Loading...
HomeMy WebLinkAboutAgreement_General_8/13/2020_Hinterland GroupVILLAGE OF TEQUESTA AGREEMENT FOR UTILITY REPAIR SERVICES THIS AGREEMENT FOR UTILITY REPAIR SERVICES is entered into and effective this 13 day of (2a�, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469- 0273, organized and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and HINTERLAND GROUP, INC., a Florida corporation with offices located at 2051 West Blue Heron Boulevard, Riviera Beach, Florida, 33404, hereinafter the "Contractor" and collectively with the Village, the "Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide repair services for the Village's water and wastewater utilities infrastructure. The Parties agree to enter into this Agreement and piggyback for water and wastewater repair services at the unit prices described in the "Water & Wastewater Repair Services" contract awarded by the City of Stuart through ITB No. 2020-100. Said contract, including its terms, conditions, specifications, and attached exhibits, are hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and attached hereto as Exhibit "B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in the "Revised Price Proposal Form" within Exhibit "A". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the "Water & Wastewater Repair Services" contract, as referenced by the bid proposal in Exhibit "A". 3. TERM; TERMINATION; NOTICE: Pursuant to the Water & Wastewater Repair Services" contract, the original contract term will expire on December 9, 2021, with the option of renewing for three (3) additional one-year periods. This Agreement may be terminated by either Page 1 of 6 party upon seven (7) days written notice to the other party. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Hinterland Group, Inc. 345 Tequesta Drive 2051 West Blue Heron Boulevard Tequesta, FL 33469 Riviera Beach, FL 33404 Attn: Matthew Hammond Attn: Daniel A. Duke, III Utilities Director President 4. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as deemed sufficient by the Village and shall name the Village as an "additional insured" on the liability portion of the insurance policy. 5. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. 6. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by Section 287.133(3)(a), Florida Statutes. 7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Agreement is not a contract for employment and that no relationship of employee — employer or principal —agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. Page 2 of 6 S. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. 9. SCRUTINIZED COMPANIES: For Contracts under $1M, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $1 M, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes. 10. CONFLICTS OF INTEREST: The Contractor represents that it has no interest and shall acquire no interest which conflict in any manner with [enter description goods/services provided], as provided for in Chapter 112, Part III, Florida Statutes. The Contractor further represents that no person having any interest shall be employed for said performance. The Contractor shall promptly Page 3 of 6 notify the Village in writing by certified mail of all potential conflicts of interest for any prospective business association, interest or other circumstance which may influence or appear to influence the Contractor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that Contractor may undertake and request and opinion of the Village as to whether the association, interest or circumstance would in the opinion of the Village, constitute a conflict of interest if entered into by the Contractor. The Village shall notify the Contractor of its opinion by certified mail within thirty (30) days of receipt of notification by the Contractor. If, in the opinion of the Village, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Contractor, the Village shall so state in the notification and the Contractor shall, at its option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the Village by the Contractor under the terms of this Agreement. 11. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing party shall be awarded attorney's fees, including fees on appeal. 12. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 13. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed In accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 14. AMENDMENTS AND ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both Parties; no modifications shall be made to this Agreement unless in writing, agreed to by both Parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. 15. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and Page 4 of 6 that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the provision of services contemplated herein are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor, or keep and maintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1199 FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT lmcwilliams ar,teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 16. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. Page 5 of 6 17. SEVERABIL.ITY: The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 18. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of, whether or not similar to the act so consented or approved. 19. ENTIRE AGREEMENT: This six (6) page Agreement constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. I N W I T N E S S W H E R E O F, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: ATTEST: Lori McWilliams, MMC Village Clerk HINTERLAND GROUP, INC. ,,,,,111111/1/1 By: Dan' A. u , President Pc� , ...., �A'• 4v.• 'oORgl�. • �- (Corporate Seal sV A� - L OR�� Page 6 of 6 F-xwsjT-- \% A I I BEFORE THE CITY COMMISSION CITY OF STUART, FLORIDA RESOLUTION NUMBER 110-2019 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF STUART, FLORIDA TO APPROVE THE AWARD OF ITB #2020- 100, CONTRACT FOR WATER & WASTEWATER REPAIR SERVICES, TO THE LOWEST, MOST RESPONSIVE RESPONSIBLE BIDDER TO HINTERLAND GROUP, INC. OF STUART, FLORIDA, PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF STUART, FLORIDA that: SECTION 1: The City Commission of the City of Stuart hereby approves the award of ITB# 2020-100, Water & Wastewater Repair Services, to the lowest, most responsive and responsible bidder, Hinterland Group, inc., Stuart, Florida, with a fixed unit pricing on an as needed basis and authorization to execute the final agreement subsequent to review and approval by the City Attorney. SECTION 2: This resolution shall take effect upon adoption. Resolution No. 110-2019 Commissioner GLASS LEIGHTON offered the foregoing resolution and moved its adoption. The motion was seconded by Commissioner CLARKE and upon being put to a roll call vote, the vote was as follows: MICHAEL J. MEIER, MAYOR EULA R. CLARKE, VICE MAYOR BECKY BRUNER, COMMISSIONER KELLI GLASS LEIGHTON, COMMISSIONER MERRITT MATHESON, COMMISSIONER ADOPTED this 9' day of December, 2019. ATTEST: MARYA. K BMEL CITY CLERK •' MICHAEL J. MEIER MAYOR .iv wi4 a . _t. City of Stuart .:. STANDARD AGREEMENT CONTRACTOR: Hinterland Group, Inc. 955 SE Parkway Stuart, Florida 34994 PROJECT: ITB 2020-100: Water & Wastewater Repair Services THIS CONTRACT, hereinafter "Contract," made and entered into the11,1941. 7' day of DQG • . 2019 by and between Hinterland Group, Inc. hereinafter referred to as "Contractor" and the City of Stuart, Florida, a municipal corporation, 121 SW Flagler Avenue, Stuart, Florida 34994, hereinafter referred to as "City", for and in consideration of the following terms, conditions and covenants. I. PURPOSE OF CONTRACT City intends to enter into a contract with Contractor for provision of Water & Wastewater Repair Services by the Contractor and the payment for those services by City as set forth below. SCOPE OF SERVICES Contractor shall work with City staff in advising the City and the City Commission regarding these Services as rendered. The services will be those customarily attendant to Water & Wastewater. The detailed scope of services to be performed and schedule of fees for those services is described in Part Ill Section 3.1 (Contractor's response to ITB #2020-100). Ill. CONTRACT PROVISIONS Section 1. Period of Service 1.1 Term of Contract Upon award of this Contract, the effective date of this Contract shall be the date of execution of this Contract by both City and Contractor. Term of this contract shall be for an initial period of two (2) years with the option of three (3) additional one-year renewal periods, upon the mutual written agreement of the parties. Section 2. Compensation and Method of Payment 2.1 Fee Schedule CITY will compensate Contractor for these Services in accordance with Contractor's pricing schedule formalized in "Section III Pice Proposal Form" to this Contract. Contractor's pricing schedule may be updated annually prior to each optional renewal period. 2.2 Invoices Contractor shall submit invoices to the City for work accomplished and accepted by the City under this Contract. Each invoice shall be detailed and include, but not be limited to, a legible copy of the estimate approved by the City Representative. and the date work was completed and accepted by the City. 2.3 Payment Payment for services rendered is due within thirty days of receipt and approval of invoice by City. Payment is delinquent 30 days following receipt and approval of invoice by City. Section 3. Guarantee The Contractor guarantees to repair, replace or otherwise make good to the satisfaction of the City any damage caused during the work. Contractor further guarantees the successful performance of the work for the service intended. If the City deems it inexpedient to require the Contractor to correct deficient or defective materials or labor, an equitable deduction from the contract price shall be made therefore or in the alternative the City may sue for damages, or both. Section 4. Audit The Contractor agrees that the City or any of its duly authorized representatives shall, until the expiration of three years after expenditure of funds under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Contractor involving transactions related to this Agreement. The Contractor agrees that payment(s) made under this Agreement shall be subject to reduction for amounts charged thereto which are found based on audit examination not to constitute allowable costs under this Agreement. The Contractor shall refund by check payable to the City the amount of such reduction of payments. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or three years after completion of the project and issuance of the final certificate, whichever is sooner. Section 5. Contractor Responsibility 5.1 Independent Contractor The Contractor is an independent contractor and is not an employee or agent of the City. Nothing in this Agreement shall be interpreted to establish any relationship other than that of an independent contractor, between the City and the Contractor, its employees, agents, subcontractors, or assigns, during or after the performance of this Agreement. 5.2 Responsibility for Work The Contractor shall take the whole responsibility of the Agreement Work and shall bear all losses resulting to him because of bad weather, or because of errors or omissions in his or its bid on the Agreement price, or except as otherwise provided in the Agreement Documents because of any other causes whatsoever. 5.3 Contractor's Records As a condition precedent to Contractor filing any claim against City, Contractor shall make available to City all of Contractor's books and records (directly or indirectly related to the claim of Contractor's business) requested by City. Refusal to do so shall constitute a material breach ITB 2020-10& Water & Wastewater Repair Services Page 2 of this contract and cause for dismissal of any litigation. Section 6. Termination 6.1 Termination for Convenience Either party upon a seven (7) day written notice to the other party may terminate this Contract. In the event of any termination, Contractor shall be paid for all services rendered to the date of termination including all authorized reimbursable expenses. 6.2 Termination for Cause The performance of the Contract may be terminated by the City of Stuart in accordance with this clause, in whole or in part, in writing, whenever the City shall determine that the contractor has failed to meet performance requirement(s) of the Contract. If the successful bidder should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors. or if a receiver should be appointed on account of his insolvency, or if he should fail to provide properly skilled personnel or proper service in the sole discretion of the City, then the City can, after giving the successful bidder seven (7) days written notice, and without prejudice to any other right or remedy, terminate this Contract. Section 7. CITY's Obligations 7.1 Project Manager The Project Manager for the City with the authority to act on the City's behalf with respect to all aspects of the Project is the Public Works Director or designee. Chad Herzog, Field Services Manager 772-288-5331 cherzog(a ci.stuart.fl.us The Project Manager for the Contractor with authority to act on the Contractor's behalf with respect to all aspects of the Project is: Chase Rogers, Project Director 561-640-3503 info(d)hinterlandgroup.com Section 8. Persons Bound by Contract 8.1 Parties to the Contract The persons bound by this Contract are the Contractor and the City and their respective partners, successors, heirs, executors, administrators, assigns and other legal representative. 