenance of erosion control devices are the sole responsibility of the Contractor.
8. A turbidity control device must be used wherever water depth and/or flow prevent the use of silt fence or other
approved erosion control devices. A description of the turbidity control device must be provided in the
Contractor’s SWPPP. A floating turbidity apron/curtain that extends from the water surface to the bottom shall be
installed as shown on the Drawings and/or as required by permits prior to commencement of construction and
shall remain in place until construction is completed and turbidity within the work area has returned to
background levels.
9. Drainage Structures and Storm Pipes: The Contractor shall protect drainage structures and storm pipes from
erosion and sedimentation during construction. This may include the use of synthetic bales, silt fences or any other
method approved by the Engineer. Should any construction item be damaged due to erosion or sedimentation,
the Contractor shall repair or replace the item with no additional compensation. All new and existing (where called
out to remain) storm pipes and all drainage structures shall be clean and free from silt prior to final acceptance.
10. Stormwater Ponds: Refer to the Special Provision entitled “Dewatering, Flow Diversion and Temporary Shoring”
for additional information.
Payment shall be made under:
• Pay Item 104-14 – Prevention, Control and Abatement of Erosion and Water Pollution – Per Lump Sum.
Section 110 ...........................................................................................................Selective Clearing and Grubbing
1. Furnish all labor, materials, equipment, and services to perform selective clearing and grubbing at the project site
area. Clearing and grubbing shall include removal and disposal of limited vegetation and debris necessary to
prepare the area for the proposed construction. All materials removed shall become property of the Contractor,
and shall be removed from the project in a manner that meets all Federal, State, and local regulations concerning
dumping of waste or construction materials. Any salvage value received from the removed materials shall be
reflected in the Contractor’s Proposal.
2. Clearing and grubbing shall be performed in accordance with FDOT Standard Specification Section 110.
3. All trees within the area to be cleared and grubbed shall be protected unless indicated otherwise in the plans or
as directed by the Owner / Engineer.
66
SS-6 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
4. There may be existing and active stormwater, wastewater, water, and other facilities on site that may or may not
be shown on the Drawings. It is essential that these facilities (or portions thereof), when encountered, remain
intact and in service during the proposed demolition. Consequently, the Contractor shall be responsible for the
protection of these facilities and shall diligently direct all his activities toward maintaining continuous operation
of the existing facilities and minimizing operational inconvenience.
5. All material, equipment, rubble, debris, and other products removed shall become the property of the Contractor
for his disposal off-site in accordance with all applicable laws and ordinances at the Contractor's expense. The sale
of salvageable materials by the Contractor shall only be conducted off-site. The sale of removed items on the site
is prohibited.
6. The Contractor shall examine the various Drawings, visit the site, determine the extent of the Work, the extent of
work affected therein, and all conditions under which he is required to perform the various selective clearing and
grubbing operations.
7. The Contractor shall be solely responsible for making all necessary arrangements and for performing any necessary
work involved in connection with the interruption of all public and private utilities or services.
8. Certain information regarding the reputed presence, size, character and location of existing underground
structures, pipes and conduit may or may not have been shown on the Drawings. If shown, there is no certainty
of the accuracy of this information, and the location of underground structures shown may be inaccurate and
other obstructions than those shown may be encountered. The Contractor hereby distinctly agrees that the Owner
is not:
• Responsible for the correctness or sufficiency of any information given;
• Attesting that this information is to be considered a part of the construction Contract;
• Responsible for a delay claim or extra compensation on account of incorrectness of information regarding
obstructions either revealed or not revealed by the Drawings;
• Responsible for a claim requesting relief from any obligation or responsibility under this Contract in case the
location, size, or character of any pipe or other underground structure is not as indicated on the Drawings, or
in case any pipe or other underground structure is encountered that is not shown on the Drawings.
9. The Contractor shall adhere to all applicable restrictions, including but not limited to:
• Explosives shall not be used at any time during the construction. No burning of combustible material will be
allowed.
• Work shall be conducted to ensure minimum interference with on-site and off-site roads, streets, sidewalks,
and occupied or used facilities.
• Special attention is directed towards maintaining safe and convenient access to the existing facilities
remaining in operation, including normal ingress and egress, delivery vehicles and the potential need for
emergency vehicle access (police, fire, ambulance, etc.).
67
SS-7 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
• Closing and/or obstructing streets, sidewalks, or other occupied facilities will not be allowed without
permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic in access
ways.
• Damage caused to adjacent facilities by construction operations shall be promptly repaired as directed by the
Owner and at no cost to the Owner.
• Water sprinkling, temporary enclosures, and other suitable methods shall be used as necessary to limit the
amount of dust rising and scattering in the air to the lowest level of air pollution practical for the conditions
of work. The Contractor shall comply with the applicable governing regulations.
Payment shall be made under:
• Pay Item 110-2-2 – Selective Clearing and Grubbing – Per Lump Sum.
Section 120 ................................................................................................................................. Channel Excavation
1. Furnish all labor, materials, equipment, and services to perform channel excavation. The bid price for excavation,
measured as provided below, shall include all channel excavation and hauling of materials for completion of the
project.
2. Excavation shall be performed in accordance with FDOT Standard Specification Sections 120 and 125 along with
sections referenced within these sections.
3. Unauthorized excavation consists of removal of material beyond the limits needed to establish required grade
without specific direction from the Owner or Engineer. Unauthorized excavation, as well as remedial work as
directed by the Owner, shall be at the Contractor's expense. Such remedial work shall be performed as directed
by the Owner or Engineer.
4. Excavated materials that are not utilized on the project shall be removed from the site and will become property
of the Contractor.
5. The bidder, by and through the submission of his bid, agrees that he shall be held responsible for having
theretofore examined the site, the location of all proposed work, and for having satisfied himself from his own
personal knowledge and nature of the ground, surface, subsurface, and any other conditions surrounding and
effecting the work.
6. Final dressing to include grading and final preparation of earthwork to allow placement of sod, reshaping of slopes
to match adjacent curbing or pavement, cleanup of sod and landscaping, debris, trimming of trees, etc.
Payment shall be made under:
• Pay Item 120-5 – Channel Excavation – Per Cubic Yard.
Section 530 .............................................................................................................................. Revetment Systems
1. Furnish all labor, materials, equipment, and services for the construction of riprap (rubble) for ditch lining, scour
and erosion protection, including incidental excavation, bedding stone and geotextile filter fabric underlayment
as shown on the plans.
68
SS-8 SUPPLELMENTAL SPECIFICATIONS
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
2. Riprap construction shall be performed in accordance with FDOT Standard Specification Section 530 along with
sections referenced within this section.
3. Filter fabric shall meet or exceed the “Geotextile Criteria” presented within Index 199 of the FDOT Design
Standards and FDOT Standard Specification 514, the cost for which shall be included in the pay item for riprap.
4. Unless otherwise approved by the Owner, the Owner’s representative and/or the Engineer, broken concrete with
steel reinforcement removed will not be accepted as riprap meeting the intent of this specification.
Payment shall be made under:
• Pay Item 530-3-4 – Riprap, Rubble, Ditch Lining – Per Ton.
Section 570 ................................................................................................................................. Performance Turf
1. Furnish all labor, materials, equipment, and services for establishing healthy turf over all areas shown on the
Drawings and all other areas disturbed during construction.
2. Performance turf shall be performed in accordance with FDOT Standard Specification Section 570 along with
other relevant sections referenced within Section 570. Establishing a healthy stand of grass is the Contractor's
responsibility pursuant to the requirements for fertilizing and watering in accordance with FDOT Standard
Specification Sections 982 and 983, respectively.
3. Replacement sod for areas disturbed by construction activities shall match the type of sod that existed before
construction as documented by the pre-construction video or as directed by the Owner.
4. Replacement sod for the project shall be Argentine Bahia, Floratam St. Augustine or other types as directed by
the Owner, the Owner’s representative and/or the Engineer.
Payment shall be made under:
• Pay Item 570-1-2 – Performance Turf, Sod – Per Square Yard.
69
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
ATTACHMENT B-1
PROJECT DETAILS
70
DATENO.DESCRIPTION
REVISIONS SHEET
NO.SEDIMENT REMOVAL PROJECT
301 WEST STATE ROAD 434, SUITE 309
WINTER SPRINGS, FLORIDA 32708
CERTIFICATE OF AUTHORIZATION NO. 27770
ENGINEER OF RECORD
DAVID HAMSTRA, P.E.
FLORIDA REGISTRATION NO. 38652
City of Winter Springs NRCS PROJECTS
CITY HALL
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708
PROJECT MANAGER
PHIL HURSH, P.E.TYPICAL SECTION 1
SEDIMENT REMOVAL
CHANNEL SLOPE
STABILIZE THE EXISTING
BLOCKING THE CONVEYANCE
LOOSE SEDIMENT DEPOSIT
CHANNEL (SEE NOTE 4)
EXISTING GRADE
EXISTING TOP
OF BANK
OF BANK
EXISTING TOEEXISTING CREEK
BED ELEVATION EXISTING CULVERT OR
BRIDGE OPENING (TYP)
EXISTING TOP
OF BANK
EXISTING TOE
OF BANK
SIDE SLOPE
RECONSTRUCTION
(SEE NOTE 3)
TYPICAL SECTION
N.T.S.
CONSTRUCTION NOTES SEQUENCE OF CONSTRUCTION
2.
1.NO SURVEY WAS PERFORMED AND EXISTING UTILITIES ARE NOT SHOWN ON
THE PROVIDED FIGURES. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL
LOCATE ALL UTILITIES AND NOTIFY THE CITY OF WINTER SPRINGS PUBLIC
WORKS DEPARTMENT 72 HOURS PRIOR TO DIGGING AT THE PROJECT SITE.
THE CONTRACTOR SHALL VERIFY ALL EXISTING UTILITY LOCATIONS AND
AGREE TO BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES CAUSED BY
HIS FAILURE TO LOCATE AND PRESERVE ANY AND ALL EXISTING UTILITIES,
STRUCTURES AND OTHER FEATURES.
3.EARTHWORK PERFORMED ADJACENT TO THE CHANNEL SIDE SLOPES SHALL BE
PERFORMED IN A MANNER THAT SIDE SLOPES ARE MAINTAINED AT A SLOPE
NO STEEPER THAN 3 HORIZONTAL: 1 VERTICAL SIDE SLOPE. A STEEPER SIDE
SLOPE MUST BE APPROVED BY THE CITY'S ENGINEERING CONSULTANT. IF THE
CITY'S ENGINEERING CONSULTANT APPROVES A STEEPER SIDE SLOPE THAN
2.0 HORIZONTAL : 1 VERTICAL, RIPRAP SHALL BE PLACED ON THE SIDE SLOPE
FOR STABILIZATION.
4.THE CONTRACTOR SHALL REMOVE ONLY SEDIMENTS AND DEBRIS THAT ARE
BLOCKING THE CONVEYANCE CHANNEL OF THE CREEK. THE CONTRACTOR
SHALL NOT EXCAVATE BEYOND EXISTING (COMPACTED) CHANNEL SIDE
SLOPES.
5.THE TARGET ELEVATION FOR THE CREEK BED WILL BE EQUIVALENT TO THE
SURROUNDING CREEK BED ELEVATIONS.
6.THE CONTRACTOR SHALL SOD ALL CREEK BANKS ABOVE THE WATER LINE
WITH STAKED BAHIA SOD.
7.THE CONTRACTOR SHALL RESTORE ALL AREAS AND INFRASTRUCTURE TO AN
EQUAL OR BETTER CONDITIONS THAN PRE-CONSTRUCTION CONDITIONS.
THIS SHALL INCLUDE, BUT NOT BE LIMITED TO, ANY SIDEWALK, GUARDRAIL,
CURB & GUTTER, EXISTING STORM PIPES, RIPRAP PROTECTION, FENCES,
MONUMENTS, ETC.
8.ALL BRUSH, STRIPPINGS, UNSUITABLE MATERIAL, AND SEDIMENT DEPOSITS
SHALL BE DISPOSED OF AT AN APPROVED DISPOSAL SITE AT THE
CONTRACTOR'S EXPENSE.
9.ALL CONSTRUCTION WORK SHALL BE PERFORMED WITHIN THE CITY-OWNED
RIGHT-OF-WAY LIMITS, WITHIN THE CREEK CHANNEL, OR OTHER CITY-OWNED
PROPERTY OR EASEMENT.
1.UPON APPROVAL OF THE PROJECT SCHEDULE AND RECEIPT OF THE NOTICE TO
PROCEED, THE CONTRACTOR SHALL LOCATE ALL EXISTING UTILITIES,
STRUCTURES AND FEATURES WITHIN THE PROJECT AREA.
