Loading...
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 CFlorida 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