8.2 Assignment of Interest in Contract This Contract and any interest or services associated with this Contract may not be assigned, sublet or transferred to another by either party without the prior written consent of the other party. Nothing contained herein shall be construed to prevent Contractor from employing such independent Contractors, associates and subcontractors as Contractor may deem appropriate to assist in the performance of the services hereunder. ITB 2020-100: Water & Wastewater Repair Services Page 3 8.3 Other Entity Use The successful Contractor may be requested to convey its proposal prices, contract terms and conditions, to municipalities or other governmental agencies within the State of Florida. 8.4 Inspection The project will be inspected by the Project Manager for the City and will be rejected if it is not to conformity with the Agreement provisions. Rejected work will be immediately corrected by the Contractor. When the work is substantially completed, the Contractor shall notify the City in writing that the work shall be ready for inspection on a definite date. at least two (2) calendar days thereafter. which shall be stated in such notice. 8.5 Rights and Benefits Nothing herein shall be construed to give any rights or benefits arising from this Contract to anyone other than Contractor and the City. Section 9. Indemnification of City Contractor assumes the entire responsibility and liability for all damages or injury to all persons, and to all property, caused by the Contractor or Contractor's employees. agents, consultants or sub -contractors, and Contractor shall to the fullest extent allowed by law, indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees. to the extent caused by the negligence, omission. or intentional conduct of the Contractor and other persons employed or utilized by the Contractor in the performance of the contract. Specific consideration for this indemnity is $10.00. the receipt and sufficiency of which are hereby acknowledged by Contractor. Contractor shall obtain, maintain and pay for general liability insurance coverage to insure the provisions of this paragraph. Section 10. Insurance. 10.1. Requirements Contractor shall procure and maintain insurance, in the amounts noted in 1.8 of the Invitation to Bid. Such certificate must contain a provision for notification of the City 30 days in advance of any material change or cancellation. The City by and through its Risk Manager, reserves the right to review, modify, reject or accept any required policies of insurance, including limits coverages or endorsements, herein from time to time throughout the term of this contract. All insurance carriers must have an A.M. Best Rating of at least A:VII or better. When a self - insured retention or deductible exceeds $5,000, the City reserves the right, but not the obligation, to review and request a copy of contractor's most recent annual report or audited financial statement. All contractors, including any independent contractors and subcontractors utilized, must comply with the insurance requirements. 10.2 Certificate of Insurance Certificates of all insurance required from the Contractor shall be attached to this agreement and shall be subject to the City's approval for adequacy. ITB 2020-100 Water & Wastewater Repair Services Page 4 Section 11. Professional Standards All work performed by Contractor will be in accordance with the highest professional standards and in accordance with all applicable governmental regulations. Section 12. Non -Appropriation This Contract is deemed effective only to the extent of the annual appropriations available. Section 13. General Conditions 13.1 Venue in Martin County Jurisdiction a venue for any lawsuit to enforce the terms and obligations of this Contract shall lie exclusively in the County Court or the Circuit Court in and for Martin County, Florida. 13.2 Laws of Florida The validity. interpretation, construction, and effect of this Contract shall be in accordance with and governed by the laws of the State of Florida. 13.3 Attorney's Fees and Costs In the event the Contractor breaches or defaults in the performance of any of the terms, covenants and conditions of this Contract. the Contractor agrees to pay all damages and costs incurred by the CITY in the enforcement of this Contract, including reasonable attorney's fees, court costs and all expenses, even if not taxable as court costs, including, without limitation, all such fees, costs and expenses incident to appeals incurred in such action or proceeding. 13.4 Mediation as Condition Precedent to Litigation Prior to the initiation of any litigation by the parties concerning this Contract, and as a condition precedent to initiating any litigation, the parties agree to first seek resolution of the dispute through non -binding mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall, by mutual agreement, select a mediator within 15 days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator then the CITY shall select the mediator who, if selected solely by the CITY, shall be a mediator certified by the Supreme Court of Florida. The mediator's fee shall be paid in equal shares by each party to the mediation. 13.5 Contract Amendment The City reserves the right to delete. add or revise locations under this proposal at any time during the contract term when and where deemed necessary. If any locations are added or deleted from the contract, the rate quoted shall be used to determine the adjusted contract price. No modification, amendment or alteration in the terms or conditions contained in this Contract shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. This Contract constitutes the entire agreement between the parties, and no prior. or contemporaneous oral agreement shall be binding on either party. If either party fails to enforce a portion or all of this Contract, it shall not constitute a waiver of the same. 13.5 Contractual Authority ITB 2020-100: Water & Wastewater Repair Services Page 5 By signing this Contract the Contractor swears or affirms, under penalty of perjury, that this is avalid act of the Contractor, and that no later claim shall be made by the CONTRACTOR that the Contract is invalid or an ultra vires act, by reason of a failure to have the proper authority to execute the Contract. In the event that a court of competent jurisdiction later determines that the Contract is or would be null and void for failure of the signatory to have proper or complete authority, this Contract shall nonetheless be deemed valid under the theory of "apparent authority." or in the sole alternative of the City, shall be deemed to be the act of the signatory, as an individual, who shall be fully responsible for its complete performance. 13.7 Sovereign Immunity Nothing contained herein shall be construed or interpreted as a waiver of the sovereign immunity liability limits established under chapter 768.20 Florida Statutes as amended. 13.8 FEMA Contract Terms Contractor provides services that the City may require in the event of a hurricane or other disaster. Contractor acknowledges and agrees that in such event, the City may apply to the State of Florida or the federal government for funds which will be used to pay Contractor or reimburse the City for payments made to Contractor. FEMA will only consider reimbursing contracts which contain the requisite FEMA provisions. Contractor desires to be eligible to be awarded disaster work and be compensated through federal funds. The City and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event. the provisions set forth in this Addendum (including Form FHWA-1273) (collectively, the "FEMA Requirements") shall apply. The FEMA Requirements shall only modify the Contract upon the provision by Contractor of work or services required as a result of a disaster. The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Contract and the FEMA Requirements the FEMA Requirements shall govern and prevail. A. Contracts to received funding derived from federal grants must comply with federal guidelines. The federal funds appropriated by the Federal Emergency Management Agency (FEMA) will be administered through the State of Florida. B. In the event of a conflict between the FEMA Requirements listed in this Addendum and other provisions of the Contract, the FEMA Requirements will govern and prevail. C Payment. Payment shall be based on the unit rates/prices pursuant to the Contract Fee Schedule. Contractor shall submit invoices covering no more than a 30-day period. D. Additional Remedies. In addition to any other remedies provided for in the Contract or to which the City may be entitled at law or inequity. in the event of a breach or violation of the Contract by Contractor, Contractor shall be subject to debarment or suspension from consideration for the award of additional ITB 2020-100: Water & Wastewater Repair Services Page 6 contracts from the City, including but not limited to contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in the City Code. E. Termination for Convenience. The City may terminate this Contract at its convenience with or without cause upon written notice of termination to Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding. under no circumstances shall the City be liable to Contractor for lost profits or overhead for work, materials or services not performed or delivered to the C ity. F. Compliance with State and Federal Reporting Requirements. Contractor and its subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. G. Civil Rights (Applicable to All FEMA Contracts) The following requirements will apply to the Contract and any sub -contracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended.. 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation. telecommunications and government services. H. No Obligation by the Federal Government (Applicable to all FEMA contracts) (1) Absent the express written consent by the Federal Government, the Federal Government or FEMA is not a party to the Contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract ITB 2020-100: Water & Wastewater Repair Services Page 7 financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified. except to identify the subcontractor who will be subject to its provisions. I Access to Records (Applicable to all FEMA contracts: OHS Standard Terms and Conditions v. 3.0 XXV) (1) The Contractor agrees to provide the City State, FEMA. the Comptroller General of the United States or any of their authorized representatives access to any books, documents. papers and records of the Contractor which are directly pertinent to the contract for the purposes of making audits examinations. excerpts and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) The Contractor agrees to maintain all books, records. accounts and reports required under the Contract for a period of not less than three (3) years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising from the performance of the Contract, in which case Contractor agrees to maintain same until the City. the State. FEMA, the Comptroller General, or any of their duly authorized representatives have disposed of all such litigation, appeals, claims or exceptions related thereto. i Procurement of Recovered Materials (Applicable to all FEMA contracts. 42 USC s. 6962, 2 CFR Part 200. Appendix ll. K. 2 CFR s. 200.322) (1) In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired- (i; Competitively within a timeframe providing for compliance with the contract performance schedule, n Meeting contract performance requirements: or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http.//wwvu .epa.gov/cpg/ . The list of EPA -designate items is available at http://www .epa.gov/cpg/products htm. K OHS Seal, Loao nd Flags (Applicable to all FEMA contracts, DHS Standard Terms and Conditions. v. 3.0 XXV) The Contractor shall not use the DHS seal(s). logos. crests or reproductions of flags or likenesses of DHS agency officials without specific FEMA approval. L Compliance with Federal Law, Regulations, and Executive Orders (Applicable to all FEMA contracts) ITB 2020-100. Water & Wastewater Repair Services Page 8 This is an acknowledgement that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply will all applicable federal law. regulations. executive orders FEMA policies. procedures, and directives as applicable. including but not limited to. The Robert T. Stafford Disaster Relief and Emergency Assistance Act. as amended. 42 USC Sec. 5121, et. seq. 2 Resource Conservation and Recovery Act 3. National Historic Preservation Act 4. Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act M Immioration and Naturali zation Act. (Applicable to all FEMA contracts) Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a(e) [§74A(e) of the Immigration and Nationality Act) and such employment of unauthorized aliens shall be grounds for unilateral termination of the Contract Agreement. N. Fraud and False or Fraudulent or Related Acts (Applicable to all FEMA contracts) The Contractor acknowledges that 31 USC Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract. O. Indemnity of Funding Entities. (Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration) and the City and their officers, agents, employees and elected officials from and against any and all liability, claims, damages. demands, expenses. fees, fines, penalties, suits, proceedings. actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees and subcontractors' acts or omissions associated with this Contract. P. Performance and Payment Bonds. (Applicable to all FEMA contracts) If not already required under the Contract, and if requested by the City. the Contractor shall. prior to the commencement of operations, furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida in the amount of the estimated contract value. which bond shall be conditioned upon the successful completion of all work.. labor.. services and materials to be provided and furnished under the contract and the payment of all subcontractors, materials and laborers. Said bonds shall be subject to the approval by the City. 0. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts) During the performance of this Contract. the Contractor agrees as follows (1) The Contractor will not discriminate against any employee or applicant for employment because of race. color, religion. sex. or national origin. The Contractor will take affirmative action to ensure that applicants are employed. and that employees are treated during employment without regard to their race. color. religion. ITB 2020-100: Water & Wastewater Repair Services Page 9 sex. 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 Contractor 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. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants will receive considerations for employment without regard to race. color. religion, sex, or national origin. (3) The Contractor 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 Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor 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. (5) The Contractor 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. (61 In the event of the Contractor'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 Contractor 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 as 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. (7) The Contractor will include the portion of the sentence immediately preceding paragraph and the provisions of paragraphs (1) through (7) 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 Contractor 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 Contractor becomes involved in or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States R. Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180: 2 CFR Part 3000) a. By signing this Addendum the Contractor is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor 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 Contractor ITB 2020-100: Water & Wastewater Repair Services Page 10 to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor. its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (1) The Contractor must comply with 2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (2) This certification is a material representation of fact relied upon by the City. 9 it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C. in addition to remedies available to the State, and the City. the Federal Government may pursue available remedies. including but not limited to suspension and/or debarment. (3i The Contractor agrees to comply with the requirements of2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." S Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles. materials and supplies which are acquired for public use under this Contract have been produced in the United States as required ITB 2020-100: Water & Wastewater Repair Services Page 11 by 41 USC §10a, unless it would not be in the public interest or unreasonable in cost. T. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of $150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State. Federal Emergency Management Agency. and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (t) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended. 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. U. Certification Regarding Use of Contract Funds for Lobbying (Byrd Anti -Lobbying (31 USC s. 1352) Applicable to contracts in excess of $100,000. 2CFR Part200, Appendix 11)(1) The Contractor certifies, by signing this Addendum, to the best of his or her knowledge and belief. that: 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 any Federal 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. b. 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 Federal 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 ITB 2020-100: Water & Wastewater Repair Services Page 12 undersigned shall complete and submit Standard Form-LLL. "Disclosure Form to Report Lobbying." in accordance with its instructions. (2) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. 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 ach such failure. (3) The Contractor also agrees that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100.000 and that all such recipients shall certify and disclose accordingly. V Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of $100.000 that involve the employment of mechanics or laborers: 29 CFR Part 5 2 CFR Part 22. Appendix II. E) (1 ) Overtime requirements. No contractor 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 worksheet workweek. (2) 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 contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory. to such District or to such territory). 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. (3) 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 contractor 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 contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor 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." ITB 2020-100 Water & Wastewater Repair Services Page 13 S Davis Bacon Act and Copeland Anti -Kickback Act (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program. Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000. Not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program, Davis Bacon Act--40 USC s. 3141-3144 and 3146-3148. 2 CFR Part 200. Appendix II; Copeland Anti -Kickback Act --- 40 USC s. 3145) In situations where the Davis -Bacon Act does not apply, neither does the Copeland Anti -Kickback Act. Comoliance with Davis Bacon Act (1) The Contractor agrees to comply with the requirements of the Secretary of Labor in accordance with the Davis -Bacon Act as amended, and all other applicable Federal. state and local laws and regulations pertaining to labor standards insofar as those acts apply to the performance of this Contract. The Contractor shall maintain documentation that demonstrates compliance with hour and wage requirements of this part. Such documentation shall be made available to the City for review upon request. Current applicable wage rates will be attached to the Contract if applicable. (2) The Contractor agrees that all contractors engaged under contracts in excess of $2,000.00 for construction, renovation or repair work financed in whole or in part with assistance provided under this Contract, shall comply with Federal requirements adopted by the City pertaining to such contracts and with the applicable requirements of the regulations of the Department of Labor. under 29 CFR Parts 1. 3 5 and 7 governing the payment of wages and ratio of apprentices and trainees to journey workers, provided that, if wage rates higher than those required under the regulations are imposed by state or local law. nothing hereunder is intended to relieve the Contractor of its obligation, if any, to require payment of the higher wage. The Contractor shall cause or require to be inserted in full, in all such contracts subject to such regulations provisions meeting the requirements of this paragraph Comotiance with Copeland Anti -Kickback Act (1) Contractor. The Contractor shall comply with 18 U.S.C. § 874. 40 U.S.0 § 3145. and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract. and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. (4) Rights to I nventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement' under 37 C.F.R. § 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business ITB 2020-100 Water & Wastewater Repair Services Page 14 firm or nonprofit organization regarding the substitution of parties assignment or performance of experimental, developmental, or research work under that "funding agreement". Does not apply to the Public Assistance. Hazard Mitigation Grant Program, Fire Management Assistance Grant Program. Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program.. and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix Il, F). The contractor acknowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. (5) Subcontracts. lApplicable to all FEMA contracts) To the extent applicable the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts ITB 2020-100: Water & Wastewater Repair Services Page 15 Section 14. Public Records Public Records Relating to Compliance. Request for Records; Noncompliance, & Civil Action Note: If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor's duty to provide public records relating to this contract, contact the office of the City Clerk as the custodian of Public Records for the City of Stuart, and all the respective departments at PublicRecordsRequest(cD_ci.stuart.fl.us, City of Stuart, City Clerk 121 SW Flagler Avenue, Stuart, Fl. 34994 per F.S. 119.12. In compliance with F.S 119.0701 the Contractor shall. A. Keep and maintain public records required by the public agency to perform the service. B. Upon request from the public agency's custodian of public records. provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter 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 contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer. at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract. the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request, and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. If a contractor does not comply with the public agency's request for records. the public agency shall enforce the contract provisions in accordance with the contract. G A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under F.S. 119.10. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement. including reasonable attorney fees if 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time, and Agreement for ITB 2020-100 Water & Wastewater Repair Services Page 41 At least 8 business days before filing the action. the plaintiff provided written notice of the public records request. including a statement that the contractor has not complied with the request, to the public agency and to the contractor. A notice complies with subparagraph 2 above, if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered. Global Express Guaranteed. or certified mail, with postage or shipping paid by the sender and with evidence of delivery which may be in an electronic format. b. A contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. Section 15. Exhibits The following Exhibits are attached to and made a part of this Contract: Exhibit A - "Proposal as Submitted by Respondent and Accepted by City" Exhibit B - 'Original Invitation to Bid as Issued by City, including all Addenda" Exhibit C - 'Performance and Payment Bond" [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Signatures are on following page Agreement for ITB 2020-100. Water & Wastewater Repair Services Page 42 IN WITNESS WHEREOF the City has hereunto subscribed. and the Contractor has signed his its, or their name. or names the date aforesaid. CITY OF STUART, FLORIDA ATTEST: MAR". KINDEL CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: - 4, 41 �Akl MlqOAELk MORTEIIL CITY ATTORNEY WITNESSES ( atur� INnE/I��s ( ignatur DA D DYESS CITY MANAGER CONTRACTOR \ ,,.0`\��.. ro`A '2 SEAL` (Signature) - June 26, 2006 �4ORIOP l ule'i Printed Name ���J►��l'ht Title Agreement for ITB 2020-100- Water & Wastewater Repair Services Page 43 A4CC>Rn CERTIFICATE OF LIABILITY INSURANCE DATE (MM)DD YV—I ��- 01125/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jennie LanmanNAME _ _ South Shore Insurance Inc PHONE 772 426-9973 F°X 772 872-5870 _ 955 SE Central Parkway ADpgEss ennie southshore-insurance.com Stuart FL 34994 __ _-_ __ __ _. I14SURERI51 AFFORDING COVERAGE NAIL Y INSURERA: Hartford Casualty Insurance Company 29424 INSURED INSURERB: Property & Casualty Ins Comp of The Hartford 34690 Hinterland Group Inc. INSURERC: Sentinel Insurance Company 11000 2051 West Blue Heron Blvd I INSURER D: Hartford Fire Insurance Company 19682 Riviera Beach, FL 33404 INSURER E : The North River Insurance Company 21105 INSURER F . RFVISInN N(1MRFR: V VYGRMVGJ vr,.,,, v...�•�.....��... THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. CERTIFICATE MAY BE ISSUED EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF Y EXP POLICnNyYYi LIMITS % '', COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 - DAMAGE TO RENTED )$E$IF, non $300,000 ^CLAIMS A -MADE OCCUR X XCU Coverage Included x x 21 UEA HF5360 01131/2019 01/3112020 MEDEXP (Any one pe,soni $5,000 X PrimarVINon Contributory PERSONAL & ADV INJURY 1,000,000 GENERAL AGGREGATE $ 2'000,000 _ GEML AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG 2,000.000 POLICY PRO.JECT LOC L OTHER: COMBINED SINGLE LIMIT $ 1 000,000 AUTOMOBILE LIABILITY BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED x X 21 UEA HF5507 01131/2019 01131/2020 BODILY INJURY (Per accident).. $ _ DAMAGE $ AUTOSPROPERTY AUTOS NON -OWNED %t HIRED AUTOS XAUTOS $ X UMBRELLA IJAB % OCCUR EACH OCCURRENCE S 1 0.000,000 _-- AGGREGATE 10,000,000 E EXCESS LIAS CLAIMS -MADE 5821116714 01/31/2019 01/31/2020 $ DIED RETENTION PER OTH- X - WORKERS COMPENSATION .F.t El EACH ACCIDENT 1 ,000,000 AND EMPLOYERS' LIABILITY YIN C ANY PROPRIETORIPARTNERrEXECUTIVE OFFICER/MEMBER EXCLUDED N I A x 21 W EA ABOMTJ 01/31/2019 01/3112020 E.L. DISEASE - EA EMPLOYEE $ 1 ,000,000 (Mandatory in NH) If 'es describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION F PERAT N I w Installation Floater $2.000.000 D Inland Marine 21UUMHF5845 01131/2019 I 01131/2020 Rented/Leased Equi $500.000 DESCRIPTION OF OPERATIONS 1 LOCATIONS f VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Stuart is included as an additional insured on blanket form only if required by written contract/agreement with the insured executed prior to injury or damage. 