2.INSTALL ALL TEMPORARY EROSION AND SEDIMENT CONTROL DEVICES AND
BEST MANAGEMENT PRACTICES (BMPS).
3.REMOVE SEDIMENT AND DEBRIS DEPOSIT(S) AT THE PROJECT SITE.
4.HAUL ALL SEDIMENT AND DEBRIS OFF THE JOB SITE.
5.INSTALL PERMANENT EROSION CONTROL DEVICES (STAKED SOD, OR RUBBLE
RIPRAP (DITCH LINING)) ON THE CHANNEL SIDE SLOPE AS NEEDED.
6.RESTORE ALL AREAS DISTURBED BY CONSTRUCTION EQUIPMENT TO EQUAL
OR BETTER THAN PRE-CONSTRUCTION CONDITIONS.
7.INSTALL SOD ALONG THE CHANNEL SIDE SLOPES ABOVE THE WATER LINE
WITH STAKED BAHIA SOD. THE SOD SHALL BE SAND-GROWN SOD, NOT
MUCK-GROWN SOD.
8.SOD ALL OTHER DISTURBED AREAS.
9.REMOVE EROSION AND SEDIMENT CONTROL DEVICES.
FOR EACH SEDIMENT REMOVAL LOCATION:
10.THE CONTRACTOR SHALL USE EXTRA CAUTION AND CARE WHEN WORKING
AROUND AND IN SOME CASES WITHIN EXISTING CONCRETE BOX CULVERTS,
CONCRETE ARCH CULVERTS, OR UNDER BRIDGES. THE CONTRACTOR SHALL
NOT REMOVE EXCESSIVE AMOUNTS OF SOIL FROM THE ROADWAY CREEK
CROSSING STRUCTURE FOUNDATION THAT COULD COMPROMISE THE
STRUCTURES. ONLY LOOSE SEDIMENTS RESTRICTING THE FLOW PATHS SHALL
BE REMOVED.
THE CONTRACTOR SHALL MAKE THE FOLLOWING SUBMITTALS
TO THE CITY FOR APPROVAL PRIOR TO MOBILIZATION:
1.THE CONTRACTOR SHALL SUBMIT A SCHEDULE THAT INCLUDES ALL THE
PROJECT SITES.
2.THE CONTRACTOR SHALL SUBMIT A WORK PLAN FOR EACH ROADWAY
CROSSING DESCRIBING THE TYPE OF EQUIPMENT THAT SHALL BE USED
UNDER THE ROADWAY (IF APPLICABLE). CONTRACTOR SHOULD USE HAND
GRADING WHERE POSSIBLE TO PREVENT DISTURBANCE TO ALL EXISTING
STRUCTURES.
3. THE CONTRACTOR SHALL SUBMIT AN EROSION AND SEDIMENT CONTROL
PLAN TO BE USED FOR EACH PROJECT LOCATION AND SHALL MEET ALL
FDEP AND SJRWMD WATER QUALITY REQUIREMENTS. CONTRACTOR SHALL
OBTAIN AN NPDES PERMIT FOR THE PROJECT (IF REQUIRED).
10.PREPARE AS-BUILT SURVEY.
11.AN AS-BUILT SURVEY SHALL BE PREPARED FOR EACH SEDIMENT REMOVAL
LOCATION (9 TOTAL) THAT INCLUDES A MINIMUM OF FIVE (5) CROSS
SECTIONS FOR EACH OF THE NINE (9) SEDIMENT REMOVAL LOCATIONS. THE
AS-BUILT SURVEY SHALL BE PREPARED BY AND SIGNED AND SEALED BY A
FLORIDA REGISTERED SURVEYOR.
RIPRAP SIDE SLOPE DETAIL
N.T.S.
TOP OF BANK
EXISTING
GRADE SIDE SLOPE
2:1 MAX
12" THICK
RIPRAP GEOTEXTILE
NON WOVEN
GEOTEXTILE ANCHOR
12" WIDE x 12" DEPTH
12" THICK
RIPRAP
BEDDING STONE
71
DATENO.DESCRIPTION
REVISIONS SHEET
NO.SEDIMENT REMOVAL PROJECT
301 WEST STATE ROAD 434, SUITE 309
WINTER SPRINGS, FLORIDA 32708
CERTIFICATE OF AUTHORIZATION NO. 27770
ENGINEER OF RECORD
DAVID HAMSTRA, P.E.
FLORIDA REGISTRATION NO. 38652
City of Winter Springs NRCS PROJECTS
CITY HALL
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708
PROJECT MANAGER
PHIL HURSH, P.E.EROSION AND SEDIMENT CONTROL PLAN DETAIL 2
POLLUTION CONTROLS
1 TURBIDITY BARRIER (FLOATING OR STAKED)
ROUTINE MAINTENANCE DURING CONSTRUCTION
1.EROSION, SEDIMENT AND TURBIDITY CONTROL SHALL BE MAINTAINED AT ALL
TIMES DURING CONSTRUCTION OF THE PROJECT AND SHALL BE REMOVED
BY THE CONTRACTOR AFTER FINAL ACCEPTANCE OF THE PROJECT BY THE
OWNER. THESE CONTROL MEASURES ARE ONLY THE MINIMUM REQUIRED
AND ADDITIONAL CONTROLS SHALL BE UTILIZED AS NEEDED, DEPENDENT
UPON ACTUAL SITE CONDITIONS AND CONSTRUCTION OPERATIONS.
2.ALL DISTURBED AREAS WILL BE BROUGHT TO FINAL GRADE, SEEDED AND
MULCHED OR SODDED AS SOON AS POSSIBLE.
3.AREAS WHICH MAY ERODE DUE TO SLOPES OR CONCENTRATED RUNOFF
DURING CONSTRUCTION WILL BE PROTECTED WITH SILT FENCE OR OTHER
ALTERNATIVE METHODS.
RO
A
D
W
A
Y
CREEK
BANK (TYP)
TOP OF
TURBIDITY BARRIER
INSTALL DOUBLE STAKED
SLOPE (TYP)
TOE OF
1.THE CONTRACTOR SHALL USE ALL BEST MANAGEMENT PRACTICES (BMPS) TO
PREVENT EROSION AND SEDIMENT TRANSPORT FROM THE PROJECT SITE.
BMP'S SHALL BE INSTALLED PRIOR TO ANY OTHER CONSTRUCTION ACTIVITIES
AND SHALL BE PROPERLY MAINTAINED THROUGHOUT THE DURATION OF
CONSTRUCTION.
2.EROSION CONTROL AND SEDIMENTATION CONTROL DEVICES SHALL BE IN
PLACE PRIOR TO BEGINNING ANY DEMOLITION OR CONSTRUCTION. THEY
SHALL BE INSTALLED IN ACCORDANCE WITH ALL REGULATORY AGENCY
REQUIREMENTS.
3.MEASURES SHALL BE TAKEN BY THE CONTRACTOR TO ENSURE THAT
ADEQUATE EROSION AND SEDIMENT CONTROL DEVICES ARE MAINTAINED AT
ALL TIMES DURING THE PROJECT.
EROSION CONTROL
72
Winter Springs Creek Sediment Removal Project
USDA NRCS Emergency Watershed Protection Program (EWP)
ATTACHMENT B-2
PROJECT FIGURES
73
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
^_
^_
^_^_^_
^_
^_
^_
^_
2
1
9
3
4
5
6
7
8
S h e o a h
C re e k
Ge
e
Cre e k
N o N a m e C r e e k
Howe
ll
Creek
B e ar
C
r
e
e
k
W SR 43 4
WINTERSPRINGS
B
L
V
D
N
O
R
T
H
E
R
N
W
A
Y
W S R 4 3 4
S
S
R
4
1
7
TUSKAWILLA RD
SR 419
INDEX
0 3,000
SCALE: 1" = 3,000'I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
CI
TY
OF
W
INTER
S
PRI
NGS,
FLORIDA
WSC-22019
OVERALL
LOCATION MAP
1/29/2025
LEGEND
Parcels
Winter S prings City Limits
^_Bridge S edim ent Rem oval Locations
Stream s/Creeks
ID Bridge#Road Crossing Creek1775707Sheoah Boul e vard She oah Creek2775708Shepard Road She oah Creek3775705South Edgemon Ave nue Gee Creek4775715South Moss Road Gee Creek5775714Hayes Road Gee Creek6775703Northern Way (South)Howe ll Creek7775711Winter Springs Boul evard Howe ll Creek8775709Northern Way (North)Howe ll Creek9775704Murphy Road Gee Creek 74
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
602
526
528
530
600
S HE OAHCREEK
SHEOAH BLVD
2
1
2
LOC ATIO N
1
SCALE: 1" = 40'
3/29/2025
0 40
Approximate extentof Se dimentand Debris Removal
I
SOURCES :AERIA L: FDOT (2024)
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
WSC-22019
SHEOAH
BOULEVARD - SHEOAH CREEK
West o f S heoah Boulevard roadw ay crossing(facin g w est), remove sediment deposit
West o f th e S heoah Boulevard roadwaycrossing (facing east), remove sediment deposit
!¢!(1
!¢!(2
Ea st of the S heoah Boulevard roadwaycrossing (facin g so uth ), clear from debris !¢!(3
_
_
75
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
637
639
706
SHEOAHCREEK
S
H
E
P
A
R
D
R
D
MARNIDR
1
3
2
LOC ATIO N
2
SCALE: 1" = 40'
3/29/2025
0 40
Approximate extentof Se dimentand Debris Removal(TYP.)
I
SOURCES :AERIA L: FDOT (2021)
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
SHEPARD
ROAD
-
SHEOAH CREEK
Ea st side of the Shepa rd Ro ad Bridge (fa cing We st),re mo ve sed im ent de posits
Ea st of the Shepard Roa d Brid ge (facing east),re mo ve sed im ent deposit
Sh epard Road Brid ge (facin g w est),re mo ve sed im ent de posit (o n sou th creek bank)
!¢!(1
!¢!(2
!¢!(3 SOURCES :AERIA L: FDOT (2024)
WSC-22019
_
_
__
76
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
612
614
611
613
615
606
605
607
G e e C r e e k
G ee Cree k
S
E
D
G
E
M
O
N
A
V
E
2
1
3
LOC ATIO N
3
SCALE: 1" = 40'
3/29/2025
0 40
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
SOUTH
EDGEMON
AVENUE - GEE CREEK
East of the South Edgem on Avenue Roadway C rossing (facing southwest),remove sedim ent deposits from creek and under roadw ay crossing
East of the South Edgemon Avenue Roadway Crossing (facing southwest),remove sediment deposits from creek
West of the South Edgemon Avenue Roadway Crossing (facing southeast),rem ove sediment deposits from creek and under the roadway crossing
!¢!(1
!¢!(2
!¢!(3
(3 ) 12 ' x 4' REINFORC EDCONCRETE BOX CULVERTS(SEE NOTE 1)
NOTE:1. THE EXISTING CULVER T DIMENSIONS WERE O BTAINED FRO M THE FLO RID A BRIDGE INFO RMATION, 2023 3RD Q UARTER REPORT.SOURCES :AERIA L: FDOT (2024)
WSC-22019
Approximate extentof Se dimentand Debris Removal(TYP.)
_
_
_
_
_
77
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
MO SSPARK
308
310
312
314
G
ee
Creek
Gee Creek
S
M
O
S
S
R
D
D O L P H I N R D
1
2
3
LOC ATIO N
4
SCALE: 1" = 40'
3/29/2025
0 40
Approximate extentof Se dimentand Debris Removal
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
SOUTH
MOSS
ROAD
-
GEE
CREEK
West of the South Moss Road Crossing (facing north),remove sediment deposit from creek and under roadway crossing
East of the South Moss Road Crossing (facing w est),remove sediment deposit from creek and under roadway crossing
South Moss Road Bridge (facing east),remove sediment deposit from creek
!¢!(1
!¢!(2
!¢!(3
(2) 24' x 5' REINFORCEDCONCRETE ARCH CULVERTS(SEE NOTE 1)
NOTE:1. THE EXISTING CULVER T DIMENSIONS WERE O BTAINED FRO M THE FLO RID A BRIDGE INFO RMATION, 2023 3RD Q UARTER REPORT.SOURCES :AERIA L: FDOT (2024)
WSC-22019
_
_
_
_
_
78
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(!¢!(
!¢!(
599
30
31
33
45
55
G e e C r e e k
Gee C r e e k
H
A
Y
E
S
R
D
ELAVISTADR
A L T O N R D
23
1
LOC ATIO N
5
SCALE: 1" = 40'
3/29/2025
0 40
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
HAYES
ROAD
-
GEE CREEK
Ea st of the Hayes Road Bridge (facing south), removesediment deposit from creek and under roadway crossing
West o f th e H ayes R oad Bridge (facing southwest), removesediment deposit from creek and under roadway crossing
West o f th e H ayes R oad Bridge (facing south), removesediment deposit from creek and under roadway crossing
!¢!(1
!¢!(2
!¢!(3
(1 ) 28 ' x 7' REINFORC EDCONCRETE ARCH CULVERT(SEE NOTE 1)
NOTE:1. THE EXISTING CULVER T DIMENSIONS WERE O BTAINED FRO M THE FLO RID A BRIDGE INFO RMATION, 2023 3RD Q UARTER REPORT.SOURCES :AERIA L: FDOT (2024)
WSC-22019
Approximate extentof Se dimentand Debris Removal
_
_
_
79
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
934
936
1022
1219
1141
1142
H o w e l l C r e e k
Howell Creek
N
O
R
T
H
E
R
N
W
A
Y
1
2
3
LOCATION
6
SCALE: 1" = 40'
3/29/2025
0 40
Approximate extentof Se dimentand Debris Removal
I
WINTER
S
PRINGS,
FLORIDA
NORTHERN
WAY
(SOUTH)
HOWELL
CREEK
North of the Northern Way Bridge (facing south,re mo ve sed im ent de posit from cre ek an d u nder th e b ridge
North ern Wa y Bridge (facing no rth),re mo ve sed im ent de posits
North ern Wa y Bridge (facing southwest),no se dim ent d eposits.