30 days written notice of cancellation applies. A Waiver of Subrogation is provided on blanket form only if required by written with the insured executed prior to injury or damage. Coverage is primary/noncontributory when required by written Contract] contract/agreement agreement. (In accordance with policy form HCG00010916) Contract# ITB#2020-100 Water & Wastewater Repair Services VCR 1IrIVA I C nVLVCR City of Stuart 121 SW Flagler Ave Stuart. FL 34994 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. <JWL> AUTHORIZED REPRESENTATIVE M i j r.. a i ,eoo_�n,e Arnan rnRPORATION. All riahts reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD PROJECT No. Water & Wastewater Repair Services Bid NAME: 2020-100 HG Job No 19-0302-00 BID DUE - Friday, October 25, 2019 @ 2.30 PM SUBMITTED TO: Stuart City Hall Procurement Office 121 S.W. Flagler Avenue Stuart, Florida 34994 Aim — kit .Sl,�l�! SUBMITTED BY: Hinterland Group, Inc. cpq -�M HINTERLAND GROUP INC. 955 SE Parkway Stuart, FL 34994 (561) 640-3503 Email: info@hinterlandgroup.com 3.6 PROPOSAL CHECKLIST FORM A. All proposals shall be submitted in the format Identified. Failure to submit the required documentation In the format identified may cause the proposal to be rejected. This form Is to be submitted with proposal package. 1. Letter of Transmittal Yes 0✓ No 2. Acknowledgment of addendum & submission with ITB Yes 0 No 3. Proposal Form & equipment Information Yes 7No 4. Proof that Firm name is registered with their State of Origin Yes ©No 5. Submit a copy of all Licenses, Certificates, Registrations, Permits etc. Yes W]No 6. Submit 10% bond guarantee, if total exceeds $50,000 Yes allo 7. Submit any data in reference to Contract Performance Yes IONo 8. Evidence of Insurance Yes W No 0 9. Reference Form Yes [7 No 10. Subcontractors Form Yes R No 11. Additional Data is submitted (Optional) Yes ©No ITB #2020-100: Water & Wastewater Repair Services COMPANY NAME: Hin almd Gww Im ITB 2020-100: Water & Wastewater Repair Services Page 22 ITB No. 2020-100 Invitation to Bid Water & Wastewater Repair Services ITB No. 2020-100 Letter of Transmittal To Whom It May Concern, We, the Hinterland Group Inc., wish to express our interest in the Water & Wastewater Repair Services by the City of Stuart. As a fully licensed and insured General, Underground Utility, Building and Electrical Contractor Hinterland Group Inc. is experienced and fully qualified in all areas of utility repair, rehabilitation and new construction. This includes all requirements for the construction of water mains, reuse mains, force main, gravity mains, manhole rehabs and replacements, repair of sewer collapses, water main breaks and rehabilitation of lift stations, CCTV, cleaning gravity sewer mains and CIPP lining. As the president of Hinterland Group Inc., I Daniel Duke III hereby certify that our firm has reviewed all project specifications and requirements, and has a full and complete understanding of the work that is portrayed in this Invitation to Bid. Hinterland Group Inc. is completely competent and fully capable of performing any utility work the City may require. We hereby confirm that, if contracted, we will perform all work within the quickest time frame possible, and will take full consideration of the urgency of each task requested to be completed by the City. We are confident our references will speak for us in the quality and commitment of work we perform on each and every project, and we hope to be awarded the opportunity to provide the same quality services to the City of Stuart. We look forward to the opportunity to work with the City over the next few years. Contacts for this contract will be as follows: - For contractual and Pricing Needs contact either 1. Chase Rogers, Contract Administrator/Director and Estimator CRogers@hinterlandgroup.com Cell #: 561-543-9680 2. Daniel Duke III, President DDukel@hinterlanderoup.com Cell #: 954-649-4930 Kindly, i Daniel A. Duke, III President Hinterland Group Inc. 955 SE Parkway, Stuart, FL 34994 • Ph 561-640-3503 0 Fax 561-640-3504 The undersigned Respondent hereby certifies that the terms and conditions, including but not limited to, the scope of work have not been altered or modified in any manner. Any modification to this solicitation by the proposer will result in Proposer's response being found non -responsive and thereby disqualified. The undersigned Respondent hereby certifies that he has received all the Addenda listed below and has incorporated them into his proposal listed herein. Failure to acknowledge any and all addenda may render the proposal non -responsive and no further evaluation of the proposal will occur. Addendum(s) # throw # Z i (Sigoi ture) Hinterland Group Inc Name of Company, Firm 561-640-3503 Respondent's Initials Zr Chase R Rogers (Printed Name) Project Director (Printed Title) 561-640-3504 infoO hinterlandgroup.com Telephone Number Facsimile Number Email Address ITB 2020-100: Water & Wastewater Repair Services Page 18 INVITATION TO BID FOR: Water & Wastewater Repair Services DATE: September 20, 2019 DEPT: Public Works - Street Division BID NUMBER: ITB No. 2020-100 THIS IS NOT AN ORDER Bids will be opened and publicly read aloud at City Hall, 121 S.W. Flagler Ave., Stuart, FL at 2:30 pm on Wednesday October 23, 2019, Bids must be SUBMITTED ON THE desired. Please attach this completed form as the top sheet for all bids submitted. Bid bonds, if required, may be in the form of a Surety Bond, Cashier's Check or Certified Check (checks payable to The City of Stuart). Bidder's Name Company Name Street Address City, State, Zip Hinterland Group Inc Hinterland Group Inc. 955 SE Parkway Stuart, FL 34994 Total Amount of Bid $ 23,840.00 It is the intent and purpose of the City of Stuart that this Invitation to Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the Procurement Division if any language, requirements, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation to Bid to a single source. Such notification must be submitted in writing and must be received by the Procurement Division not later than seven (7) days prior to the bid opening date. This sheet must be signed by a person authorized to sign for your firm and returned with your bid. Failure to comply will result in disqualification of submittal. Hand Deliver MaillExpress Bids to: Stuart City Hall Procurement Office 121 S.W. Flagler Avenue Stuart, Florida 34994 Hinterland Group Inc . Firm Name Authoc�ed Si at re (Manual) Chase R Rogers. Project Director Name/Title (Please Print) I tb 22, 2019 utfo(a hinterlandgroup.com Date Email Address ;61-640-3503 Telephone Number 561-640-3504 Facsimile Number ITB 2020-100: Water & Wastewater Repair Services Page 3 PART III 3.1 REVISED PRICE PROPOSAL FORM ITEM DESCRIPTION HOURLY NO. LABOR RATE ESTIMATED HOURS TOTAL GROUP A ROUTINE HOURLY RATE $ 1,200.00 I Foreman: Regular Hourly Rate $ 100.00 12 2 Foreman: Overtime/After Hours Rate $ 125.00 12 $ 1,500.00 3 Crew Man: Regular Hourly Rate $ 60.00 12 $ 720.00 4 Crew Man: Overtime/After Hours Rate $ 80.00 12 $ 960.00 Supervisor: Regular Hourly Rate $ 120.00 12 $ 1,440.00 6 Supervisor: Overtime/After Hours Rate $ 140.00 12 $ 1,680.00 Group A Total (Add Items 1-6) $ 7,500.00 .' GROUP B: EQUIPMENT H%4LY RATE Awardee-owned, Leased or rented equipment with qualified operators, per hour for all of the following equipment to include any required operators and transportation to the sites, as required for projects and the Bid specifications. 7 Large Trackhoe (Komatsu 200 or Greater) $ 45.00 12 $ 540.00 8 Medium Trackhoe (Komatsu 138 or Equal) $ 30.00 12 $ 360.00 9 Combination Backhoe $ 20.00 12 $ 240.00 10 Front End Loader $ 40.00 12 $ 480.00 11 9 Cubic Yard or Smaller Dump Truck $ 20.00 12 $ 240.00 12 18 Cubic Yard or Larger Dump Truck $ 75.00 12 $ 900.00 I ; Crew Truck with Hand Tools $ 5.00 12 $ 60.00 14 3" Trash Pump with 60 Feet of Suction & S 5.00 Discharge Hose ITEM DESCRIPTION HOURLI' LABOR RAT I ESTIMATED URS 12 $ �O o0 TOTAL 15 2" Trash Pump with bu Feet Uf Suction & $ 5.00 Discharge Hose $ 6�.00 16 Walk Behind Vibrating Roller $ 5.00 12 $ 60.00 17 Plate Compactor $ 5.00 12 $ 60.00 18 Jumping Jack Compactor $ 5.00 12 $ 60.00 19 14" Street Saw $ 5.00 12 $ 60.00 20 14" Cut off Saw $ 5.00 17 $ 60.00 21 66 Wellpoint System with 100 Feet of Header P $ LO.00 V 12 $ 720.On 22 Cement Mixer $ 5.00 12 $ 60.00 23 Small Tractor with Box Blade $ 25.00 17 $ 300.00 24 1.000 Gallon Per Minute Pump with 100 Feet of Suction & Discharge Hose. $ 65.00 12 $ 780.00 P:5:: Mini Excavator (Komatsu 70 or Greater) $ 20.00 12 Group B Total (Add Items 7-25) $ 240.00 $ 5,340.00 Group C: Parts and Materials City's Estimated Annual Parts & Materials Expenditure is S10,000. I $11,000.00 10% Markup = 1.10 X estimated annual expenditure Group A + Group B + Group C = OVERALL ESTIMATED ANNUAL TOTAL $ 23,840.00 Any items not listed will defer to "Attachment A" FEMA's Schedule of Equipment Rates Overtime will be based on routine rate at time and a half and on an as needed basis with prior approval. All rates quoted shall include travel means, labor and any and all equipment and tools required. All disposal charges should be included in the contractor's unit prices. There shall be no charges to and from the City work sites. Estimated usage is for bid evaluation purposes and shall not be construed as a guarantee of materials/Hours. Actual hours and/or service needed kill vary depending upon priorities and budgeting Preferred method of payment is by the City Purchasin Card (VISA). DO YOU ACCEPT THE PURCHASING CARD (VISA)? Yes Nov Company Name: hinterland Group Inc. a .5 ar W 13 Cl C > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > t G< G G G G G C G G G G G G G G G G G G G G G G G G G G G G G G ¢ a a a¢ a a a a a a a a e a a a a a a a a a a a a¢¢ a a a a a o C Q n m v � Fm- < n 2 ` L }>? A u a °' ¢ O � w` � 3 X u a`, ua. m o o> a cE 7 w ¢ � J J o> U > c m> c o 0 a c C m 7 E E E E E° `� c d a, ~ _ C U U G O d �° O. O C H _X 7 7 n 7 7 3 y E 7 1` N m c H W ti r• O _ M i L Q> 0`0. LL m �i d n d d d :c w O n U C a 4 �goSa o3 �0g" u 3 °Nv0 M O O w fn N p a z D cr. cr4 O W O 0 w Q z J °C rj 3 O W O m d a d d W w 0 d a w OU a s w Z Z Z Z-j 0 w W Q J w a¢ Q a J d a oOc F s a i i i a X CD a w>>>> S j _ i i u V V> a m as m a O Z ?i > a a o¢ C M LL W W Y (� N > a r Z cw W `�'' J d Z 2 Z ` J OL J OL J GL C W K 2 W CC CC Gi J OC W W LC GC K W W W W W W W W W W W W W W W = d a a U Q S Q = = Q Q d Q Q a Q Q = d d Q Q Q >>> a a F r W W W W W U u m r i r. O Q, op � IT - ti O 0 OD r . D Ul v m ry .�, CD 0) W rn � n .�. m ry .+ Oi oo V Q Q V m m m. m m m m m" f N N fV ( " N N N .-1 ti .ti .-. .-1 .••' �n .n .n Ln to ,n L- .n .r �n v in to .n In ,n to � Ln .n to V1 n in O O 34 N K 5,; U, LU LAA lb g AM ZLIA 01^ VAI M La co uj k, ;4 .4 d) 0 K! ti' Rn ;J: 1". N it� lei - Al cr LU in j LU U. CIO "a. CO x > U. PR. U- 0 1 y. -Sri Ix -0 cr Mh UA u Lu Im LU wi cr ul :!�t us > - L—u to ME ZNI. Ln V Ln In Ln g" kJ. 35 jg: %4k ui uj u U• ta > - v !� V LU z > CIS - rp t I 7"It 06 a AW Vp C, ma 6N; � J' 1 a: < ®R ER i �vv ilf 4 LAJ .4c . OL Y 2: I�Vf-U; X5. . 5 . ::3 •L-1- ;F da al- LU ;x n., lh..� cl LLI LU UA 'IL-L4 .-t VVv1 tv C-4 i'4 10, C-4 m KTJ LL, LU V.. Lu LU U,, t. Y. Mi kll ` kF Lo CL d 4 Vl u a, Ali rf, S in LSA F, - in go C? '. C3 in r uj c u C3 Ck. LU tu r Z! ij �ew �0 V U, V. 1P. 9: og f a EL L LAMP ;may tul; 37 LU >; 'A. A lk; LL3 tu" rk ui .4 • 4 I 14 I UJ < ff fj Ic 4q w ;w' .1 4 A3 w ZFV Ailce A a- n' CL vj 06 4tr' CL mT, CL. CL it 0 w F- 'n I ?F5 LOR CL 0. E u :3 j„y> CO 0 o. Ma a V3 -- ro Is i �D c �-k& �o CE, oa o :kz DEC] ujd LU LU 7, ia. 5W LU — CL o6 CL tk 0 N :a aA ip - Cl. a- R 0 IL EL gg. zu > ;.6 O. :W. ui S C : g Kill LU am LU t-3 x X4 ION, D lln emn en m bi en en m m mFF3 9. 38 Sic 41 A LU tu LU > 'A, LLt > uj LLJ LLJ A V-S yc� r, tle rti '.E N� x LS 06 LP RK U cl uf aC2 B tv A -9 .8 R.., E 04 C T&, RIL Z' 1z, De rcull U CL Lu LLI LU LLA lu. cc iz CL b a PA, 26 m w, h. -rn- 14- v im! 4? Cc LU 'Xu Jar Lu LLJ L LLI LU i, LU LU :F. , 4 Tie W r4 MT N rn ov M m cn m en rn in in en cn CM" m M c" An'. C" m cma 5% 39 T W Lu > w Lu uj W Wuj uj Lu Fir ij A AN .. i0l ef" tit fel Mt tlli�� r rL jr 1 u ct , Lo - a a g.� CL E :1 _Arl OK W, P 4 4 A o R lu p m J SE. 4- "i E LID > a(9 cw. -6 f! 40 Cl 0 M .& (D. XJ u u LE Lo W EP-t w W r,7 R FIR. 011 C la K7 k 110 aN 'Za cr cc uj cc ac w '.c 's Z 03 TV V, z", W. U v _L9 'jw. Lu s- uA >: Lu L" A LAj ir... ir '7 4 40 W N t m - :pq C%lsr C'4 A * c4 4 10 �tp gg lu qn La tn 14 in iv Z42 m TO: Is I'll P. sn! m zs M rn 1. Fn- -0 M. m R 1�0 ;16 mf-b Fm FN, 1-5 db cr CL EL Fr 2L ID I fo Ji -7 I m A 4z m . I ., ;Vi State of Florida Department of State I certify from the records of this office that HINTERLAND GROUP INC. is a corporation organized under the laws of the State of Florida, filed on June 26, 2006. The document number of this corporation is 1`06000086423. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on February 13, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under noj, hand and floe Great Seal of the State of Floridti at Tallahassee, the Capital, this the Thirteenth day of February, 2019 Secreturr of'Stute Tracking Number: 8071732619C(' -- -7 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CerlificateA uthen tication n; O I1 -:"n C E r Q Q J u w u Q = V) Li W C' Q w w v O � N Q tomt^^ z.. o C Z V Q Z W Q ' v O ~ _ N u Ln ; MIT � � Qj E c: z N Z F-- v Q p # M ? r.j v O O _ Q W W W O Z-i M N 1M 0 IL U U p a m M Ln! tFi► c 0 J N �Z� v o Co w }zw oQ 9u0O. a JLLI L.L CC)W LLJ oL- Z w m w Z U m'FW- c �° c Q Q�w2Q� Q O Q wmm Zx� o 4 c Q W Z U= Q �' �� W Z N ) c� O LI Z`�_W N c O ? Z w W= o> ,z j O z p �C �� u:'e� = 3 m U OU Lf)z = �''X > c LL Q O W O = 3 Lu o I— �' Z > .. Q N z Un > LV zU a u o c O w � V ~ o, o Q `n a �^ u U W ova 8 l a O �L z Li U O ~ c } F- L w c Q J zu D 73 LLJ 0 s W w Q L w Q U 0 F- N Q m w F, O z Z t� u Q _ S O Z u) N u N Q Z N qzrm N o O Ln Z w Qa O UQO � T� O v 0 o � DZ� u � 0 0. i- v Q O 01- u ] T v U' 0 �" O W Q = :W Q Z)o LL LLI O Z Q w Z Z Q �m �F•' c Q = > F. Q�w� Q o QW X= ���� 'WoLli g o F- Z Z v W Z�w Z~ u� 0 LZ Y =off V= o w D �_ _ 3 m D u Z J X C J > D F- O 0 W �, T vi o cn 3 +� o Z j O Q c L.j W Z O O Q_ v F V r O Y a � _u W w F. , �- 9 r J LL 0 c a } a E w J Lu u0 U Q = 'd w � H N in a' ..0 L a w J 0 Z m ::) o z Z 0 o a Fo E = 0 Z w~ N v L . cn O O < V) Z LUcn �M LLJ _ U %O u W �U Lu Z wO mOLL V O a w cy a� -a c OC 0 J J � � c� � cn o f° Z LL V �� Of LL u c LW LL LLJ O Z V � W V m H c c W O� a � Z w Z D o c to U Q w� J Z a, aW I- <= w~moo NOS o L 0 Z L`1 _ W ~ u 0 w 7 V O O m v U _, a 0 a� m J —� Z X > O a W V) U V 3 +� cx !— H > Q ai Z Z F- U V) j W W u c J W W d u a c!N u W IT o 10 ClfY OF STUART 131i88 29883 170600 — LOCAL BUSINESS TAX RECEIPT 2019-2020 TAX YEAR BEGINS 00TO13ER 1 AND ENDS SEPTEMBER 30. CONTRACTOR -•GENERAL. PAYMENT OCTOBER 1 CONSTITUTES VIOLATION OF CITY CODE OF ORDINANCES DUKE III, DANIEL A � Or kArom AW durVe M Waffft «m "OW � �Mqq, 956 SE CENTRAL PKWY UNIT 26 byftCn,womsoft%RONmmo*vro„lado„o. rt&raw manot mftm an aWomwmr4 appirdA or*mwwdof fttwWsr's do of oompow" ar Of lha eOmPWbs a norrsampiwne d the I>oRtat wph otMr laws. roCrdatlaw or smtlndi, , CG C 18 203 541CU C 122483 Local Business Taxing Questions 772.288-15318 HINTERLAND GROUP INC 07/12/2018 DUKE III, DANIEL A 966 SE CENTRAL PKWY SUITE 26 MARY KINDEL !ISTUART FL 34994 CITY CLERK KEEP THIS RECEIPT - NO TRANSFER WITHOUT ORIGINAL RECEIPT THISAS.`f OT AN INVOI'C R.. THIS IS YOUR LOCAL BUSINESS TAX RECEIPT CITY OF STUART 13690 29883 170660 . LOCAL BUSINESS TAX RECEIPT 2019-2020 TAX YEAR BEGINS OCTOBER 1 AND ENDS SEPTEMBER 30, PAYMENT OCTOB� 4 CON..STITUTES VIOLATION CONTRACTOR - UNDERGROUND UT1L OF CITY CODE OF ORDINANCES II, DANIEL A Thk �wet..e rmc tecdpt Om notp ftt do hddxw Qwme Invmaft d mr cur kff,ad=Mortoaui+dm a,r*ffe"totoaeI oromm'd mmbe4**va 6 SE CEiVTRAL PKWY UNIT 26 ffD11E al arm go t ddmft daOC15203041CUC122483 Local Business Taxing Questions 772 288-5319 100.001 0.001 0.001 0.00 1 100.001 HINTERLAND GROUP INC 1 07/12/2019 DUKE III, DANIEL A 91535 BE CENTRAL PKWY SUITS 25 MARY KINDEL STUART FL 34994 CITY CLERK KEEP THIS RECEIPT - NO TRANSFER WITHOUT ORIGINAL RECEIPT THIS ISNOT AN -INVOICE" THIS IS YOUR LOCAL BUSINESS TAX RECEIPT +. �r CITY OF STUART i LOCAL BUSINESS TAX RECEIPT 13691 29883 i 20014 2019-2020 TAX YEAR BEGINS OCTOBER 1 AND ENDS SEPTEMBER 3D. CONTRACTOR OFFICE PAYMENT OCTOBER 1 CONSTITUTES VIOLATION OF CRY CODE OF ORDINANCES DUKE III, DANIEL A 966 SE CENTRAL PKWY UNIT 26 s„gnu,„�,,,,,„v T�roedm.eo<oa�amrsA on lllaOgORtEro, tt eVtlii of d mpp vwd of 1M 1m1dw I Omar Of the oomplaroe a aolheampfu�e M the hol�r t+Ath cgar 4vre, t�etlaati. or mndarda , • COC16203541CUC122483 Local Business Taxing Questions 772-288-5319 100.001 0.001 0.00 o.eo oo_e� HINTERLAND GROUP INC 07/12/2019 DUKE III, DANIEL,A 965 BE CENTRAL PKWY SUITE 26 MARY KIND FL 11STUART FL 34994 CITY CLERK KEEP THIS RECEIPT - NO TRANSFER WITHOUT ORIGINAL RECEIPT fbl THISA#NOT'AN`I•NVQICE- THIS IS. YOUR. LOCAL BUSINESS TAX -RECEIPT q � ................. .. 1860 CITY OF STUARi 9 29901 170730 LOCAL BUSINESS TAX RECEIPT 2019.2020 TAX YEAR BEGINS OCTOBER 1 AND ENDS SEPTEMBER 30, CONTRACTOR -ELECTRICAL PAYMENT OCTOBER I CONSTITUTES VIOLATION OF CITY -CODE OF ORDINANCES BREi ®, C ARLES J tw mww d0" ;1t pwf* vw h0w to opereo. In YNOo n of aq My 96613E CENTRAL PKWY UNIT 25 '`°r1epoOeBon Nw � a°'ti`�° orewasnpm abeepprowu by the qtY tloerne BentlwL eeW-10=1 a nroioaon.. TNi roodpb dam aot oor tine m m dwmWk , eWm% w *epprovd W tle bddede ekN,of am�ehem er,a! dw, oornpMnoe or." toomptlme0 al eho hoklw wKfi otlwr kM4�eWe1. a iterefeedr., ' . ECIS003616 Local Business Taxing Questions 772-288-6319 1 100.001 0.001 D.00.1- 0,00.1 100.001 HINTERLAND GROUP INC 08116/2019 SREIG, CHARLES J 2061 WEST BLUE HERON. SLVD' RIVIERA BEACH FL 33404 MARY KINDEL CITY CLERK KEEP THIS RECEIPT - NO TRANSFER WITHOUT ORIGINAL RECEIPT THIS FS=*NOT AN INVOICE THIS IS YOUR LOCAL BUSINESS TAX RECEIPT MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorable Ruth Pietruszewskl CFC, Tax Collector 3485 S.E. Willoughby Blvd., Stuart, FL 34994 (772)288-5604 Prev Yr $.00 Lic Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.00 $.00 Transfer $.00 TOTAL $26.25 Has satisified requirements to engage in the business, profession or occupation of ELEC CONTR. ADMIN OFFICE at location listed for the period beginning on the 13 Day of AUGUST AND ENDING SEPTEMBER 30 2020 Account 2018-508-0473 Cent EC13003615 Phone (888)402-3331 Sic No 238210 Location 2051 W BLUE HERON BLVD 25 STU 805 2018 04643.0001 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC BREIG, CHARLES (QUAL) 2051 WEST BLUE HERON BLVD REVIERA BEACH, FL 33404 f 4 TO . THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE. ANYONE DOING BUSINESS WITHOUT A VALID BUSINESS TAX RECEIPT IS SUBJECT TO A $250 FINE. IF NOT PAID BY SEPT. 30th, A DELINQUENT PENALTY OF 10% FOR THE MONTH OF OCTOBER, PLUS A 5% PENALTY FOR EACH MONTH THEREAFTER UP TO 25%, PLUS COLLECTION COSTS WILL APPLY. NOTE: A PENALTY IS IMPOSED FOR FAILURE TO KEEP THIS BUSINESS TAX RECEIPT EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorable Ruth Pietruszewski CFC, Tax Collector 3485 S.E. Willoughby Blvd., Stuart, FL 34994 (772)288-5604 Prev Yr $.00 Lic Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.00 $.00 Transfer $.00 TOTAL $26.25 Account 2018-518-0475 Cert CUC1224634 Phone (800)402-3331 Sic No 0 Location 955 SE CENTRAL PKWY 25 STU Has satisified requirements to engage In the business, profession or occupation of UNDERGROUND EXCAV ADMIN OFFICE at location listed for the period beginning on the 13 Day of AUGUST AND ENDING SEPTEMBER 30 2020 805 2018 04842.0001 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC DUKE, DANIEL (QUAL) 2051 WEST BLUE HERON BLVD REVIER BEACH, FL 33404 PHIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE. /VwA • To! ANYONE DOING BUSINESS WITHOUT A VALID BUSINESS TAX RECEIPT IS SUBJECT TO A $250 FINE. IF NOT PAID BY SEPT 30th, A DELINQUENT PENALTY OF 10% FOR THE MONTH OF OCTOBER, PLUS A 5% PENALTY FOR EACH MONTH THEREAFTER UP TO 25%, PLUS COLLECTION COSTS WILL APPLY. NOTE. A PENALTY IS IMPOSED FOR FAILURE TO KEEP THIS BUSINESS TAX RECEIPT EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Honorable Ruth Pietruszewski CFC, Tax Collector 3485 S E Willoughby Blvd., Stuart, FL 34994 (772) 288-5604 Prev Yr $.00 Lic Fee $26.25 $.00 Penalty $.00 $.00 Coll -Fee $.00 $.00 Transfer $.00 TOTAL $26.25 Has satisified requirements to engage in the business, profession or occupation of CERT CONTRACTOR ADMIN OFFICE at location listed for the period beginning on the 13 Day of AUGUST AND ENDING SEPTEMBER 30 2020 Account 2018-513-0474 Cert CGC1520354 Phone (800)402-3331 Sic No 238910 Location 955 SE CENTRAL PKWY STU 805 2018 04641.0001 PAID HINTERLAND GROUP INC HINTERLAND GROUP INC DUKE, DANIEL (QUAL) 2051 W BLUE HERON BLVD RIVIERA BEACH, FL 33404 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE. ANYONE DOING BUSINESS WITHOUT A VALID BUSINESS TAX RECEIPT IS SUBJECT TO A $250 FINE. IF NOT PAID BY SEPT. 30th, A DELINQUENT PENALTY OF 10% FOR THE MONTH OF OCTOBER. PLUS A 5% PENALTY FOR EACH MONTH THEREAFTER UP TO 25%, PLUS COLLECTION COSTS WILL APPLY. NOTE: A PENALTY iS IMPOSED FOR FAILURE TO KEEP THIS BUSINESS TAX RECEIPT EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. BID BOND Bond KNOW ALL By n Em PRESENTS, that we, the undmipod, Hinterland Group Inc 955 Be Central Parkway Stuark FL 34994 as principal, and (Name and Address of CONTRACTOR) Hartford Accident and Indemnity Company, One Hartford Plaza, Hartford, CT 06155 as may, am Eby. (Name and Address of Surety) heid and firmly bound unto City of Stuart p ) as OWNER in the penal sum of Ten Percent of Bld A Mo1Vu nt Dollars (s 10% of bid amount ) for the payment ofwhich, well and tzuty to be made, we hereby jaint>,y and severally bind ourselves, successors, and assigns. Signed this 26th day of Sept , 2018 The Condition of the above obligaioon is such that whereas the Pdncipal bw wbwitted to City of Stuart a certain BID, anacbed hereto and heamby made a part hereof to enter a contrw in wdtiog, for the =5ft Won cf Project # ITB No. 2020-100 Water & Wastewater Repair Services NOW, THEMOM (a) if said BID shall be rejected, or (b) Tf said BID shall be aced and the Principal shall execute and deliver a conow in the Form of Contract attached hereto (praperly compIdW in accordance wlth said BID) and shall far*b a BOND for his faithful perfm manco of said "contract, and far fhe payment of all persons pcdorming labor or ton dAbing materials in connmbon therewith, and shall in all other respects perform the agreement dented by the socoptance of said BID, then this obligation shall be void, otherwise the am shall remain is force and effbL% it being expmssly understood and agreed that the liability of the Surety for any and all claims hmumft aball, in no event, a weed the penal amaont of this obfta*m as herein stated. The Surety. for value received, herby stipulates and agrees that the obligations of said Surety and its BOND shall be in w way impaired or afi'eded by an extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. ' 00302-1 8-20MEEP IIW Page t of 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above Hinterland Group Inc (Principal, CONTRACTOR) 1 BY / 'A Dani P uke esident Hartford Accident and Indemnity Company (Surety) Augusta M - odinho (Aacmeyi�-Fact) IMPORTANT — Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 00302-2 S-209&GEEF I Page 2 of 2 Direct fnqulrfes(Clalms to: THE HARTFORD BOND, T-12 POWER OF ATTORNEY HartfOne ord, Connecticut t00s1lis Bond.ClalmsMohartford.com calr NO.288-34M orlwL SOD-76F- s3s KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: HALCYON UNDERWRITERS Agency Code: 21-224119 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State ofComecticut © Hartford Casualty Insurance Company, it corporation duly organized under the Iaws of the State of Indiana Q Hartford Accident and lndamnity Company, a eorporatioa duly orsaamed under the Jaws ofthe Stoic ofCoaaectitut Q Hartford Underwriters Insurance Company, a corporation duly organized ender the laws of the Slate of Connecticut Q Twln City Fire Insurance company, a corporation duly organized under The laws of the State of Indlens Q Hartford Insurance Company of Illinois, a cotpomtion duly organized under tke taws of the State oflllinois Hartford Insurance Company of the 141idwast, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the Stale of Florida having their home office In Hartford, Connecticut, (hereinafter collectively referred to as the, 'Companies') do hereby make, constitute and appoint, up fo the amount of Unlimited : Paul C. Lyons III, Katherine A. Lee, Augusta M. Godinho of MAITLAND, Florida their true and lawful Attomey(s)4n-Fact, each In their separate capacity If more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and admowledge any and a!1 bonds, undertakings, contracts and other written instiviments In the nature thereof, on behalf of the Companies In their business of guaranteeing the fideffly of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and u idertakinge required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolutidn of the Board of Directors of the Companies on May B, 2015 the Companies have caused these presents to be signed by Its Senior Vice President and Its corporate seals to be hereto affixed, duly attested by Its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � es 7 M •i le a7 � ; r0i0 t` • 4t: ,��w...�•+jam �� �� � 79tf �&e John Gray, Assistant Secretary STATE OF CONNECTICUT m Hartford C011N7Y OF HQRTFOIID ) M. Ross Fisher, Senior Vlee President On this 51h day of January, 201a, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he reeldes In the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above Instrument; that he knows the seals of the said corporations; that the seats affixed to the said Instrument are such corporate seats; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by Ike authority. �/ t 7CtiCaurcN-� ��a�y,tiar.c� KoNem T. Mgrmd a o Rotary Pub& Cf3 CATS MyCenuniaionRVh=Jo1y31,2021 I, the undersigned, Assistant Yoe President of the Companies, DO HEREBY CERTIFY that the above and foregoing la a true and correct copy of the Power of Attorney executed by said Companies, which Is still In full force effective as of September 26, 2C19 Signed and sealed at the City of Hartford. rr� ���n.�-.ir.,�+/' 'r.i7r�► }� reT9 � �� faze � 79'r0 • t _ . ✓. .