!¢!(1
!¢!(2
!¢!(3 SOURCES :AERIA L: FDOT (2024)
WSC-22019
_
_
80
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
14411443
14451447
1551
H o w e l l C re
e
k
H
o
w
e
l
l
C
r
e
e
k
Howell
C
r
e
e
k
WINTERSPRINGSBLVD
2
1
LOCATION
7
SCALE: 1" = 40'
3/29/2025
0 40
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
WINTER
SPRINGS
BOULEVARD
HOWELL
CREEK
N orth of the W inter Springs Boulevard Bridge (facing east),re mo ve sed im ent de posit from under th e b ridge
North o f the Winter S prings Boulevard B ridge (facing S outheast),remove sedim ent deposit from under the bridge
!¢!(1
!¢!(2
SOURCES :AERIA L: FDOT (2024)
WSC-22019
Approximate extentof Se dimentand Debris Removal
_
_
81
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
N O R T H E R N W A Y
1466
1509
1464
1466
1468
Ho well Creek
H o w ell Cree k
1
2
3
LOCATION
8
SCALE: 1" = 40'
3/29/2025
0 40
Approximate extentof Se dimentand Debris Removal
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
NORTHERN
WAY
(NORTH)
HOWELL
CREEK
North ern Wa y Bridge (facing west),re mo ve sed im ent deposit
North ern Wa y Bridge (facing south),no se dim ent d eposits
North ern Wa y Bridge (facing no rth),re mo ve sed im ent deposit
!¢!(1
!¢!(2
!¢!(3 SOURCES :AERIA L: FDOT (2024)
WSC-22019
_
_
82
3
0
1
W
E
S
T
S
TAT
E
R
O
A
D
4
3
4
,
S
U
IT
E
3
0
9
W
IN
T
E
R
S
P
R
IN
G
S
,
F
L
3
2
7
0
8
T
E
L:
4
07
-
9
9
2-
9
1
60
●
FA
X
:
4
07
-
3
58
-
5
1
55
W
E
B
:
W
W
W.P
E
G
A
S
U
S
E
N
G
IN
E
E
R
IN
G
.N
E
T
JOB NO.:DATE:
!¢!(
!¢!(
!¢!(
212
214
604
606
608
Gee Creek
G
e
e
C
r
e
e
k
M
U
R
P
H
Y
R
D
E L D E R W O O D S T
1
2
3
LOC ATIO N
9
SCALE: 1" = 40'
3/29/2025
0 40
Approx ima te ex tentsof Se dimentand Debris Removal(TYP.)
I
HURRI
CANE
M
ILTON
SEDIMENT
REMOVAL PROJECT
WINTER
S
PRINGS,
FLORIDA
MURPHY
ROAD
-
GEE
CREEK
West side of the Mu rphy R oad Bridge (facing east),re mo ve sed im ent deposit
Ea st side of the Murphy Road Bridge (facing south),re mo ve sed im ent deposit
Murp hy Ro ad Bridge (fa cing east),ru bble rip ra p sh all rem ain, rem ove loose vegetative debris
!¢!(1
!¢!(2
!¢!(3 SOURCES :AERIA L: FDOT (2024)
WSC-22019
_
_
_
_
_
83
ITB # 04-25-02 PH Creek Sediment Removal Services
Appendix C- BID BOND FORM
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and as
Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal
sum of Dollars ($ ) for
the payments of which, well and truly to be made, we hereby jointly and severally bind ourselves, our
heirs, executors, administrators, successors, and assigns.
The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF
WINTER SPRINGS a certain Bid, attached hereto and hereby made a part hereof to enter into a contract
in writing, for the Work described as:
Creek Sediment Removal Services
NOW, THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the
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 shall give 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
in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS
and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER
SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure
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.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and 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.
IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their
several seals this day of , 2025, the name and corporate seal
of each corporate body being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
(Principal) (Seal)
(Title)
(Address)
(Witness)
84
ITB # 04-25-02 PH Creek Sediment Removal Services
(Surety) (Seal)
(Title)
(Address
85
ITB # 04-25-02 PH Creek Sediment Removal Services
Appendix D – PERFORMANCE BOND FORM
Bond No. __________________
BY THIS PERFORMANCE BOND, We ___________________, as Principal, whose address is
____________________________________ and telephone number is ______________ and ____________________, as
Surety, whose address is ________________________________ and telephone number is _________________are bound
to the City of Winter Springs, a Florida municipal corporation, as OWNER, whose address is 1126 E. State Road 434, Winter
Springs, Florida 32708 and telephone number is 407-327-1800, in the initial sum of $ ______________________________
(110% of Contract Price), or such greater amount as the Contract may be adjusted from time to time in accordance with
the Contract between the Principal and OWNER) (the “Penal Sum”).
WHEREAS, the Principal has executed a contract with the OWNER, dated ______________, for the Creek Sediment
Removal project in the City of Winter Springs, Seminole County, Florida (the “Project”); and
WHEREAS, the OWNER has required the Principal to furnish a performance bond in accordance with law and as a condition
of executing the Contract with Principal; and
WHEREAS, this bond is being entered into to satisfy the requirements of Section 255.05(1), Florida Statutes and the
Contract referenced above, as the same may be amended, and additionally, to provide common law rights more expansive
than as required by statute.
NOW THEREFORE, the Surety and the Principal, both joint and severally, and for themselves, their heirs, administrators,
executors, successors and assigns agree as follows:
1. CONTRACT INCORPORATED; SURETY AND PRINCIPAL BOUND FOR FULL PERFORMANCE. The Contract is
incorporated by reference and made a part of this bond. The Surety and the Principal are bound for the full
performance of the Contract including without exception all of the Contract Documents (as defined in the Contract)
and all of their terms and conditions, both express and implied. Without limiting the Principal’s and Surety’s
obligations under the Contract and this bond, the Principal and Surety agree:
A. Promptly and faithfully perform their duties and all the covenants, terms, conditions, and obligations under the
Contract including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in
the time and manner prescribed in the Agreement, and
B. Pay OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys’ fees under
sections 627.428 or 627.756, Florida Statutes, including costs and attorney’s fees on appeal that OWNER sustains
resulting directly or indirectly from any breach or default by Principal under the Contract, and
C. Satisfy all claims and demands incurred under the Contract, and fully indemnify and hold harmless the OWNER
from all costs and damages which it may suffer by reason or failure to do so.
2. OWNER’S AFFIDAVIT OF CONTRACTOR BREACH OR DEFAULT. If the OWNER shall provide to Surety the written
affidavit of the OWNER stating that the Principal is in breach or default of the Contract, and that such breach or
default remains uncured by the Principal, then upon delivery of such affidavit to the Surety in the method for
providing notices as set forth in Paragraph 7 below, Surety must promptly notify the OWNER in writing which
action it will take as permitted in Paragraph 3.
3. SURETY’S OBLIGATION UPON DELIVERY OF OWNER’S AFFIDAVIT OF CONTRACTOR’S BREACH OR DEFAULT. Upon
the delivery of the OWNER’s affidavit of breach or default by the Principal as provided in Paragraph 2 above, the Surety
may promptly remedy the breach or default or must, within ten (10) days, proceed to take one of the following courses
of action:
86
ITB # 04-25-02 PH Creek Sediment Removal Services
A. Proceed Itself. Complete performance of the Contract including correction of defective and nonconforming Work
through its own CONTRACTORs or employees, approved as being acceptable to the OWNER, in the OWNER’s sole
discretion, provided, however, that OWNER’s discretion in approving the Surety’s CONTRACTOR will not be
unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the Contract and
is not affiliated in any way with the Principal. During this performance by the Surety, the OWNER will pay the
Surety from its own funds only those sums as would have been due and payable to the Principal under the Contract
as and when they would have been due and payable to the Principal in the absence of the breach or default not
to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract.
During this performance by Surety, any payment bond required under the Contract must remain in full force and
effect; or
B. Tender a completing CONTRACTOR acceptable to OWNER. Tender a CONTRACTOR, together with a contact for
fulfillment and completion of the Contract executed by the completing CONTRACTOR, to the OWNER for the
OWNER’s execution. OWNER’s discretion to approve Surety’s completing CONTRACTOR will not be unreasonably
withheld as to any CONTRACTOR who would have qualified to offer a proposal on the contract and is not affiliated
with the Principal. OWNER’s discretion to approve CONTRACTOR as the completing CONTRACTOR and to approve
the tendered contract shall be in OWNER’s sole and absolute discretion. Upon execution by the OWNER of the
contract for fulfillment and completion of the Contract, the completing CONTRACTOR must furnish to the OWNER
a performance bond and a separate payment bond, each in the form of those bonds previously furnished to the
OWNER for the Project by the Principal. Each such bond must be in the Penal Sum of the full cost to complete the
Contract. The OWNER will pay the completing CONTRACTOR from its own funds only those sums as would have
been due and payable to the Principal under the Contract as and when they would have been due and payable to
the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance
less any sums due the OWNER under the Contract. To the extent that the OWNER is obligated to pay the
completing CONTRACTOR sums which would not have been due and payable to CONTRACTOR under the Contract
(any sums in excess of the then remaining Contract balance less any sums due the OWNER under the Contract),
the Surety must pay the OWNER the full amount of those sums at the time the completing CONTRACTOR tenders
an invoice to the OWNER so that the OWNER can utilize those sums in making timely payment to the completing
CONTRACTOR; or
C. Tender the Full Penal Sum. Tender to the OWNER the full Penal Sum of the performance bond. The OWNER will
refund to the Surety without interest any unused portion not spent by the OWNER procuring and paying a
completing CONTRACTOR or completing the Contract itself, plus the cost allowed under Section 4, after
completion of the contract for fulfillment and completion of the Contract and the expiration of any applicable
warranties; or
D. Other Acts. Take any other acts mutually agreed upon in writing by the OWNER and the Surety.
E. IT SHALL BE NO DEFENSE TO SURETY’S OBLIGATION TO UNDERTAKE ONE OF THE PRECEDING COURSES OF
ACTION THAT THE PRINCIPAL CONTENDS THAT IT IS NOT IN BREACH OR DEFAULT OF THE CONTRACT, OR THAT
THE NOTICE OF BREACH OR DEFAULT WAS DEFECTIVE, OR THAT THE PRINCIPAL HAS RAISED ANY OTHER CLAIM
OF DEFENSE OR OFFSET, PROVIDED ONLY THAT THE SURETY HAS RECEIVED THE AFFIDAVIT OF THE OWNER AS
SPECIFIED IN PARAGRAPH 2.
3. SURETY’S ADDITIONAL OBLIGATIONS. In addition to those duties set forth herein above, the Surety must
promptly pay the OWNER (i) all losses, costs and expenses resulting from the Principal’s breach(es) or default(s),
including, without limitation, fees (including attorney’s fees pursuant to sections 627.428 or 627.756, Florida
Statutes and related costs), expenses and costs for architects, ENGINEERs, consultants, testing, surveying and
attorneys, plus (ii) liquidated or actual damages, whichever may be provided for in the Contract, for lost use of
the Project, plus (iii) re-procurement costs and fees and expenses, plus (iv) costs incurred at the direction, request,
or as a result of the acts or omissions of the Surety; provided that in no event shall Surety’s liability exceed the
Penal Sum of this Bond.
4.
87
ITB # 04-25-02 PH Creek Sediment Removal Services
5. SURETY’S WAIVER OF NOTICE. The Surety waives notice of any Modifications to the Contract, including changes in
the Contract Time, the Contract Sum, the amount of liquidated damages, or the work to be performed under the
Contract.
6. NO THIRD-PARTY BENEFICIARIES. The Surety provides this performance bond for the sole and exclusive benefit of
the OWNER and OWNER’s heirs, administrators, executors, successors and assigns. No other party, person or entity
has any rights against the Surety.
7. METHOD OF NOTICE. All notices to the Surety, the Principal or the OWNER must be given by Certified Mail, Return
Receipt Requested, to the address set fourth for each party below:
SURETY:
Name: ____________________________________________________________
Attention: ____________________________________________________________
Street: ____________________________________________________________
City, State: ____________________________________________________________
Zip: ____________________________________________________________
PRINCIPAL:
Name: ____________________________________________________________
Attention: ____________________________________________________________
Street: ____________________________________________________________
City, State: ____________________________________________________________
Zip: ____________________________________________________________
OWNER:
The City of Winter Springs
Attention: Kevin Sweet, City Manager
1126 E. State Road 434
Winter Springs, Florida 32708
(407) 327-5957
with a copy to:
Anthony A. Garganese, City Attorney
Garganese, Weiss, D’Agresta & Salzman, P.A.
111 N. Orange Avenue, Suite 2000
Orlando, Florida 32802
(407) 425-9566
8. STATUE OF LIMITATIONS. Any statutory limitation, which may be contractually superseded, to the contrary
notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the
Contract (including any warranty period) has not run or expired or within three (3) years following Final Completion
of the Contract (including any warranty period) and acceptance of the Work performed under the Contract by the
OWNER, whichever is longer.
88
ITB # 04-25-02 PH Creek Sediment Removal Services
9. RECITALS. The recitals contained in this Performance Bond are incorporated by reference herein and are expressly
made a part of this Performance Bond.
10. GOVERNING LAW. This performance bond shall be governed by, and construed in accordance with, the laws of the
State of Florida without regard to its conflict of laws provisions.
11. VENUE. In the event any legal action shall be filed upon this performance bond, venue shall lie exclusively in the
Circuit Court for Seminole County, Florida.
12. MISCELLANEOUS.
A. The Surety agrees that this performance bond shall afford the OWNER with all of the protections and rights
afforded under Florida Statutes and under common law.
B. This performance bond is issued in addition to any other bond or warranty required under the Contract
including, but not limited to, any labor and materials payment bond and maintenance bond. Each bond issued
under the Contract shall be construed as separate and distinct from each other.
C. In the event that the Surety fails to fulfill its obligations under this performance bond, then the Surety shall
also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including
reasonable attorneys’ fees and costs for all trial and appellate proceedings, resulting directly or indirectly
from the Surety’s failure to fulfill its obligations hereunder. This subsection shall survive the termination or
cancellation of this performance bond.
D. This performance bond shall remain in full force and effect until such time all the work, labor and materials
under the Contract have been performed or provided to the OWNER’s complete satisfaction, through the
expiration of all warranty periods.
89
ITB # 04-25-02 PH Creek Sediment Removal Services
Principal Surety
_______________________________ ____________________________________
(Typed Firm Name) (Typed Firm Name)
_______________________________ ____________________________________
(Seal) (Seal)
By:____________________________ By:_________________________________
(Signature) (Signature)
_______________________________ ____________________________________
(Printed Name) (Printed Name)
________________________________ ____________________________________
(Title) (Title)
________________________________ ____________________________________
________________________________ ____________________________________
(Address) (Address)
________________________________ ____________________________________
(Date of Execution) (Date of Execution)
90
ITB # 04-25-02 PH Creek Sediment Removal Services
Appendix E – NOTICE OF AWARD
TO: (BIDDER) _________________________________________________
PROJECT NAME: ITB # 04-25-02 PH Creek Sediment Removal Services
The CITY has considered the BID submitted by , for the
above described WORK in response to the Advertisement for Bids dated April 21, 2025 and Instructions to
Bidders.
You are hereby notified that your BID has been accepted and the total amount of the contract award is
$ _______________________.
You are required by the Instructions to Bidders to execute the Agreement and certificates of insurance and
payment and performance bond within ten (10) calendar days from the date of this Notice to you. If you fail to
execute said Agreement and to furnish said certificate of insurance within ten (10) calendar days from the date
of this Notice, the CITY will be entitled to consider all your rights arising out of the CITY’s acceptance of your BID
as abandoned and your BID BOND shall be forfeited. The CITY will be entitled to such other rights as may be
granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the CITY.
Dated this day of , 2025.
CITY:
By:_______________________________
Kevin Sweet
Title: C ITY Manager
ACCEPTANCE OF NOTICE
Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by this the ___________
day of , 2025.
By: __________
Title: __________
91
ITB # 04-25-02 PH Creek Sediment Removal Services
Appendix F – NOTICE TO PROCEED
TO:
EFFECTIVE DATE OF THE NOTICE TO PROCEED:
PROJECT: ITB # 04-25-02 PH Creek Sediment Removal Services
You are hereby notified to commence WORK in accordance with the Agreement dated
, 2025. In accordance with the Agreement, WORK shall commence within 10
days of the date of this Notice to Proceed and shall be complete within _______________consecutive calendar
days from the effective date of this Notice to Proceed. The final completion of all
WORK is therefore ______________ .
CITY:
By: _________________________________________
Kevin Sweet
Title: CITY Manager
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by this the _day
of _______________, 2025.
By: _______
Title: ________
92
Item Description
Zulu Marine
Services Inc
Ovation
Construction
101-1a
Mobilization/Demobilization (Shall not exceed
10% of total bid amount)24,700.00 69,888.00
101-1b Bonds and Insurance 7,064.00 34,240.00
102-1 Maintenance of Traffic (Vehicular & Pedestrian)5,935.00 19,152.00
104-14
Prevention Control and Abatement of Erosion and
Water Pollution 15,408.00 30,240.00
110-2-2 Selective Clearing and Grubbing 6,574.00 167,896.00
120-5 Channel Excavation 142,710.00 465,744.00
530-3-4 RipRap, Rubble, Ditch Lining 33,660.00 16,800.00
570-1-2 Performance Turf, Sod 9,854.70 51,362.00
9999-1
Pre and Post Construction Video and
Photographs 1,490.00 5,600.00
9999-2 Record Drawings and as built Survey 24,890.00 22,291.36
272,285.70 883,213.36
93
94
95
96
SECTION A
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
97
98
SECTION B
TABLE OF CONTENTS
99
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, Services, Summary of Qualifications 10
Bidder Experiences 11
Team Experience 12
Alex Batey Resume 13
Cav Gallagher Resume 13
Florida Knowledge 14
Reference Information Form 15
Conclusion 16
SECTION E OTHER INFORMATION
Project Approach 18
Equipment 19
Quality Control 20
Project Management Portal 21
SECTION F COST
Bid Tabulation Worksheet 23
SECTION G MANDATORY BID FORMS
Insurance Requirements 25
Scrutinized Company Certification 26
Non-Collusion Affidavit of Prime Bidder 28
Drug Free Workplace Form 29
Public Entity Crimes Statement 30
Debarment, Suspension and Other Responsibility Matters Certification 32
E-Verify Statement 36
Conflict of Interest Statement 37
SMWBE Utilization Plan 38
Byrd Anti-Lobbying Act Certification 39
Bid Bond 40
SECTION H FLORIDA STATE CORPORATE FILING
Sunbiz Document 44
5
100
SECTION C
INTRODUCTION LETTER
101
102
SECTION D
QUALIFICATIONS
103
ABOUT ZULU
COMPANY OVERVIEW
Zulu Marine was founded in 2006 to perform marine operaƟ ons uƟ lizing 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 enƟ ty in Florida, South Carolina and North Carolina. We maintain faciliƟ es in McIntosh County,
GA, and New Hanover County, NC, and have offi ces in Savannah, GA, though we are largely mobile and work throughout
Florida, Georgia, North and South Carolina.
Zulu has many years of experience in marine and water-based services, to include waterway assessments, woody and
vegetaƟ ve stream debris removal, sediment removal, living shoreline installaƟ ons, bank stabilizaƟ on and erosion control,
vessel removal and disposal, dredging, underwater inspecƟ ons, and more.
We maintain a roster of at least 28 technicians, as well as administraƟ ve and execuƟ ve staff . Our technicians are trained
and experienced in all services we provide, equipment usage, environmental protec Ɵ on procedures, and safety pracƟ ces.
Zulu follows all OSHA guidelines, observes strict safety protocols, and we have zero job-site safety violaƟ ons. We have a
dedicated project manager and safety offi cer at each jobsite. Zulu is a Drug-Free Workplace with a wri Ʃ en policy in place.
We are adept at and specialize in working in sensiƟ ve 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 workfl ow
and reporƟ ng. Our focus is to provide complete project management and fulfi llment to our customers.
We are fully bonded and insured.
PLEASE NOTE:
▪ Neither Zulu Marine Services, Inc., nor any of its offi cers, are involved in any li Ɵ gaƟ on, currently or in the past.
▪ Zulu Marine is not a NaƟ ve American/Indian-owned Business, nor are we Service-Disabled Veteran-Owned.
▪ We are in the process of aƩ aining cerƟ fi caƟ on as a small business
under SAM guidelines.
ENTITY IDENTIFICATION
DUNS Unique EnƟ ty ID: M3N2HB144RA6
CAGE: 67KH4
FL Contractor License, Marine Specialty #SCC131153660
NC Contractor License, General Unlimited #101596
SC Contractor License, General Contract Marine MR3 #CLG.125995
Please visit our website: ZuluDiscovery.com
KEY PERSONNEL
Rusty Batey – Principal
rusty.batey@zuludiscovery.com
(912) 657-1360
Alex Batey – COO/Corp. Secretary
alex.batey@zuludiscovery.com
(910) 232-0290
Andy Molnar – Disaster Division Director
andy.molnar@zuludiscovery.com
Cav Gallagher – Dredging Division Director
cav.gallagher@zuludiscovery.com
Shannon Marino – Shoreline Division Director
shannon.marino@zuludiscovery.com
Sam Labarba
Environmental & Permiƫ ng Specialist
Kim Haywood – AP/AR
kim.haywood@zuludiscovery.com
(912) 272-3111
Amy Thurman – Bid DocumentaƟ on
amy.thurman@zuludiscovery.com
(423) 440-9012
9
104
North Carolina Facility
3901 Aspen Road
Castle Hayne, NC 28429
FACILITY LOCATIONS
AdministraƟ ve Offi ce
7505 Waters Avenue, Suite A-8
Savannah, GA 31406
(855) 400-9858
Docks and Equipment Yard
1307 New River Road
Darien, GA 31305
PERSONNEL
Zulu Marine’s management team are highly skilled, experienced and conƟ nually seeking to expand their knowledge and
skill sets through addiƟ onal training. We have a roster of HAZWOPER CerƟ fi ed technicians and CerƟ fi ed Marine Spill
Response technicians, heavy equipment operators, U.S. Coast Guard licensed captains, FAA cer Ɵ fi ed UAV pilots, and
more.
All of our crews our trained in safe equipment operaƟ on and Zulu operaƟ ng procedures.
Our Teams of Experts Includes:
USCG Master Captains (4)
Trained Heavy Equipment Operators (14)
Skilled Chainsaw personnel with proper safety gear (14)
Personnel with fi rst aid, CPR and emergency medical training (4)
Environmental ConsulƟ ng, Monitoring and Permiƫ ng (2)
HAZWOPER CerƟ fi ed Technicians (28)
Trained and CerƟ fi ed Marine Spill Response Technicians (28)
Trained in Dealing with Rare and Endangered Species and Marine Mammals (2)
FAA CerƟ fi ed UAV Pilots (3)
General labor (28)
Waterway Debris Assessment & Mapping
Stream, River and Waterway Debris Clearing
Living Shorelines/Bank StabilizaƟ on
Abandoned and Derelict Vessel Removal
Dredging & Sediment Removal
Disaster Response & Mapping
OUR SERVICES INCLUDE:
INTRODUCTION TO QUALIFICATIONS
Zulu Marine Services, Inc. has nearly 20 years’ experience in a range of waterway services.
We have extensive experience in coastal regions and in working with the following guidelines: USACE Incremental
Eff ects of Large Woody Debris Removal on Physical Habitat, NaƟ onal Resource ConservaƟ on Services (NRCS) PracƟ ce
Standard 326 Clearing & Snagging, NC Department of Environmental Quality policies, the NC Wildlife Resources
Commission Snagging & Clearing Guidance, and the Streamfl ow RehabilitaƟ on Assistance Program (StRAP).