^ Ke�Mean, Assistant Vlca President ro• mM CERTIFICATE OF LIABILITY INSURANCE nk-mpuuDwn-"�y 01=2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER I IPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcypes) must be endorsed. If SUBROGATION IS WAIVED, subject to the terns and conditions ofthe policy, certain policies may require an Endo mameTrt A statement on this eertiHeate does notconfer rights to the certificate holder In lieu of such endorsemen s . PRODUCER Jennie Duke south share Insurance Inc. WE 42&g973 F"x 2 221 1960 856 BE Central parkway FAAM enn uthabonrinsurance com Stuart FL 34994 IY9IIIIMOM ArWW nnen rywesanr I ....,.. INSURED Hinterland Graup Inc. 2051 West Blue Heron Blvd Riviera Beach, FL 33404 III 11_AUFRAPF4 f`FIMCIP_ATF M mpro- 00V IOIMr WI Tree. 19692 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIRBIIENT. TERM ORCONDITIONOFANYCONTRACTOR OTHER DOCUMENTWITHRESPECTTOVIfiFOCHTHIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I TfPEGFINSURANCE e POUCYN BIER e P UNM A X MHNWRCIAL ODUML INBDJIY CLMUS4MOE :1OCCUR EACH OC EI 1 00 00 PRFIMS TORENTEO 300000 X M " 0 XCU Coverage Included X 21 UEA NF5360 01131/2019 0IM12020 efflIM&ADVINAMY 41,000,M OENL uwr S PER GE1SR 2 000 -COUPW 000 POucr LX 1 � I= AUIOMOBLEUAe1M 8� 1 tntgLEUNIT 81 90O0.YIN"Y(Pxpelaolly i 8 X ANY AUTO AMALL CUM OS mr os L� 21 UEA HFSW 01131112019 01131/2020 B=YINJURY(PernodllaQ i °^ i NOANEDAMIDS X HRi®AtrT06 H i X UNBRE + A UAa R�ILE�OE C 1 000 0 E EXCESSLM 6621116714 01131=19 01/31/2020 i8,000A00 C WORKERSCOMPENSAMON AND EMPLOYES' RLIABLITY ANY PROPRI�p�p ARTHEROMUTIVE tX�ICERJlAJVIBEREGC UDED1 Y �" uder NIA 21 WEAABOMITJ 011312019 0113112020 X PER E.L EACH DISEASE - EA 1000 ODO 1 000 000 e DID. POLICY Llurr $1,000,000 Installatlon Floater $2,000,000 D Inland Marine 21 UUMKFSM 01/31/2019 0131/2020 Rented1 ased Equi $08,000 oFJx�PTxxrOP lx'>BtATwNE J LocAnoNsrveIICLE6 IutwaD ror.AtlmuomtRmnanls sonea,Io,mur w aawea emasaP.u>ar.y�al Should any of theabove policies be cancelled before the explraflan date thereof, the issuing Insurer will endeavor to mall 30 days written notice to the certificate holder named to the left, but failure to do so shag Impose no obligation or liability of any kind upon the Insurer, Me agents or representatives. CertlReate holder as an additional Insured on blanket farm only If required by written eontraethag►aemant with the Insured executed prior to Injury or damage. A Waterer of Subrogation Is provided on blanket form only If required by written conbacUagmement with the Insured executed prior to Injury or damage. Coverage is prlrnarylnoncontributory when required by written contract/ agreement. accordance with policy form HC00000918 FOR BIDDING PURPOSES ONLY SHOULD ANY OF TM A80YH DESCRIBED POIICIEB BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELMMEO IN ACCORDANCE TMTH THE POLICY PROVMIONL AUTHOMEDREPRIMENT ME :/-A 01968-2014 ACORD CORPORATION. All rights reserved. ACORD 2512014101) The ACORD name and logo are registered marks of ACORD 8 3.2 SAFETY STANDARDS CERTIFICATION The undersigned bidder hereby certifies that he or she has or will thoroughly familiarize him or herself with the contents of the City of Stuart Safety Standards. The Bidder further certifies that he or she either has or will submit a fully executed copy of those same Safety Standards to the City for inclusion in the City's official public record prior to commencing any work on this project. Signed, Sealed and Witnessed in the Presence of: DATE: 10/22/2019 ; (Witne s) (Witness) FOR: Hinterland Group Inc (Fjrrfi Name BY: 1;Si a ure Chase R Rogers Pro,ect D rector (itle) I /) Z (Corpora e Attest by Secretary) (Affix Seal) Sworn to and subscribed before me this 2' day of October 20 19 known to me, or identified as Chase R Rogers Project Director in the City of Stuart Florida Signed: I Public County of Martin , State of Notary My Commission Expires: 07/19/2022 - — ; (Affix Seal) p7 ITB 2020-100 Water & Wastewater Repair Services Page 19 3.6 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES . ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, 1. This swom statement is submitted to CITY OF STUART, MARTIN COUNTY, FLORIDA by: Chase R Rogers, Project Director (print lndlwU8119 name and fide) for: Hinterland Gmup Inc. (print name of entity submitting offom statement) whose business address is: 955 SE Padamy, Stuart, FL 34994 and (napplicable) its Federal Employer Identification Number (FEIN) Is: 20-5156844 (If the entity has no FEIN, include the Social Security Number of the individual signing this swom statement: ) 2. I understand that a "public entity crime" as defined In Paragraph 287.133(1)(g), Florida Statutesmeans 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 of the United States, Including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. 3. [understand that "convicted° or"conviction° as defined in Paragraph 287.133(1)(b), Florida -Statutes , means a 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 record relating to charges brought by Indictment or information after July 1, 1989, as a result of a jury verdict, nonaury trial, or entry of a plea of guilty or nolo contenders. 4. 1 understand that an "affiliate" as defined In Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime; or b. 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 ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not forfair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime In Florida during the preceding 36 months shall be considered an affiliate. S. 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 any state or of the United States with the legal power to enter Into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise ITB 2020-100: Water & Wastewater Repair Services Page 23 3.3 REFERENCE FORM Provide three (3) satisfactory references within the past five (6) years of similar complexity, nature, and size of this project #1 REFERENCE Company/Entity Name: City of West Palm Beach Address 401 Clematis St., 4th Floor City West Palm Beach State FL Zip Code 3401 Contact Name: Dan Roberge Title: Project Manager Phone No: 561-822-2100 Fax. Email: droberge@wpb.org Date of Service or Contract Period:N--rou-ono"LocationWest Palm Beach, FL Summary of Services Performed Small Utility Construction Governmental or Private Governmental #2 REFERENCES Company/Entity Name: City ofWmmar Address 2300 Civic Center Place city State FL zip Code 33025 Contact Name Marclin P. DenWl orenzo Gadson Title: Project Manager Phone No: (954) 602 3115 Fax Email- g1. " Date of Service or Contract Period: Fob..3016-OnOomgArmwt Location Miramar, FL Summary of Services Performed varicas watumd "vveraw4m Governmental or Private GO°mmental 03 REFERENCES Com /En Name:181m Beach Gardens Address 10500 North MHtary Trai City Palm Beach Gardens State FL Ap Code 33410 Contact Name: Daniel Widdick Title: Proled Manager Phone No: (561) 804-7044 Fax: - Email: dwiddickWb99•coa Date of Service or Contract Period: M umN2016-OnOdMAmad Location Palm Beach Gardens, FL Summary of Services Performed s`°"``w'°` `'�'"°°""'' �a"�'` Governmental or Private GOY04 Company Name Hinterland GmuP Inc. ITS 2020-100: Water & Wastewater Repair Services Page 20 3A SCHEDULE OF SUBCONTRACTORS PARTICIPATION If proposers are subcontracting, this Information is to be submitted with their submittal response in writing on the attached form or as a separate attachment subcontractors Information as follows; name, address, and type of work to be performed and percentage of work that may be provided by Subcontractor. Name of Subcontractor. None Foreseen Contact Name: Address, City, State, Zip, Phone: Type of Work to be Performed: License No. Percentage of Work % Name of Subcontractor: None Foram= Contact Name: Address, City, State, Zip, -Phone: Type of Work to be Performed: License No. Percentage of Work % Name of Subcontractor. N°,�° Foresee° Contact Name: Address, City, State, Zip, Phone: Type of Work to be Performed: License No. Percentage of Work % Company Name hinterrand CTmuP IM ITB 2020-100: Water & Wastewater Repair Services Page 21 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. 6. Based on information and belief, the statement which I have marked below is true in relations to the entity submitting this sworn statement. (Indicate which statement applies). aNeither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives. partners, shareholders, employees, members, or agents who are active in the 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. 1-1 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the 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. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. SignatureC`'a q 50019, Project Director Sworn to and subscribed before me this 22 day of October 20 1 Personally known OR Produced Identification L Chase R Rogers, Protect Director otarrlpu � T State of Florida Type of Identification My Commission Expires ' g'2022 y !u q SEAL OR STAMP ITB 2020-100: Water & Wastewater Repair Services Page 24 �Sl:Ui1.� �y Citv of Stuart Date: October 17. 2019 To: Prospective Bidders Subject: Addendum #1 to ITB #2020-100, Water & Wastewater Repair Services ADDENDUM #1 The purpose of this addendum is to provide clarification to questions submitted by prospective bidders. 1. Question: Some of the equipment in Group B is to include operators however there is not a second rate on the equipment items to cover the overtime/afterhours rate of the operator. Can you separate the operators/drivers and include them in Group A? Otherwise we would have to bid the equipment with overtime operator rate to ensure we cover our costs. Answer: Rates proposed are the final rates Overtime will be based on routine rate at time and a half on an as needed basis prior to approval 2. Questions: Bid items 26 and 27, you are asking for only the material cost of asphalt per square foot. Since the material cost will be based on volume. can you provide the thickness? Answer: See revised price proposal form attached 3. Question: What is the project estimate? If there is not an estimate, is there a per project limit or an annual budget? Answer: We do not have any piolect estimates If it happens to be an emergency or unplanned project it will vary depending on the situation and availability of funds All other terms and conditions of this ITB remain unchanged. This Addendum shall be considered an integral part of the ITB and this Addendum must be acknowledged, signed and returned with your submittal by 2:30 p.m. on October 23, 2019. Failure to comply will result in disqualification of your bid. Alaina Knofla Procurement Analyst Acknowledge is hereby made of Addendum 41 to ITB #2020-100, Water & Wastewater Repair Services SignatuTl�_KaseRRogers Project Director 10i22/2019 Date Hinterland Group Inc. Firm info@hinterlandgroup com Email Address Addendum #1 to ITB #2020-100 Water & Wastewater Repair Services Page 1 ON of Stuart Date: October 21, 2019 To. Prospective Bidders Subject: Addendum #2 to ITB #2020-100, Water & Wastewater Repair Services ADDENDUM #2 The purpose of this addendum is to change the due date from Wednesday October 23, 2019 at 2:30 PM to Friday October 25, 2019 Cab 2:30 pm and provide clarification to questions submitted by prospective bidders. 1. Question: What is the thickness of asphalt? Answer: Due to the varieties of thickness asphalt will fall under group C of the attached proposal form. All other terms and conditions of this ITB remain unchanged. This Addendum shall be considered an integral part of the ITB and this Addendum must be acknowledged. signed and returned with your submittal by 2:30 a.m. on October 25, 2019. Failure to comply will result in disqualification of your bid. Alaina Knofla Procurement Analyst Acknowledge is hereby made of Addendum #1 to ITB #2020-100, Water & Wastewater Repair Services Signature 10/24i20 ! 9 Date Hinterland Group Inc Firm info Chinterlandgroup com Email Address Addendum #2 to ITB #2020-100: Water & Wastewater Repair Services Page 1 Locations: Palm Beach — Cocoa — Stuart COMPANY QUALIFICATION & CERTIFICATION PACKAGE WWW.HINTERLANDGROUP.COM CORPORATE OFFICE: 2051 W Blue Heron Blvd, Riviera Beach, FL 33404 561-640-3403 PH 561-640-3504 FX INFO@HINTERLANDGROUP.COM orpo>rate Resume DANIEL A. DUKE. III President • June, 2006 - Present • Over 16 years in direct development of multiple land use projects throughout Florida currently holds Florida General Contractors License (CGC1520354). Certified Underground and Excavation Contractors License (CUC1221631). and Florida Certified Builders Contractors License (CBC1255077). Oversees daily operations and provides direct support to all personnel. DANIEL A. DUKE, JR. Operat ions • Atie, 2006 - Present • Thirty -Two years direct experience including various wastewater lift station installations. gravity and force main sewer installations. Direct daily supervision of superintendents and skilled labor, management of project schedules, asset management and logistics for entire company personnel and equipment fleet. CHARLIE BREIG Electrical Contractor • June, 2006 - Present • Over 40 years of commercial electrical experience through out Florida, currently holds Florida Electrical Contractors License (EC1:3003615) JAY B. BREIG Project Manager/Operations • May, 2008 - Present • Twelve years experience in the rehabilitation and installation of wastewater structures. gravity and force main pipe installations. Conducts daily labor briefings, safety meetings and coordinates daily labor for successful project completion. Regularly conducts project briefings with project managers and inside support personnel. CHASE R. ROGERS, E.I. Estimating Manager/Engineer • May, 2008 - Present Degree in Civil Engineering and over 9 years experience in the rehabilitation and installation of sanitary sewer structures. Six plus years of experience working as an electrician at WWTP. Responsible for project procurement, estimating and scheduling coordination. EVELIO MILLARES Electrical Project Manager • September, 2015 - Present • Over 35 years total electrical experience, currently holds Florida Certified Electrical Contractors License (E(113005750) Electrical estimations. purchasing and on -site supervision BRETT KONCHAK CIPP Project Manager • February, 2015 - Present Over 5 years in direct development of multiple land use projects in Florida, including various gravity and force main CIPP sanitary and storm sewer installations. Direct daily supervision of CIPP project scheduling. superintendents and skilled labor. MINUTES OF SPECIAL MEETING OF HINTERLAND GROUP INC. Minutes of Special Meting of Hinterland Group Inc. held at 2GZ5 / w. 8cu h�E-,zd.v �(-VP - 6,OEx.# &� Al-VOY on this 7-6t , " day of The President called the meeting to consider the following business: The authorization of Chase Rogers and Danny Duke, Jr., to sign any and all documentation with regard to the Company. On motion duly made and carried, the meeting proceeded to approve the authorization. Chase Rogers and Danny Duke, Jr., have the authority to sign all documents as stated above. There being no further business, the meeting was adjourned. Dated ?/Z6119 Daniel kke II Hinterland Group Inc STATE OF f l ft AGl • • Ia { 1 The foregoing instrument was acknowledged before me this Lip °j by 1?c�tire,� �K� III Notary P blic EMILY MErJG �z Stare o' Flcnea Notary PuG. c Printed Name: CGrnmr55iC�' k GG 240226 M Commission Expires: 0 "�; �w comMission EuD,res Y i0y 19.20_2 Hinterland Group Inc. Corporate Office 2051 W Blue Heron Blvd. Riviera Beach, FL 33404• Ph 561-640-3503 • Fax 561-640-3504 6/1112019 Detail by Entity Name f i I rg G Urtment of State I owision of Corpora inns I Search Records I e u y Doc.,.aw N:nr.b- I Detail by Entity Name Florida Profit Corporation HINTERLAND GROUP INC. Filing Information Document Number P06000086423 FEI/EIN Number 20-5156844 Date Filed 06/26/2006 State FL Status ACTIVE Principal Address 2051 WEST BLUE HERON BOULEVARD RIVIERA BEACH, FL 33404 Changed 04/30/2018 i i g Address 2051 WEST BLUE HERON BOULEVARD RIVIERA BEACH, FL 33404 Changed:04/30/2018 gggistered Agent Name & Address Wynne, Ryan J Esq. 1015 W Indiantown Road Suite 101-A Jupiter, FL 33458 Name Changed. 02/13/2019 Address Changed 02/13/2019 Officer/Director Detail Name & Address Title PSTD DUKE, DANIEL A, III 992 W. 15TH STREET RIVIERA BEACH, FL 33404 search sunb¢.org/Inquiry/CorporationSearch/SearChResultDetail'7inqulrytype=EnhtyName&directionType=Initial&searr-hNameOrder-HINTERLANDG 112 6/1112019 Report Year 2018 2019 2019 Document Images Filed Date 01/16/2018 02/01 /2019 02/13/2019 Detail by Entity Name 02/13/2019 - AMENDED ANNUAL REPORT View image in PUF Icrmat 02/01/2C 19 - ANNUAL REPORT View image in PDF format 04%30/2016 -Reg Ayeri Chanye View image in PDF format l 011/16/2010 - ANNUAL REPORT View image in POF lormat OAi1212017 - ANNUAL REPOR I View -mage in PDF format 0128/2016 - ANNUAL REPORT View, image in PDF format 11R0/20t5 - R@g.6ggnLLh#nge 'view mlage in PDF format 01,73/2015 - ANNUAL REPORT View image in PDF format 0100/2014 - ANNUAL REPORT View image in PDF fortnat 04/11/2013 - ANNUAL REPORT View image in PDF format 04/09/2013 - Reg A nt hange View image in PDF format 04/19/2012 - ANNUAL REPORT View image in PDF format 02/17/2C I - ANNUAL REPORT View image in PDF format 02/15/2010 - ANNUAL REPORT View image in PDF format 04/16/2009 - ANNUAL REPORT View image in PDF format 01,20/2008 - ANNUAL REPORT View ,mage m PDF format 01/09/2007 - ANNUAL REPORT View image in PDF format Q6/26/2906 - Domestic Profit View image in POF format searcn.sunbiz.org/Inquiry/CorporationSearch/SearchResuftDetail?inquirytype=EnlityName&directionType-Initial&searchNameOrder=HINTERLANDG 2/2 r 7 IHr IIARWORU Orlando Regional Bond Department August 12, 2019 RE: Hinterland Group, Iuc. To Whom It May Concern: The Hartford, through its operating entities, will favorably consider surety bonds to Hinterland Group, Inc. for projects up to $15,000,000 single and $75,000,000 aggregate. Our experience with Hinterland Group, Inc. has been excellent, and we highly recommend them to you. Hartford's decision to issue any bond is conditioned upon acceptable review of contract terns, contract amount, bond forms, and financing for each project as well as other pertinent underwriting information at the time of the request. Please understand that any arrangement for any bonds is a matter between Hinterland Group, Inc. and Hartford Accident and Indemnity Company and we assume no liability to third parties or you if, for any reason, we do not issue requested bonds. Hartford Accident and Indennity Company is licensed and qualified to operate in the State of Florida and listed with the U.S. Department of Treasury Federal Register with an underwriting limitation of $226,042,000, and has an AM Best Rating of A+. This letter will expire on April 30, 2020. Very Truly Yours, Timothy M. Holicky The Hartford P.0 Box 9584bI Lake Marv, Fl 32795 1 oil Free Sl)0 824 1732 7 Fxsimile 877 536 4102 0 Ar+ a K. GAx>KoN 04"W TOT1efUk1.7AX QOLLMMIt fkrofgg Raba Deg& pa,a W swwngyau- P.0.80 &W% West Palm Beach, FL 3W2-WW ' LOCATO AT" www.pbcbmmn Tat: (Sat) 355.2284 2051 W BLUE HERON BLVD RIVIERA BEACH, FL 33404 49oosr co'NeR/u.00xrwlcraa our aNe�ANWae! Thls document Is valid only when recetpted by tfm Twc Coltoobes Offte. 62-361 HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST GLUE HERON BLVD RIVIERA BEACH, FL 33404 ANxs M. GAxxozf CONSTIMIGUL TAX OULUM 8crof ryabABear& Serving you. fWaMPreuuaEwuo 1 nurPAro Iss<r 9 rxrcnaRo,et ulikOl88't-ca►�cVls am 84o OMM STATE OF FLORIDA PALM BEACH COUNTY 2019=20 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2015082364 EXPIRES: SEPTEMBER 30, 2020 Tide receipt Mts Cie "hge of engagtrg In or MWWIng 61W btleb►s% profession or occupation wilhfn lts JurlsdWm and MUST be conspicuously dispteyedatthe place of business and In such a manner as to be open to the view of the pvWc� P.O. Box 3353, West Patin Beach, FL 33402,i363 www.pbctss.00m Tel: (661) 365.2284 Ttds document is valid only when reoefptsd by the Tex Collectafs Office. HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST'SLUE HERON BLVD RIVIERA BEACH, FL 33404 .0 ANNS M. GANIVOM 001118TIMIONAL TAX OOLLtSM9 Ifarvls pohx Ural Ooway Serving you. "LOCATM AT" 2051 W BLUE HERON BLVD RNIERA BEACH, FL 33404 STATE OF FLORIDA PALM REACH COUNTY B3.360 201912020 LOCAL BUSINESS TAX RECEIPT LBTR Number; 201139570 ' EXPIRES: SEPTEMBER 34, 2020 This reoelpt grants the privilege of engaging In or managing any business proteeaion or occupdon witfdn Its luftedladon and MUST be conspicuously n sio be cpen to iha view of Ere ptb11the Plow afbmftw and In fa P.O. Box 3363, West Patn Beset% FL 33402-SM "LOCATED ATM v1ww.Pbda"=Tel: (581)3W2284 2051 W BLUE HERON BLVD RIVIERA BEACH, FL 33404 This document Is valid at* when raoeiptad by Cre Tex Collector's ONics. HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WM 13LUE HERON BLVD RIVIERA BEACH, F133404 STATE OF FLORIDA PALM BEACH COUNTY Bi - 361 201912020 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2015062363 EXPIRES: SEPTEMBER 30, 2020 ihts receipt grants the pdvfto of engaging in or Within Its mnaft asm db an u NRf aonsplopately dispWyed at the piece of briefness and In suds a manner as to be open to the %4ewof the puMlo. y-&-.a-- • -� 1-BUSINESS OFFICE 2- 'OF VEHICI41 CONSPICUOUSLY OF BUSINESS ear October 01, 2019 to September'30, 2020 IiD d*tO I , . ga clww to r. 1094 INC . 861?.-13tysykHS5 OFFICE 94j. '-NUI►bO OF VMICLBS _ • •• . __75 �` r1 HINTERLAND GROUP INC 2051 W BLUE HERON BLVD dwo EACH FL 334 � % a Aa J V - No Text BREVAM COUNTY BUSINESS TAX RECEIPT ACCOUNT NQ 2019 - 2020 SUBJECTTO COUNTY ZONING RESTRICTIONS 885045359 TAX RECEIPT SHOULD BE DISPLAYED ON PREMISES THE PERSONS) OR ENTITY BELOW: BUSINESS PERIOD: October 01, 2019 - September 30, 2020 HINTERLAND GROUP INC EXPIRES: SEPTEMBER 30, 2020 55M STATE ROAD 524 COCOA, FL 32926 ISSUED PURSUAWAND SUWECTTO FLORIDASTATUTESAND BREVARDCOUNTYCODE ISSUANCE DOES NOT CERT1FV COMPLIANCE 1MTH ZONING OR OTHER LAWS. BUSINESS TAXRECEIPT 6 SUBJECT TO REVOCAT<ON FOR ZONING VIOLAMONS, AND/ OR FALLURE TO MAINTAIN REGULATORY PRE-REQUOMM AS REQUIRED FOR BUSINESS CLASSIFICATlO M, OR SUBSEOLMACTMTIES NOTIFYTAX COLLECTOR UPON CLOSINGOF BUSNEM APERMrfISAE WMTOAD MMSFQnckKprMs4W9)%ClNGOUTOFBUSINESS'. LISA CULLEN, CFC, Brevard County Tax Collector LOCATION: P 0 Box 2500; Tllu yule, Florida 32781-2600 5WO HWY 524 (321) 2644%9 or (321) 633-2199 CITY OF COCOA, FL 32926 UPONA CHANGE OF OWNERSHIP OR LOCATION, BUSINESS TAX RECEIPT SHOULD BE TRANSFERRED WT MI 3D DAYS., OWN®BY: HINTERLAND GROUP INC BUSINESS CLASSIFICATIONS. DISCLAMAMS,AND RELATED FEES: EXEMPTIONS: 820005 RECEIPT AMC 590501 HAZ WASTE GEN. SURCHARGE 300060 BUILDING CONTR. -CERTIFIED 300750 UNDERGROUND UTILITY CONTR. Zoning Appkdon Fee Building Occupancy Review fee Fire Prevention Fes Late Penalty NSF Fee Transfer Fee Ill ID 0.00 0.00 0.00 0.00 0.00 0.00 Paid 000-19-00185216 08/06/2019 amo MAIN OFFICE: 400 South SL, 6fh Floor, Tllumft FL 32780 BRANCH OFFICES: Memtt Island Otfloe,1605 N. Coudmay Pkwy Meltxwme Oifm 1515 SamoRoad Palm Bay Office, 450 Cogan Dr. BE Titusville Ounce, 800 ParkAve. Indian Harbour Beach Office, 240 E. Eau Gaille Blvd Vlera Olfi oe, 2726 Judge Fran Jamieson Way, #A108, Vies, FL 32940 0.00 CITY OF WEST PALM BEACH I-" r-Aft 7EPARIMEN r OF DEvFLOPKIENI 5EHvrrE5 Attached Is your 2019-2020 Business Receipt evidencing Naymen! of fees for your Local Business Tax: Certificate of Use (if applicable): Sidewalk Cafe Permit (if applicable). andlor Extended Hours Alcohol Permit (if applicable) Business Tax Heceipt: This document, based on the business category codes listed below, is your Business Tax Receipt. THIS BUSINESS TAX RECEIPT MUST BE DISPLAYED ON THE PREMISES IN A PLACE WHERE IT MAY BE SEEN AT ALL TIMES (Sec. 82-160 City Code). Certificate of Usc A certificate of use may be suspended or revoked in accordance with Sec 22-39 of the City Code Sidewalk Cate Fermi): A sidewalk cafe permit requires compliance with the conditions in Secs. 78-345 and 78-947 of the City Code A sidewalk cafe permit may be suspended or revoked pursuant to Sec. 78-348 of the City Code. Extended Hours Alcohol Permit. An extended hours alcohol permit requites compliance with the conditions in Sec. 6.8 of the City Code and may be suspended or revoked as provided in said section. FOR INFORMATION CALL (561) 005-6700 EMAIL businesstax4wpb.org HOURS 8:00 APA 5:00 PM — MONDAY • FRIDAY INSTRUCTIONS. PLEASE POST IN A CONSPICUOUS PLACE AT YOUR PLACE OF BUSINESS CITY OF WEST PALM BEACH NOT TRANSFERABLE 2019 to 2020 BUSINESS RECEIPT "t 0000026055 HINTERLAND GROUP INC 5401 N HAVERHILL RD 114 CUC1224634 UNDERGROUND UTILITIES OFFICE CGC 1520354 GENERAL CONTRATOR EC13003615 ELEC CONT 3US. TAXID CA'%:�, . DESCRIPT!t)N - Et 53844 237110 WATER & SEWER LINE & RELATED STRUCTURES 69734 236220 GENERAL CONTRACTOR 69735 238210 ELECTRICAL CONTRACTOR 8681 86 8' 868, EXPIRES SEPTEMBER 30, 2020 ruI AL" 26043 THIS DOCUMENT NOT VALID •- PAID UNTIL FUNDS ARE COLLECTED 260 43 " BAL ' 000 1 m N FDOT Florida Department of ' Transportation RON DLS:IN I Is h05 Suwannee Street KEG 1\ J. 1111B \[ 1. 1 P.L. 00VERNOR I allahassee. FL 32399-0450 SLC RE I \Rti June 3, 2019 HINTERLAND GROUP, INC 2051 WEST BLUE HERON BOULEVARD RIVIERA BEACH, FLORIDA 33404 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2020. However, the new application is due 4/30/2020. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualxfication/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, ELECTRICAL WORF, Water & Wastewater, hianhule Rehabilitation, Lift Stations, Pipe Lining & Pipe Desilting. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." if certification in additional classes of work is desired, documentation is needed to show that your company has done such wort: with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-2=.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA: cj Sin�c_erely, Alan Autry, M�xZager Contracts P."inistration Oft:ce r k wwBot.bo% \ lanaoc Pa,_e I ol• ; Contractor Pre -Qualification (CPQ) Lo out INFO@HINTERLANDGROUP.COM FDOT"Ilk✓r v Home Update Work Unite way WHeld J. y Annual Application 8/12/2019 3 57 15 PM EST LVendor StakeholdersAffiflatas1Work Classes -Financial Contracts )Manage) Attach Financial Statements' - 'Additional Documentation i 'Submit '(Application Summary) Vendor Number: F205156844002 Name: HINTERLAND GROUP INC Application Status: COMPLETED Fiscal Year End Date: 12/31/2018 Application Due Date: 4/30i2019 NOTE: The Capacity shown below will be reduced by your Work Underway to determine your Available Bidding Capacity. Adjusted Current 1 Ratio: 34 Ability Score: 75 Surety Multiplier: 0 Ability Factor: 4 Calculated Maximum Bid Capacity: $ 35,000,000.00 Adjusted Net Worth: $ 6,533,651.00 Document Audited or Reviewed Financial Statements Affidavit Equipment Surety Letter Letters of Recommendation • Additional Document Mailed Received Attached 4/26/2019 4/26/2019 N/A 4/2412019 4/26/2019 AFFIDAVIT PDF j Request Document SONDIBILITY 8 POA.PDF Request Document HINTERLAND GROUP INC SIGNED FS 12 31 2018 PDF N/A N/A (Request Document J N/A N/A https://1dm,%p I .dot.state.fl.uS/ContractorPreQuaI ification/Pages'On IineAppI ication/cpgOnli.. 08/ 12' 19 Florida Department of ' Transportation RON UESAINTIS SUI N Broadway Are. AE%'IN 11-tli&CULT. P.E. GOVERNOR Banow,FL 33830 SECRETARY August 19th, 2019 Attn: Mr. Curt Maring Hinterland Group, Inc 992 W 15th Street Riviera Beach, FL 33404 Re: Final Contractor Field Performance Report Maintenance Contract No.: ElQ95-R1 Financial Project No.:437929-1-72-22 County: Desoto, Glades. Hardee, Hendry & Highlands Project Description: The Improvements under this Contract consists of Side Drain Desilting. Attached is the Final Conuactor Field Peiforniance Report for E1Q95-R1. Please sign the CFPR and return to this office within 10 business days. If you desire a meeting to discuss the results of the Report, please submit your written request to Javier Rolon Jr. Sebring Operations, 4722 Kenilworth Blvd. Sebring, FL 33870, Email Javier.Rolon@vdot.state.fl.us. Written request for a meeting must be received by this office within ten (10) business days from your receipt of this letter. If requested, the Project Manager will schedule the meeting based on a mutually agreed upon time and date at a location selected by the Department. If a meeting is not requested, or you fail to attend the meeting that is scheduled to discuss the CFPR, you will be deemed to have accepted the Final CFPR and forfeit your dispute rights. Respectfully, A c.