Zulu is adept at working in sensiƟ ve marine environments and we take great care to protect the waterways, wetlands,
habitats, and wildlife at project sites and surrounding areas.
We have successfully completed waterway service projects in waterways throughout Florida, Georgia, South and
North Carolina, ranging in size from 3000 linear feet to over 70 miles. We have never defaulted on a project or failed to
complete when promised.
In addiƟ on, while conducƟ ng any service project, we make note of any other waterway health issues, such as excessive
aquaƟ c vegetaƟ on growth, beaver dam blockages, signifi cant debris build-up, sedimentaƟ on, bank erosion, and any
other issues that might be cause for future concern, and provide this informaƟ on to the client.
We understand the needs and complicaƟ ons related to waterway health. We are equipped and have the personnel to
complete any and all work to the Client’s complete saƟ sfacƟ on.
We look forward to the opportunity to assist in any waterway services you might require.
10
105
DREDGING & SEDIMENT REMOVAL EXPERIENCE & REFERENCES
HOWELL CREEK DREDGE, WINTER PARK, FL (SUBCONTRACTED FROM TSI DISASTER RECOVERY)
July – August 2024
Zulu dredged 800CY of sand with approximately 20% silt to improve waterfl ow in the creek. Dredge materials was
pumped into geotubes for dewatering and leŌ onsite for later use in a shoareline stabilizaƟ on project.
Reference: Robert Tyson (407) 460-0395 robert@tsidisaster.com
2323 South Babcock Street, Melbourne, FL 32901
COUNTRY CLUB OF CHARLESTON LAKE DREDGE, CHARLESTON, SC
June 2024
Zulu uƟ lized our Truxor hydraulic dredge to remove 500 cubic yards of material from a small lake to restore depth and
improve water quality. Dredge material was pumped into Geotube dewatering bags.
Reference: Paul Corder (843) 270-4157 pcorder@countryclubofcharleston.com
1 Country Club Drive, Charleston, SC 29412
LAKE REHABILITATION DREDGING & SHORELINE STABILIZATION, ROSWELL, GA
April 2024
Zulu dredged 1300 cubic yards of sediment from the infl ow area of a large lake in the East Spring Lake community. Some
of the dredge material was placed in sox erosion control blankets and used for bank stabilizaƟ on, while the remainder
was placed in dewatering bags then removed for disposal.
Reference: Donald Lewis, East Spring Lake HOA (404) 979-4591 donaldlewis20@gmail.com
2849 Long Lake Drive NE, Roswell, GA 30075
CREEK SEDIMENT REMOVAL & POND SEDIMENT REMOVAL – CITY OF WINTER SPRINGS, FL
March – April 2024
Zulu was contracted on two projects to remove excess sediment from creek beds in the city to restore waterfl ow. Our
small hydraulic dredge was used and 735 cubic yards of sediment were removed and disposed of. The pond sediment
project entailed the excavaƟ on of sediment and accumulated debris from six stormwater pipe ouƞ alls in fi ve stormwater
ponds throughout the city, to restore funcƟ onality.
Reference: Kevin Monser, Superintendent (407) 327-6567 kmmonser@winterspringsfl .org
1126 East State Road 434, Winter Springs, FL 32708
LONG COVE CLUB LAGOON MAINTENANCE, HILTON HEAD ISLAND, SC
May 2023 to June 2023
Zulu removed over 800 cubic yards of sediment from three lagoons on club property. Material was removed with our
Truxor dredge and long-reach excavators from land. Sediment removed with the dredge was used to fi ll sox engineered
fabric and stabilize eroding lagoon banks. Sediment removed with excavators was loaded into dump trucks and disposed
of off site.
Reference: Harold Sauls, Long Cove Club (843) 384-2063 hsauls@longcoveclub.org
399 Long Cove Drive, Hilton Head Island, SC 29928
INDIAN LANE CANAL MAINTENANCE DREDGING, INDIAN RIVER SHORES, FL
November 2022
Zulu subcontracted to remove 400 cubic yards of sediment using our Mud Cat, six-inch auger hydraulic dredge. Material
was pumped into dewatering bags and disposed of off site.
Reference: Wills Ryan, Chairman, Ryan Southern Inc. (954) 571-8833 wryan@ryanfl .com
1700 South Powerline Road, Suite H, Deerfi eld Beach, FL 33442
CREEK DEBRIS REMOVAL, MULTIPLE PROJECTS, NEW HANOVER COUNTY, NC
January 2021 to May 2022
Zulu contracted with New Hanover County to remove woody and vegetaƟ ve debris and sediment from mulƟ ple creeks
throughout the county. Approximately 100 cubic yards of sediment was as removed.
Reference: Anthony de Lima, Engineering Specialist (910) 798-7089 adelima@nhcgov.com
230 Government Center Drive, Wilmington, NC 28403
AddiƟ onal references available on request.11
106
TEAM EXPERIENCE
Alex Batey, COO – joined the company while sƟ ll in high school and has been full Ɵ me with the company for 15 years.
During that Ɵ me he achieved a degree in marine technology and has moved up from general labor to fi eld supervision of
stream debris crews, then to division director, before being promoted to chief operaƟ ons offi cer. Alex provides general
oversight and guidance for all fi eld work. For this project he will provide guidance to the division lead and serve as an
addiƟ onal point of contact for the City. (Resume aƩ ached.)
Cav Gallagher, Dredging Division Director – Cav has 10 years’ experience managing dredge and sediment removal
projects prior to coming to Zulu in early 2024. He has been instrumental in developing our dredge program. Cav will lead
this project and serve as a point of contact with the City, and as site safety offi cer. (Resume aƩ ached.)
Adam Cournoyer, Project Manager – Adam has been with Zulu two years, starƟ ng out as a technician before being
promoted to project manager. He brings seven years dredging experience and has worked most dredging and sediment
removal projects since coming aboard. For this project, he will supervise fi eld technicians and assist Cav with repor Ɵ ng
and documentaƟ on, and as a back-up safety offi cer.
(Zulu has two other division leads and three addiƟ onal project managers availalbe to fi ll in or assist as the project might
require. Resumes and work experience will be provided to the county should this be needed. We also have a full-Ɵ me staff
of over 30 fi eld technicians, each with a minimum of fi ve years’ experince.)
Kim Haywood, AccounƟ ng Manager – Kim has been with Zulu since it was founded and has extensive experience in all
aspects of bookkeeping, to include invoicing, retainage, fi nal payouts, and all other necessary fi nancial documenta Ɵ on.
She will be the primary point of contact for invoicing and receivables.
Amy Thurman, Business Development Director – Amy has been with Zulu for over seven years and is responsible for
bid preparaƟ on, bonding, COIs, contract signing, change orders, and any other pre- or post-bid documentaƟ on. She also
serves as primary point of contact for documentaƟ on other than project fi eld reports.
12
107
PROFESSIONAL PROFILE
Alex began working full Ɵ me with Zulu aŌ er achieving a degree in Marine Technology from Cape Fear Community
College. He has over 14 years’ experience in all aspects of of Zulu services, to include disaster assessment and mapping,
stream debris removal and waterfl ow restoraƟ on, sediment removal, derelict vessel removal, bank stabilizaƟ on and
erosion control, and more. In his role as director of operaƟ ons, he oversees all fi eld projects, provides guidance and
direcƟ on to project managers, and serves as Zulu’s liaison with clients and stakeholders. His role includes leading the
roster of HAZWOPER technicians, planning and coordinaƟ ng projects, compliance, training, and safety.
He has a passion for the marine industry and exploring new ways Zulu can engage within it. He stays current with
industry trends and is a member of several related organizaƟ ons such as The Propeller Club (currently serving as
Treasurer), the Marine Technology Society, and the Western Dredging AssociaƟ on.
▪ CerƟ fi ed VideoRay ROV Pilot
▪ FEMA ICS 100 and IS 700 CerƟ fi ed
▪ Florida Stormwater InspecƟ on CerƟ fi ed
▪ Commercial Drivers License
▪ USCG 100-ton Master License
▪ NC & SC General Contractor – Unlimited License
▪ CerƟ fi ed Diver
▪ HAZWOPER CerƟ fi ed
▪ Part 107 Remote Pilot License
SPECIALIZED SKILLS:
▪ All aspects of vessel operaƟ ons
▪ Heavy equipment operaƟ ons, to include amphibious
excavaƟ on equipment
▪ Disaster debris assessment and mapping
▪ Project esƟ maƟ ng
▪ All aspects of project management
RESUMES
Following are abbreviated resumes of key team members. Full resumes available as needed.
Michael “Alex” Batey
(910) 232-0290 alex.batey@zuludiscovery.com
Corporate Secretary/Chief OperaƟ ons Offi cer
CERTIFICATIONS AND LICENSES
Cav Gallagher
(772) 538-9889 cav.gallagher@zuludiscovery.com
Dredging Division Director
CERTIFICATIONS AND LICENSES
▪ MSHA CerƟ fi ed
▪ AT/RT Crane CerƟ fi ed
PROFESSIONAL PROFILE
Cav joined Zulu in early 2024 to lead the dredging division, bringing along his expertise and resources from his previous
position as vice president with Submersible Pumps and Systems, Inc. He was raised in the industry and began his career
in the family dredging business, with over 30 years experience in the dredging industry. He began operating cutterheads
and both mechanical and hydraulic dredge equipment at a young age which quickly transitioned to overseeing a wide
range of dredge projects.
Since joining Zulu he has overseen our dredging and sediment removal projects. Prior to joining Zulu, Cav oversaw a Port
Everglades birth expansion project (100,000 yd.³ pumped via 12 inch submersible pump at depths of 50 feet), multiple
mining applications which entailed pumping sand and gravel, and multiple inland lake dredges utilizing mechanical and
hydraulic methods.
13
108
FLORIDA KNOWLEDGE
Zulu has worked extensively in Florida, and more specifi cally, Winter Springs. We are familiar with the waterways,
poliƟ cal structures, preferred methodoligies, and impacts from severe weather.
PREVIOUS CONTRACTS:
▪ Winter Springs – mulƟ ple contracts
▪ CharloƩ e County – Hurricane Waterway Debris Removal, mulƟ ple contracts
▪ Osceola – Boggy & Shingle Creek debris removal, subbed from TSI
CURRENT CONTRACTS:
▪ Daytona Beach Shores – Task Basis, open-ended contract
▪ Sumter County – Canal Maintenance
▪ Coral Springs – Pond Vegetation Removal
▪ Altamonte Springs – Wekiva River Tree Removal
▪ Osceola County – Task Basis, open-ended contract
▪ Northwest Florida Water Management District – Primary Vendor
14
109
110
QUALIFICATIONS CONCLUSION
Why choose Zulu Marine?
Our experience – Zulu has extensive experience in waterway debris removal. We have an excellent history in working
closely with city, county, state and federal agencies in meeƟ ng their needs in a Ɵ mely, effi cient and cost eff ecƟ ve manner.
Our people – From execuƟ ve staff to laborers, our people are dedicated and experienced professionals who show up on
Ɵ me and go above and beyond expectaƟ ons. All are trained according to their areas of responsibility and have years of
experience. We work as a team from start to fi nish and have an extremely low turnover rate.
Our environmental stewardship – Zulu is adept at and specializes in working in environmentally sensiƟ ve areas,
including wetlands, and we strive to leave no permanent trace of our ac Ɵ viƟ es, above or below the waterline. We select
equipment designed to be low-impact, pracƟ ce safe maintenance procedures, and all of our work is conducted with the
goal of protecƟ ng, repairing and restoring environmental health to the waterways in which we work.
Our portal – Zulu uƟ lizes an online Project Management Portal that enables us to provide our clients with digital
deliverables in standard and downloadable fi le formats. This portal allows the client and their stakeholders a range of
views and interacƟ ve tools and has proven repeatedly to be not only benefi cial to project management but also to set us
apart from compeƟ tors.
Our equipment – Zulu has invested in a range of equipment purpose-built for the services we provide, and ideal for
sensiƟ ve marine and aquaƟ c environments. It is well-maintained and we upgrade as needed to remain posi Ɵ oned to
meet our client’s needs effi ciently and eff ecƟ vely.
Our safety record – Zulu follows all OSHA guidelines, observes strict safety protocols, and we have zero job-site safety
violaƟ ons. We have a dedicated project manager and safety offi cer at each jobsite and conduct daily safety briefi ngs. We
have wriƩ en Drug-free Workplace, and Health and Safety polices.
Our customer saƟ sfacƟ on record – Zulu strives to achieve absolute customer saƟ sfacƟ on on each and every job, as our
references tesƟ fy. We are commiƩ ed to developing excellent relaƟ onships with all clients and ensuring that we have
exceeded expectaƟ ons.
In addiƟ on, 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 compleƟ ng a creek sediment removal project.
We look forward to the opportunity to work with you again!
16
111
SECTION E
OTHER INFORMATION
112
DREDGING & SEDIMENT REMOVAL
SUMMARY
Zulu’s dredging division has been constructed with experƟ se and specialized equipment to provide a best-case scenario
opƟ on to the many diff erent means, methods and facets of the dredging industry. Our capabili Ɵ es cover a vast range of
soluƟ ons both in mechanical and hydraulic dredging methods.
Hydraulic Dredging
Our fl eet of hydraulic dredging systems include opƟ ons ranging from 4-inch to 12-inch with most customizable for the
specifi c needs of the projects including:
▪ An amphibious 4-inch auger dredge able to access areas typical dredges or long-reach dredges can’t access.
▪ MulƟ ple auger dredges from 6 to 8 inches with producƟ on capabiliƟ es up to 100 CY per hour, ideal for lagoons,
channel maintenance and lined ponds.
▪ MulƟ ple submersible systems from 6 to 12 inches with Toyo type pumps able to achieve very high percent solids that
can be mounted on very maneuverable plaƞ orms. In place of convenƟ onal sucƟ on dredges, these systems can reach
higher producƟ on rates in hard to maneuver places such as marinas, as well as in deeper water up to 100 feet, with no
sucƟ on restricƟ ons.
Mechanical Dredging
Our mechanical dredging capabiliƟ es uƟ lize amphibious excavators, which are ideal for places lacking access via water.
In addiƟ on, our fl eet of secƟ onal barges allows us to mobilize our excavators or clamshell for specifi c projects.
Dredging ApplicaƟ ons
▪ Private lakes and ponds such as HOAs and golf courses or county properƟ es
▪ Industrial lagoons and retenƟ on ponds
▪ Marinas, ports, docks, boat ramps
▪ Tidal or freshwater waterways
▪ NavigaƟ onal channels
PROJECT APPROACH
Preplanning
Zulu will review bathymetric surveys and/or any other data provided (or order surveys as needed) to determine the
best approach, equipment needed, dewatering methods, dredge material disposal, City Ɵ melines, and any other
project specifi caƟ ons.
Schedule
Work will be conducted Monday – Friday, with the excepƟ on of federal holidays. Work will begin no earlier than 7:00
a.m. and will conclude at dusk. These start and end Ɵ mes are adjustable to meet nearby residenƟ al noise restricƟ on
ordinances as needed. Once begun, work will conƟ nue unƟ l completed, with the excepƟ on of extreme weather
stoppages.
Crew and Equipment
Zulu work crews will consist of the Dredging Division Director, Cav Gallagher, as well as a project manager and crew
of three to fi ve equipment operators and laborers. AddiƟ onal crews consisƟ ng of a project manager and three to fi ve
equipment operators and laborers will be mobilized as needed to meet promised Ɵ melines.
All crew members will be ouƞ iƩ ed in full safety gear, to include but not limited to: high-visibility refl ec Ɵ ve vests,
hardhats, hearing and eye protecƟ on, PFDs, gloves, safety harnesses, and all crew are required to wear steel-toed
boots.
All crew members are fully trained and experienced in the use of our equipment and in dredging methods.
Processes
Safety briefi ngs will be conducted each morning prior to work commencing. Zulu will conduct projects per parameters
outlined in preplanning meeƟ ngs with City, with regard to project approach, dewatering methods and dredge material
disposal. We will set and aƩ ain daily producƟ on goals to ensure project deadlines are met in a Ɵ mely manner.
Progression photos will be uploaded to the Zulu Portal throughout the project. The City will be able to access the portal
to see progress and reports and share with stakeholders as needed.
18
113
Kobelco midi excavator SK85CS-7
Two tracked skid steers with mulƟ ple aƩ achments
MT100 mini skid steer
4x4 UƟ lity vehicle
Four bush hogs
11,200 gph trash pump
MulƟ ple dump trailers (2 with grapples)
MulƟ ple equipment & uƟ lity trailers
Four pole saws
Twenty-fi ve (25) Chainsaws
Fecon cuƫ ng head
Ground protecƟ ng mats (mulƟ ple)
Modern land surveying equipment
360-degree cameras
Commercial mobile air compressors
MulƟ ple portable generators
Standing lease agreements for addiƟ onal equipment on demand
Kobelco
Takeuchi/Bobcat
Bobcat
Polaris
Various
H&H Pumps
Various
Various
Various
SƟ hl
Fecon
Various
Trimble
Garmin
Rolair
Various
2025
2016-2024
2024
2020
2015-2020
2004
2018-2021
2014-2022
2019-2020
2017-2021
2015
2016-2021
2021
2020
2024
2018-2021
Vessels
41-foot Zulu Chief landing craŌ (500hp motors, large winches)
40-foot Zulu Witch barge (150hp, winch, crane)
28-foot Zulu Picker barge (200 hp, winch, crane)
26-foot dropgate airboat with dual 12K winches
25-foot Zulu Scout support vessel (150hp, davit, winch)
16-foot Zulu Responder rigid hull (drop ramp, 1-foot draŌ )
8x8 Auger dredge
MulƟ ple Confi gurable Barges
30x10-foot barge (with 3000lb crane)
Two 18-foot jon boats (with mud motors)
Two 14-foot jon boats (with mud motors)
Four “sit in” kayaks
Modular pontoon (mulƟ ple confi guraƟ ons)
PRIMARY EQUIPMENT LIST
Manufacturer
Munson
Silverships
Zulu Shipworks
Panther
Monarch
Whaley
Gulf AtlanƟ c
Shugart
Shugart
Sea Ark
All Weld
Various
Zulu Shipworks
Year
2006
2013
2020
2022
1992
2019
2021
2017
2021
(both) 2019
2021-2022
2018-2022
2017
Amphibious excavator (15,000-pound winch)
Amphibious UTV and trailer
Mini hydraulic dredge
Six-inch auger dredge
MulƟ ple booster pumps
8-inch & 12-inch submersible dredge pumps
Larger cuƩ er head dredges (standing lease agreements)
ManƟ s 770 pile driver
ROV
Three Hydraulic underwater chainsaws
Professional dive gear w/comms
Containment boom
Standing lease agreements for addiƟ onal equipment on demand
Bobcat
Mudd Ox
Truxor
Mud Cat
Various
Toyo
Ellicot
ManƟ s
VideoRay Pro 4
Stanley
MulƟ ple
Oil Stop
2018
2022
2023
Refurb 2021
Various
2020 & 2021
Various
2024
2014
2018-2023
2019
2020
MulƟ ple drone systems, details provided on request
Marine Equipment
Land Equipment
Aerial (Unmanned Aerial Systems/UAS/Drones)
EQUIPMENT
19
114
QUALITY CONTROL
Zulu stands by the quality of the services we provide and we take careful steps to ensure the needs of our clients are not
only met but exceeded.
ENVIRONMENTAL CONCERNS
Zulu Marine takes great care to protect the environment while working in any and all waterways and wetland areas.
We use biodegradable oils in our chainsaws and hydraulic power unit.
The enƟ re crew is trained in oil spill response.
We adhere to all local, state and federal regulaƟ ons with regard to working near marine species and other wildlife,
including protected and endangered species. We post proper signage, sta Ɵ on look-outs at job sites, and keep a log of any
wildlife interacƟ ons.
We analyze the impact of our vessels and equipment on each site and devise our methods to leave the least impact
on the surrounding environment. In instances where impact cannot be avoided, we aƩ empt to uƟ lize whatever methods
and equipment will allow for a quick and safe recovery.
QUALITY CONTROL AND WORK PERFORMANCE SATISFACTION
Zulu Marine stands behind our quality as well as our pricing structures.
Zulu personnel are experienced and expertly trained.
Daily briefi ngs are conducted to ensure that all personnel understand the job.
Photos (and video on request) are taken throughout each day documenƟ ng the work being done and progress made.
These images are then uploaded to our online Project Management Portal and can be reviewed by stakeholders. Any
concerns can be addressed immediately.
Weekly reports and/or phone briefi ngs can be conducted to provide updates, and changes or correcƟ ons can be
addressed at that point as well.
Zulu is prepared to operate at 12-hour days and seven-day work weeks (weather permi ƫ ng) when Ɵ ght deadlines are
required.
Careful research and cost analysis is done prior to submiƫ ng any pricing quote to ensure we’re able to off er our lowest
price. If our costs exceed our quoted price, client is never be billed for the diff erence.
SAFETY
Zulu has never had a serious worksite injury and we’ve never been cited by OSHA for safety violaƟ ons.
Safety meeƟ ngs are conducted each morning at all job sites, for staff and site visitors.
Each crew member is provided with appropriate safety gear, to include (but not limited to): safety glasses, hearing
protecƟ on, gloves, refl ecƟ ve vests, hardhats, and personal fl otaƟ on devices (PFDs). All crew are also required to wear
steel-toed boots.
All vessels and equipment are well-maintained and in good working order.
Zulu is a drug-free workplace.
20
115
PROJECT MANAGEMENT
PROJECT MANAGEMENT PORTAL
Zulu uƟ lizes an online Project Management Portal that enables us to provide our clients with digital deliverables in
standard and downloadable fi le formats. This portal allows you a range of views and interac Ɵ ve tools that allow you to
see individual debris sites on map overlays, measure volumetrics, and more – allowing for be Ʃ er project management
during both the assessment and debris removal stages.
NOT JUST SNAPSHOTS OF DEBRIS
HighlighƟ ng
This feature allows users to assign
specifi c tasks, highlight issues, or make
annotaƟ ons to any fi le requiring special
aƩ enƟ on.
File View
The individual fi le view provides an
assortment of interacƟ ve tools and
relaƟ ve data.
CompaƟ bility
Files can be download and uƟ lized in
other plaƞ orms, such as ESRI.
21
116
SECTION F
COST
117
ITB # 04-25-02 PH Creek 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)
$________________________________________
ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks
# FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
1 101-1a MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT) LS 1
2 101-1b BONDS AND INSURANCE LS 1
3 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1
4 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1
5 110-2-2 SELECTIVE CLEARING AND GRUBBING LS 1
6 120-5 CHANNEL EXCAVATION CY 670
7 530-3-4 RIPRAP RUBBLE, DITCH LINING TN 165
8 570-1-2 PERFORMANCE TURF, SOD SY 3,070
9 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1
10 9999-2 RECORD DRAWINGS AND AS-BUILT SURVEY LS 1
1 PAY ITEM 101-1a
2 PAY ITEM 110-2-2
3 PAY ITEM 120-5
4 PAY ITEM 9999-2
5 OVERALL BID
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
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.
THIS PAY ITEM INCLUDES THE COST FOR PREPARING RECORD DRAWINGS AND AS-BUILT SURVEY FOR EACH SEDIMENT REMOVAL LOCATION (9 TOTAL) BY A FLORIDA REGISTERED
SURVEYOR.
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.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR SELECTIVE CLEARING AND GRUBBING, INCLUDING HAUL AND DISPOSAL COSTS.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR CHANNEL EXCAVATION, INCLUDING HAUL AND DISPOSAL COSTS.
$24,700.00
$272,285.70
$142,710.00
$24,890.00
$1,490.00
$3.21 $9,854.70
$204.00 $33.660.00
$213.00
$24,700.00
$6,574.00
$15,408.00
$5,935.00
$7,064.00
$6,574.00
$15,408.00
$5,935.00
$7,064.00
$24,890.00
$1,490.00
Two hundred seventy-two thousand, two hundred eighty-five and
seventy cents
272,285.70
4 (four)
23
118
SECTION G
MANDATORY BID FORMS
119
120
ITB # 04-25-02 PH Creek 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 Terrorism Sectors List, created pursuant to s. 215.473; or
c. 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;
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.
e. Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business
operations in Iran.
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.
26
121
122
123
124
ITB # 04-25-02 PH Creek 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 # 04-25-02 PH Creek 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 Ave. Ste. A-8, Savannah, GA 31406
27-3600913
Michael "Alex" Batey Corporate Secretary
30
125
126
ITB # 04-25-02 PH Creek Sediment Removal Services
DEBARMENT,SUSPENSIONand OTHERRESPONSIBILITY MATTERS
Certification A - Primary Covered Transactions
The prospectiveprimaryparticipant certifies to the best ofits 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.
32
127
ITB # 04-25-02 PH Creek 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.
33
128
ITB # 04-25-02 PH Creek Sediment Removal Services
InstructionsforCertification(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.
34
129
130
131
132
ITB # 04-25-02 PH Creek 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 : Creek Sediment Removal Services Project #: ITB #04-25-02 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.
38
Zulu Marine Services, Inc. will use our own work crews to perform this work. Subcontractors will not be used.
133
134
135
(Surety)
Christian Collins, Attorney-In-Fact (Title)
301 E Fourth Street, Cincinnati, OH 45202
(Address
1TB # 04-25-02 PH Creek Sediment Removal Services 41
136
GREAT AMERICAN INSURANCE COMPANY®
Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 0 20200 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. BRETT ROSENHAUS DALE A. BEUS TAYLOR ROSENHAUS CHRISTIAN COLLINS Name Address ALL OF DELRAY BEACH, FLORIDA Limit of Power ALL $100,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 16TH day of FEBRUARY , 2022 A�, ,4-c t:. �-OREATAMEru7f/�E y�
Assistant Secretary Divisional Senior Vice President STATE OF OHIO, COUNTY OF HAMILTON -ss: MARK VICARIO (877-377-2405) On this 16TH day of FEBRUARY , 2022 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST Notary Public
State of Ohio
My Comm. Elq)lres
11.ay 18, 2015 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized.from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed CERTIFICATION I, STEPHEN C. BERA HA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Rower of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 16th day of May S1029AH (03/20) 2025 ,4-ce i_ .. .._, __ ,. __ Assistant Secretary
42
137
SECTION H
FLORIDA STATE CORPORATE FILING
138
Document Number
FEI/EIN Number
Date Filed
State
Status
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Foreign Profit Corporation
ZULU MARINE SERVICES, INC
Filing Information
F22000001361
27-3600913
03/07/2022
NC
ACTIVE
Principal Address
7505 Waters Avenue, Ste. A-8
Savannah, GA 31406
Changed: 04/03/2024
Mailing Address
7505 Waters Ave Ste A8
Savannah, GA 31406
Changed: 03/08/2023
Registered Agent Name & Address
URS AGENTS, LLC
3458 LAKESHORE DR.
TALLAHASSEE, FL 32312
Name Changed: 10/27/2023
Address Changed: 10/27/2023
Officer/Director Detail
Name & Address
Title PD
BATEY, JAMES RUSSELL
7505 WATERS AVE., STE A-8
SAVANNAH, GA 31406
Title DT
D C Florida Department of State
2/14/25, 11:17 AM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ZULUMA…1/2
44
139
BATEY, JAMES LEE
7505 WATERS AVE., STE A-8
SAVANNAH, GA 31406
Title S
BATEY, MICHAEL ALEX
7505 WATERS AVE., STE A-8
SAVANNAH, GA 31406
Annual Reports
Report Year Filed Date
2023 03/08/2023
2024 02/08/2024
2024 04/03/2024
Document Images
04/03/2024 -- AMENDED ANNUAL REPORT View image in PDF format
02/08/2024 -- ANNUAL REPORT View image in PDF format
10/27/2023 -- Reg. Agent Change View image in PDF format
03/08/2023 -- ANNUAL REPORT View image in PDF format
03/07/2022 -- Foreign Profit View image in PDF format
Florida Department of State, Division of Corporations
2/14/25, 11:17 AM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ZULUMA…2/2
45
140
ITB # 04-25-02 PH Creek Sediment Removal Services
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 04-25-02 PH
Creek 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 Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
BIDDER NAME:
TAX ID# SNN or EIN:
BIDDER ADDRESS:
PURCHASE ORDER ADDRESS:
PHONE NUMBER:
COMPANY WEBSITE:
COMPANY CONTACT (REP):
CONTACT EMAIL ADDRESS:
SIGNATURE:
THE UNDERSIGNED:
A. Acknowledges receipt of:
1. ITB # 04-25-02 PH Pertaining To: Creek Sediment Removal Services
Addenda Number ________, Dated ____________.
Addenda Number _________, Dated ____________.
B. 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.
C. 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 of the Instructions 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.
D. 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 Bid Tabulation Worksheet, Appendix A.
Ovation Construction
56-2562354
361 S. Central Avenue, Oviedo, FL 32765
361 S. Central Avenue, Oviedo, FL 32765
407-722-4161
www.ovationconstruction.com
Bert Karpinski
bert@ovationinc.net
*Ovation acknowledges receipt of Question/Response document uploaded to demandstar.com*
ELECTRONIC
COPY
141
Section B - Table of Contents
Section C – Introduction Letter…………………………………………………………3-4
Section D – Qualifications…………………………………………………………………5-8
Section E – Other Information…………………………………………………………..9
Section F – Cost…………………………………………………………………………………10
Section G – Mandatory Bid Forms
Reference Information Form……………………………………………………11
Insurance Requirements Form…………………………………………………12
Scrutinized Company Certification……………………………………………13-14
Non-Collustion Affidavit of Prime Bidder………………………………….15
Drug Free Workplace Form……………………………………………………….16
Public Entity Crimes Statement…………………………………………………17-18
Debarments, Suspension etc. Certification………………………………..19-22
E-Verify Statement……………………………………………………………………..23
Conflict of Interest Statement…………………………………………………….24
SMQBE Utilization Plan……………………………………………………………….25
Byrd Anti-Lobbying Act Certification……………………………………………26
Bid Bond Form…………………………………………………………………………….27-29
Ovation Construction Sunbiz Screenshot……………………………………..30
142
OvaƟon ConstrucƟon Company
361 S. Central Avenue
Oviedo, Florida, 32765
May 16th, 2025
To:
City of Winter Springs
AƩn: Procurement Manager
1126 East State Road 434
Winter Springs, FL 32708
Subject: SecƟon C – IntroducƟon LeƩer
Dear City of Winter Springs,
On behalf of OvaƟon ConstrucƟon Company, we are pleased to submit our bid for the ITB # 04-25-02 PH
Creek Sediment Removal Services project within the City of Winter Springs, as outlined in your InvitaƟon
To Bid. We appreciate the opportunity to parƟcipate in this important iniƟaƟve to support the health and
funcƟon of the city’s waterway systems.
Our team has reviewed the project requirements in detail and understands that the primary scope of
work involves removing excess sediment from designated creek waterway areas throughout the city. This
work is essenƟal for maintaining effecƟve stormwater flow, prevenƟng flooding, and protecƟng the local
environment.
The scope of services includes, but is not limited to:
Furnishing all necessary labor, equipment, tools, materials, and incidental items to perform and
complete the sediment removal work.
Safe and compliant excavaƟon, transport, and disposal of accumulated sediment.
CoordinaƟon with City officials and adherence to applicable environmental and regulatory
standards throughout the duraƟon of the project.
Our proposal addresses all technical, logisƟcal, and compliance requirements of the project. Key
elements of our submission include:
A clear and efficient project methodology tailored to the site-specific condiƟons of the
waterways.
A detailed project schedule that ensures Ɵmely execuƟon with minimal disrupƟon to
surrounding areas.
A compeƟƟve cost proposal, reflecƟve of the full scope and in line with current market
condiƟons.
A highly experienced project team with a strong track record of comple Ɵng similar municipal
environmental and stormwater projects.
143
We are confident that OvaƟon ConstrucƟon Company has the experƟse, resources, and commitment
necessary to deliver this project safely, on Ɵme, and within budget. We look forward to the opportunity
to collaborate with the City of Winter Springs and contribute to the stewardship of its natural
infrastructure.
Thank you for considering our proposal. Should you require any addiƟonal informaƟon or clarificaƟon,
please do not hesitate to contact us at (407)722-4161 or bert@ovaƟoninc.net
Sincerely,
Bert Karpinski
Owner
OvaƟon ConstrucƟon
144
SecƟon D – QualificaƟons
1. General
OvaƟon ConstrucƟon Company is a commercial General ContracƟng firm with over 15 years of
experience delivering high-quality services to public and private sector clients across Central Florida. We
have extensive experience in stormwater infrastructure and environmental restoraƟon projects. We have
successfully completed a range of stormwater construcƟon projects for public sector clients, including
work for the University of Central Florida (UCF). Our experience includes sediment removal, drainage
improvements, erosion control, and the installaƟon and maintenance of stormwater systems.
Size and Structure
Our firm employs a team of over 30 skilled construcƟon professionals, including project managers,
superintendents, and administraƟve support personnel. We operate under a flat organizaƟonal structure
that promotes clear communicaƟon, efficient decision-making, and direct accountability across all levels
of the company.
Our execuƟve leadership team oversees firm-wide operaƟons and strategic planning, while each project
is supported by a dedicated project manager and field supervisor. This structure allows us to remain
agile, responsive to client needs, and consistently on schedule and within budget.
Office LocaƟons
Our headquarters is located in Oviedo, Florida, with addiƟonal satellite offices in:
Winter Park, Florida
Orlando, Florida
This geographic footprint allows us to efficiently mobilize resources and personnel to project sites across
Central Florida.
OrganizaƟonal Changes
In 2024, OvaƟon ConstrucƟon Company underwent a leadership transiƟon when our former President
stepped down from the role and transiƟoned into a new posiƟon overseeing key execuƟve accounts. This
change was part of a planned succession strategy designed to strengthen our operaƟonal leadership
while preserving client relaƟonships and insƟtuƟonal knowledge.
Our new President, Michael Provost, brings his own depth of experience and conƟnues to lead the
company with the same values, vision, and commitment to service excellence that have long defined our
work. Aside from this leadership update, there have been no other significant changes in ownership or
organizaƟonal structure within the past five years.
This conƟnuity - combined with thoughƞul leadership evoluƟon - has enabled us to maintain strong
internal stability and consistent project delivery across all sectors, including our work with UCF and other
municipal clients.
145
2. Bidder Experience
OvaƟon ConstrucƟon Company has extensive experience performing sediment removal services for
creeks, ponds, and other natural and engineered waterways throughout Central Florida. Our work in this
area has helped municipaliƟes, universiƟes, and property managers improve stormwater flow, prevent
flooding, and restore the ecological health of aquaƟc environments.
We are familiar with the unique challenges of working in environmentally sensiƟve areas, including
maintaining water quality, minimizing disrupƟon to surrounding vegetaƟon and wildlife, and complying
with all applicable local, state, and federal environmental regulaƟons.
Our sediment removal services have included:
Mechanical dredging and excavaƟon of accumulated sediment from creek beds and stormwater
ponds using specialized equipment suitable for confined or difficult-to-access sites.
StabilizaƟon of disturbed areas post-removal, including regrading, seeding, and erosion control
to prevent future sedimentaƟon and protect water quality.
Dewatering and sediment disposal in accordance with regulatory guidelines and best
management pracƟces (BMPs).
CoordinaƟon with environmental agencies and clients to ensure all permiƫng, inspecƟon, and
documentaƟon requirements are met.
Notably, we have completed mulƟple stormwater and sediment removal projects for the University of
Central Florida (UCF), which involved creek and pond sediment excavaƟon, inlet and ouƞall
maintenance, and stormwater flow restoraƟon within acƟve campus environments. These projects
required close coordinaƟon with campus faciliƟes and environmental staff, adherence to strict safety
protocols, and detailed documentaƟon of sediment quanƟƟes and disposal.
Our team is equipped with the equipment, personnel, and technical knowledge needed to execute
sediment removal projects efficiently while minimizing environmental impact and ensuring long-term
system performance.
146
3. Team Experience
OvaƟon ConstrucƟon Company is proud to present a highly qualified team with the experƟse and field
experience necessary to successfully complete the sediment removal services for the City of Winter
Springs. Our team combines hands-on technical knowledge, proven leadership, and a strong track record
of delivering stormwater and sediment removal projects for municipal clients throughout Central Florida.
Primary Day-to-Day Contact
Jenna Ashworth – Superintendent
Jenna will serve as the primary day-to-day contact for the City. With over 5 years of experience in
stormwater and environmental infrastructure projects, Jenna has managed numerous creek and pond
sediment removal efforts, including projects for the University of Central Florida and regional
municipaliƟes. She will act as the client liaison, overseeing all contract communicaƟons, resource
coordinaƟon, and ensuring alignment with the City’s expectaƟons.
Proposed Project Manager
Carson Tata – Project Manager
Carson Tata will be the Project Manager assigned to this engagement. He brings over 7 years of field and
managerial experience, with specialized knowledge in sediment excavaƟon, regulatory compliance, and
waterway restoraƟon. The Project Manager will oversee daily field operaƟons, coordinate equipment
and crews, monitor progress against schedule, and ensure safety and quality standards are met
throughout the project duraƟon.
We are confident that this team is uniquely equipped to deliver successful outcomes for the City of
Winter Springs, based on their hands-on experience, local knowledge, and commitment to service
excellence.
4. Florida Knowledge
The Florida Department of Environmental ProtecƟon has mandated that Winter Springs rebuild its two
wastewater treatment plants within three years due to aging infrastructure and ongoing environmental
violaƟons. This direcƟve follows audits by both Seminole County and the state, highlighƟng concerns
over the city's wastewater management pracƟces.
Economic ConsideraƟons
The city's aging infrastructure, parƟcularly in wastewater and stormwater systems, requires significant
investment. Plans are underway to construct a new wastewater treatment plant at an esƟmated cost
exceeding $100 million, with compleƟon targeted by 2030. AddiƟonally, a $1.5 million contract has been
approved to develop a comprehensive stormwater improvement plan.
Infrastructure and Environmental Issues
Winter Springs faces significant stormwater management challenges, par Ɵcularly in older neighborhoods
developed before 1984, which lack adequate drainage systems. Efforts are being made to retrofit these
areas to miƟgate flooding risks.
The city's wastewater infrastructure has experienced failures, including a notable spill in 2021 that led to
environmental damage. These incidents underscore the urgency of upgrading the wastewater treatment
faciliƟes.
147
6. Conclusion
Ovation Construction is proud to submit this proposal in pursuit of serving the City of Winter Springs.
We bring extensive experience in stormwater construction, rehabilitation, and infrastructure
improvement—capabilities that are directly aligned with the City’s most urgent needs.
Our team has successfully delivered projects that improve resilience, reduce flooding risks, and enhance
long-term system performance for municipalities facing challenges similar to those in Winter Springs.
We understand the importance of delivering high-quality, cost-effective solutions while maintaining
transparency, compliance with state and local regulations, and a strong commitment to community
impact.
What sets us apart is not only our technical capability, but our collaborative approach and unwavering
dedication to client success. We view this partnership as an opportunity to help Winter Springs move
forward with confidence—responsibly, efficiently, and sustainably.
We appreciate the opportunity to earn your trust and look forward to contributing meaningfully to the
City’s continued growth and resilience.
Sincerely,
Bert Karpinski
Owner
OvaƟon ConstrucƟon
148
Section E – Other Information
Ovation Construction Company is a full service, “one-stop-shop” commercial General Contracting
firm with over 15 years of experience delivering high-quality services to public and private sector
clients across Central Florida. Ovation Construction holds continuing service contracts with
various clients such as Volusia County, OCPS, UCF, GOAA, City of Sanford, SCPS, Seminole State
College, City of Orlando, City of Winter Park, City of Maitland, Brevard County, OUC, Diocese of
Orlando, Daytona State College, Valencia College, and more. Ovation is also one of the few general
contractors in Florida that hold a Job Order Contract through Sourcewell and Omnia.
Since 2008 Ovation has completed over 500 projects for our various clients and has developed a
strong relationships with quality subcontractors in the Central Florida area. Utilizing our
subcontractor network, there is no project too large or too small. Ovation handles everything from a
one room interior renovation all the way to new construction facilities operations buildings. We are
able to perform this range of projects by having a vast internal network of project managers and
field staff that are specifically chosen based on their expertise and knowledge of the project at
hand.
149
ITB # 04-25-02 PH Creek 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)
$________________________________________
ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks
#FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL
1 101-1a MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT)LS 1
2 101-1b BONDS AND INSURANCE LS 1
3 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1
4 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1
5 110-2-2 SELECTIVE CLEARING AND GRUBBING LS 1
6 120-5 CHANNEL EXCAVATION CY 670
7 530-3-4 RIPRAP RUBBLE, DITCH LINING TN 165
8 570-1-2 PERFORMANCE TURF, SOD SY 3,070
9 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1
10 9999-2 RECORD DRAWINGS AND AS-BUILT SURVEY LS 1
1 PAY ITEM 101-1a
2 PAY ITEM 110-2-2
3 PAY ITEM 120-5
4 PAY ITEM 9999-2
5 OVERALL BID
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
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.
THIS PAY ITEM INCLUDES THE COST FOR PREPARING RECORD DRAWINGS AND AS-BUILT SURVEY FOR EACH SEDIMENT REMOVAL LOCATION (9 TOTAL) BY A FLORIDA REGISTERED
SURVEYOR.
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.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR SELECTIVE CLEARING AND GRUBBING, INCLUDING HAUL AND DISPOSAL COSTS.
THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR CHANNEL EXCAVATION, INCLUDING HAUL AND DISPOSAL COSTS.
$69,888.00
$34,240.00
$19,152.00
$30,240.00
$167,896.00
$465,744.00
$16,800.00
$51,362.00
$5,600.00
$22,291.36
$883,213.36
$69,888.00
$34,240.00
$19,152.00
$30,240.00
$167,896.00
$695.14
$101.82
$16.73
$5,600.00
$22,291.36
Eight Hundred and Eighty Three Thousand, Two Hundred
and Thirteen Dollars, Thirty Six Cents
883,213.36
12
Intended Subcontractors:
- TS&C (Sediment Removal) 80%
- SSMC (Asbuilts / Surveys) 2.5%
150
ITB # 04-25-02 PH Creek Sediment Removal Services
REFERENCE INFORMATION FORM
ITB # 04-25-02 PH Name: Creek Sediment Removal Services
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Organization:
Contact Person:
Address:
City:
State: Zip:
Phone Number:
( )
Project Cost:
Date Performed:
Bidder Representative
Typed Name/Title:
Bidder Representative Signature:
Bidder:
University of Central Florida
Bert Karpinski ; Owner
Ovation Construction
Amanda Lindsey
3528 Perseus Loop,
Orlando Florida 32816
561 762-8544
$245,890.00 December, 2023
Project: UCF Campus Basin 4 Stormwater Repairs
University of Central Florida
Amanda Lindsey
3528 Perseus Loop,
Orlando Florida 32816
561 762-8544
$15,660.00 June, 2024
Project: UCF Tower 2 Undermining Repair
University of Central Florida
Amanda Lindsey
3528 Perseus Loop,
Orlando Florida 32816
561 762-8544
$24,600.00 April, 2024
Project: Gemini Road Washout Repair
151
ITB # 04-25-02 PH Creek Sediment Removal Services
INSURANCE REQUIREMENT FORM
Insurance Type Required Limits
Worker’s
Compensation
Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits
Employer’s Liability $1,000,000 each accident, single limit per occurrence
Commercial General
Liability
(Occurrence Form)
patterned after the
current ISO form
$1,000,000 single limit per occurrence
$3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability.
This shall include Premises and Operations; Independent Contractors; Products & Completed
Operations & Contractual Liability.
Indemnification
To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall
indemnify and hold harmless City of Winter Springs, its officers 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
Contractor/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.
Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired;
Automobile Included.
Other
Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same
Bidder shall provide the CITY with certificates 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 the City of Winter Springs.
Thirty (30) days cancellation notice required.
The undersigned Bidder agrees to obtain, prior to award, if selected, minimum insurance as stated above.
Bidder
Authorized Signature
Officer Title
Date
Ovation Construction
Bert Karpinski ;
Owner
5/16/25
152
ITB # 04-25-02 PH Creek 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 Terrorism Sectors List, created pursuant to s. 215.473; or
c. 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;
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.
e. Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business
operations in Iran.
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.
153
ITB # 04-25-02 PH Creek Sediment Removal Services
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS
FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. 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 Iran Terrorism Sectors List and, further, are not engaged in business operations
in Cuba or Syria; and
d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its
company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized
Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism
Sectors List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria.
(Authorized Signature)
(Printed Name and Title)
(Name of Bidder)
STATE OF ____________________________________
COUNTY OF __________________________________
The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online
notarization, this ______ day of __________, 2025 by _____________________ the _________________ of
__________________________, a ________________________ (____) who is personally known to me or (_____) who
produced ______________________________________ as identification.
Notary Public __________________________________
Print Name: ___________________________________
My Commission Expires: _________________________
Bert Karpinski ; Owner
Ovation Construction
Florida
Seminole
X
16th May Bert Karpinski Owner
Ovation Construction General Contractor X
Michael Lewis
1/7/2027
154
ITB # 04-25-02 PH Creek Sediment Removal Services
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
STATE OF
COUNTY OF
____________________________________, being duly sworn, deposes and says that:
(1) He/she is ___________________________ of ___________________________________
Title Bidder
The Bidder that has submitted the attached response.
(2) He/she 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 affiant, 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, conspiracy, connivance or
unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed
Agreement.
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy,
or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of
interest, including affiant.
(Signed) (Title)
STATE OF _______________________________
COUNTY OF _______________________________
The foregoing instrument was acknowledged before me this ____________________by
_____________________________,
who is (___) personally known to me or (___) who has produced _______________________________ as identification
and
who (did / did not) take an oath.
___________________________________ (Signature of Notary Public)
___________________________________ (Name of Notary Typed, Printed or Stamped)
___________________________________ (Commission Number)
Florida
Seminole
Bert Karpinski
Owner Ovation Construction
Owner
Florida
Seminole
16th day of May
Bert Karpinski
X
Michael Lewis
HH 335316
155
ITB # 04-25-02 PH Creek Sediment Removal Services
DRUG FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that
___________________________________________________________________ does:
(Name of Bidder)
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or
use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business 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.
4. Notify 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 notify the employer of any conviction of,
or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the
United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee’s community, by any employee who is so convicted.
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.
(Authorized Signature) (Date)
(Print/Type Name as Signed Above
Ovation Construction
Bert Karpinski
5/16/2025
156
ITB # 04-25-02 PH Creek 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 # 04-25-02 PH Creek 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.
Ovation Construction
361 S. Central Avenue, Oviedo, FL 32765
56-2562354
Bert Karpinski Owner
157
ITB # 04-25-02 PH Creek Sediment Removal Services
PUBLIC ENTITY CRIMES STATEMENT cont.
8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting
this sworn statement. (Please indicate which statement applies)
____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
____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 entity
has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the
final order.)
____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a
hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer
determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a
copy of the final order.)
____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or
pending with, the Department of General Services.)
_______________________________________________________
Signature Date:
STATE OF ________________________________
COUNTY OF ______________________________
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this _____ day of ________________, 2025, and is personally known to me, or
has provided ______________________ as identification.
___________________________________My Commission expires: ________________
Notary Public
X
Florida
Seminole
5/16/25
16th May
1/7/2027
158
ITB # 04-25-02 PH Creek 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.
159
ITB # 04-25-02 PH Creek 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.
160
ITB # 04-25-02 PH Creek 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.
161
ITB # 04-25-02 PH Creek Sediment Removal Services
h. Except for transactions 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: Date:
Signature of Authorized Certifying Official: Title:
Owner
Ovation Construction 5/16/2025
162
ITB # 04-25-02 PH Creek Sediment Removal Services
E-VERIFY STATEMENT
Bid Number: ITB # 04-25-02 PH
Project Description: Creek 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:
1. 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
CITY.
Bidder: _____________________________________________________________________
Authorized Signature: __________________________________________________________
Title: ________________________________________________________________________
Date: _______________________________________________________________________
Ovation Construction
Owner
5/16/2025
163
ITB # 04-25-02 PH Creek Sediment Removal Services
CONFLICT OF INTEREST STATEMENT
This sworn statement is submitted with Bid for ITB # 04-25-02 PH Creek Sediment Removal Services
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: ____________.)
My name is ________________________ and my relationship to the Bidder named above is__________________.
1. 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. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named
Bidder, will immediately notify the City of Winter Springs.
________________________________________________________
Signature Date:
STATE OF _______________________________
COUNTY OF _____________________________
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this ___ day of ________________, 2025, and is personally known to me, or
has provided ______________________ as identification.
___________________________________ My Commission expires: ____________________
Notary Signature
Ovation Construction
361 S. Central Avenue, Oviedo, FL 32765
56-2562354
Bert Karpinski Owner
Florida
Seminole
16th May
1/7/2025
5/16/25
164
ITB # 04-25-02 PH Creek 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 : Creek Sediment Removal Services Project #: ITB #04-25-02 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
Ovation Construction
Ovation Construction utilizes SMWBE firms whenever possible. We keep internal logs of the
various county/city SMWBE directories in our system to cross check each division we subcontract
to ensure they are on our solicitation for bid emails. In this circumstance, small scopes of work
can be divided to maximize SMWBE utilization including sod restoration. Ovation will work with
the City of Winter Springs to achieve a desired % if needed.
165
ITB # 04-25-02 PH Creek Sediment Removal Services
BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to
the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any
other award covered by 31 U.S.C. §1352 (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 18 – 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. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-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 $10,000 and not more than $100,000 for each such failure.
Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended)
The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of
its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31
U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if
any.
Signature of Bidder’s Authorized Official
Name and Title of Bidder’s Authorized Official
Date
Bert Karpinski ; Owner
5/16/25
Ovation Construction
166
167
168
169
170