- c.a kt., 4.1 Javier Rolon Jr. Contracts Coordinator Cc: District Maintenance 1-7 Project File Pope 1 oU FLD M MPi RTWEW of TRANWRTATION 37542D43 CONTRACTOR MAWMMM FIELD PERFORMANCE REPORT V9 Contractor: Mntedand Group, Inc. Contract E1Q95-R1 Evaluation Date: Ag Type of Evaluation: 0 Periodic Q Final Cgtestory One Pursufli and Time/ Corr letlon of Work Performance The Contractor performed all work in an effective and expedient manner. The Departments expectations regarding timely pursuk and completion of the work were often exceeded. Excellent 0 Except for a few occasions, the Contractor completed all of the work within authorized time as. The Contractor consistently demonstrated sufficient efforts to complete work In a timely fashion. The Satisfactory Department's expectations regarding timely pursuit and completion of the work were usually met and 0 sometimes exceeded. The Contractor occasionally completed the work in a timely manner, but efforts were consistently less than adequate. Department involvement was required on more than one occasion to prompt the Contractor to Unsatlsfactory The Contractor failed to complete the work In a timely fashion. On several occasions the Contractor felled to begin work in a timely fashion, and the Contractor made little effort to correct deficiencies. Substantial per Department involvement was required to prompt completion of thework, including written correspondence O advising the Contractor of potential default Expectations were not met. Notes & Comments Ali work documents were completed In a timely manner. Catsoory Two Malintenanca of Traffic mn rl R Cef.#. n...a— oe.Fn...,— MOT setups and compliance were proper with no correctable complaints from Department personnel and/o traveling public. No incidents orinjudes occurred within work zones due to improper MOT. Qualified MOT Excellent personnel were present at all times. Expectations were exceeded, Contractor often went above and Q beyond FDOT Design Standard requirements to ensure safety for both work crews and traveling public. MOT setups and compliance were mostly proper with few correctable complaints from Department Satisfactory personnel and/or traveling public. No incidents or injuries occurred within work zones due to Improper MOT. Qualified MOT personnel were present. Expectations were met and exceeded occasionally. O MOT setups and compliance were at times achieved, but there were several complaints and/or Incidents of non-compliance. No major Incidents or injuries occurred within work zones due to improper Unsatisfactory MOT. Qualified MOT personnel were usually present. Some Involvement from Department personnel was O required on a few occasions. Expectations were not consistently met. Proper MOT deployment and overall compliance was laoldng. Numerous correctable complaints from Department personnel and/or traveling public were noted. An Incident with Injuries may have occurred Poor within the work zone due to Improper MOT. Qualified MOT personnel were seldom on site or in close O proximity to the work sib-. Expectations were not met. N/A (To be used when MOT was not necessary or included In the contract). NIA 0 Notes & Comments Ail personell had proper PPE and all equlptment had proper warring Ughts. Pope 2 d4 Contractor: Hinterland GrouD. Inc. ST6.020-49 MAMENANCE Inn Conlract; EIQ95-R1 Evaluation Date; Aumad 19 2019 Category Three tl Te- -B.. --J rn�rwe..sw C..1�.w u.! —r r►--man4a anA Rannrea Performance Written correspondence and documentation were error free and critical dates were met Excellent O Contractor adequately followed the contract from a written correspondence perspective. Quality in relation Satisfactory to written correspondence was good with few errors. Q Department personnel encountered issues with the overall quality of the written correspondence or overall Unsatisfactory timeliness of contract document submittal. to Overall quality control from a conwpondenoelpaperwork aspect was not met. Excessive prompting from poor Department personnel for required documentation was required and the correction of substandard/ low O quality work was necessary. Contractor failed to submit required documents such as Form 21-A within allovuable time. Notes & Comments All documents and correspondence were error free and ciitcal dates were met. CglMoij Four Overall Qua%X Control Environmental Compliance, and Compliance with Contract Re ulrements Performance Contractorfollowed all of the requirements/conditions of the contract with superior quality to accordance with Excellent FDOT Standards and Specifications (Including environmental .Issues If applicable). Contractor was self- 0 sufficient requiring no help from the Department Contractor consistently performed quality work operations according to the contract with few errors. Satisfactory 0 Overall quality control In the field was not consistently met. Department personnel were often required to Unsatisfactory prompt the Contractor for correotlon of substandard or low quality work. a The Department identifled notable errors and failures to meet contract requirements. Overall quality poor control was only met on occasion. Notes & Comments Contractor performed all requirements and conditions and exceeded superior quality in accordance with FDOT Standards and Specifications. Pape 3 0M Contractor. FGnteriand Group. Inc. Contract: E1Q95-R1 Evaluation Date: August 19, 2019 37640043 MAWMAMM ills Cate srory Five Interaction, Coordination, and Cooperation With Department Personnel, Traveling Public, Other performance Contractom. PrenerEw Owners and Olhar GnvarronanMl Onand-lon Interaction with Department personnel was outstanding; no complaints from the traveling public or adjacent Excellent property owners were noted. The Contractor handled any Issues that arose, notifying the Department of the outcome. Positive feedback from the public was noted, Expectations were often exceeded. Few, if any, complaints from the traveling public or adjacent property owners were noted. When a concem Satisfactory was expressed, the Contractor was quick to resolve it. Positive interaction with Department personnel with some positive feedback from the public was noted. Expectations were always met and occasionally Q exceeded. Some complaints from outside parties and Department personnel were noted (mostly minor in nature). Most Unsatisfactory complaints were handled in a timely manner. Expectations were not consistently met. Q Numerous complaints were received about work operatlons,. staging of equipment, andlor poor attitude. The Poor Contractor repeatedly failed to follow instructions; communlcation and cooperation was Inadequate. 0 Notes & Comments Contractor exceeded the departments expectations. 0teSipr y SIX Disadvantaged Business Entamriza (DBEI Renortina Performance Contractor's staff was very well qualified and capable to address sufficient utlization of the Equal Excellent Opportunity Compliance (EOC) System application to collect, review, and report.any DBE commitments/payments. Periodic checks of the EOC System by Department personnel revealed no Issues 0 and no follow up with the Contractor in regard to DBE issues was required. Contractor's staff sufTclently utilized the Equal Opportunity Compliance (EOC) System to adequately Satisfactory collect, review and report DBE commitments/payments. Periodic checks of the EOC System by Department personnel revealed very few Issues and minimal follow_ up with the Contractor in regard to DBE 0 Contractor demonstrated title interest In utilizing the EOC system to collect, review, and report any DBE Unsatisfactory commkments/paymenW Requests for the Contractor to utilize the system were repeatedly made by Department personnel and follow up with the Contractor was often required. 0 Contractor failed to adequately report DBE commitments/payments. Requests for the Contractor to -correct poor errors within the system were repeatedly made by the Department; excessivelrecurring assistance to the 0 Contractor was necessary. N/A (To be used when the Contractor is exempt from DBE reporting requirements.) NIA0 Notes $ Comments Contractors staff was quaafied In DBE Reporting and no issues arose. Page 4 01 4 Contractor: Hinterland Group, Inc. Contract: E1Q95-R1 Evaluation Date: August 19 2019 Overall Score: 96 375-020-43 MAINTENANCE 1119 Ourrrmar y __-- All work documents were completed in a timely manner. All personell had proper PPE and all equiptment had proper warning lights. All documents and correspondence were error free and citical dates were met. Contractor performed all requirements and conditions and exceeded superior quality in accordance with FDOT Standards and Specifications. Contractor's staff was qualified in DBE Reporting and no issues arose. Contractor exceeded the departments expectations. Pursuit and Timely Completion of Work Maintenance of Traffic (MOT) & Safety Operations Timely and Complete Submittal of Documents and Reports Overall Quality Control, Environmental Compliance, and Compliance with Contract Requirements Interaction, coordination, and cooperation with Department personnel, traveling public, other contractors, property owners and Government agencies Disadvantaged Business Enterprise (DBE) Reporting CONTRACTOR COPIES: Contractor Project File District Maintenance Engineer - Original Cost Center Manager Date Excellent Satisbmry Excellent Excellent Excellent Satstacfory Submitted By: 4 AAA n- 1 '", 4 ti 9/9119 Project Manager Date Reviewed By: Reviewed By: Cost Center Manager Date District Maintenance Engineer Date IDOL. D/3, THE SCHOOL DISTRICT yyam; • 1 A_ OF PALM BEACH COUNTY, FLORIDA FI (� Construction Purchasing Department 3661 Interstate Park Road North. Suite 233 �rePacrt Co Riviera Beach. FL 33404 September 19, 2019 Mr. Chase Rogers HINTERLAND GROUP, INC. 2051 W. Blue Heron Blvd. Riviera Beach, FL 33404 Dear Mr. Rogers, DARCI GARBACZ, C P M DONALD E. FENNOY II, ED.D DIRECTOR SUPERINTENDENT At the September 18, 2019 School Board Meeting, the School Board of Palm Beach County approved HINTERLAND GROUP, INC., as a Prequalified Vendor for the following classification(s): CS/SD, Bonding Capability of $15,000,000.00 for any single contract and $75,000,000.00 in the aggregate of outstanding contracts. This is the effective date of your Prequalification. This approval is valid for one year, from September 18, 2019 through September 17, 2020. Should you choose to renew your Prequalification, you are responsible to submit an Application for Renewal at least 60 days prior to expiration to allow sufficient time for processing the renewal. This approval is not a guarantee that your firm will receive work. During this period, your firm is entitled to submit a bid for all Invitations to Bid issued by the District for construction projects requiring prequalified vendors in accordance with Board Policy 7.08. We encourage potential vendors to register online at www.BidSvnc.com to view, download and be notified of Current Project Advertisements. You must notify this office in the event there is any change in the information submitted in your application. Failure to report these changes may result in your firm's approval being revoked. Further, your firm is subject to periodic performance evaluations, which could result in suspension or revocation of your approval status. The District looks forward to your participation in future Invitation to Bid solicitations. Sincerely, Barbara ) Myers urchasing Agent Construction urchasing Department BJM: MP The School District of Palm Beach County A Top High -Performing a -Rated School District An Equal Education Opportunity Provider and Employer City of Clearwater Engineering tleparnnenl, Ibir Office B � C Ix. C.le.im er, Florida ;,; _' ,S--1--1A \lunicipal ticnicc. Building, 101) South NI rrl,• A cnuc, tire. 220. (;Iearnarcr, Florida 3,i7S() T'L•Icphonc -i-) S62-_47iO. Fa\ C72") July 26. 2018 Daniel Duke. III President Hinterland Group. Inc 992 w 1511, St Riviera Beach. FL 33404 Please accept this official notice that Hinterland Group, Inc has been approved to bid for City of Clearwater construction projects falling into the following parameters: Approved Maximum Bid Limit: $6,000,000 Prequalification Fxpirotion March 28, 2021 Approved Categories: • Electrical • Excavation i Site Work • Horizontal Directional Drilling - NEW • Roadway & Parking Lot Construction • Sanitary & Storm Sewers • Sanitary Pump Stations • Specialty Concrete Repair & Coating Work • Stormwater Management Construction • Wastewater & Water Treatment Facilities • Water and Force Mains • Well Construction - NEW this pre -qualification applies to standard types of construction projects. Projects requiring special expertise or unusually difficult construction categories may require separate pre -qualifications following bid advertisement City policy dictates that your financial statement documents not be copied or retained so this itern was deleted following the pre -qualification approval. we appreciate your interest and look forward to receiving your bids on City of Clearwater projects. Laura .9vis Engir}eering Construction Contracts Specialist n�ur.nr eud.11 r ..n n. tf nte•n x•r Ibu.l ill �ntt,n� t ,gun, i6n. ntbrr nr I{••b r':un6rr.r��nin. tlmm� her � II. n•t Il�ndhnt ."„un.11m.ntU.�r I µ.,r I mpL,+rlrr,1 mJ itry in.tn•., r.m ! mpl, ,.,; 33 Zb a a' E B 8 � Q � 3 ► B 8 8 I - 8 i „ R .. _ B R 8 � Y 6 "s -HORN tR i 'i i a3 i E f It ! o 3 E E •8 I r i� i8 33 _E i S Q � S� � 3 i � >3 T T L i � 3 � �� S 7 IC � �• �• >�• ?i y � ilj it?iQ7€°QQ._syyg!_= ' � :l�e�}r �e •� ig r?s y v ` L t z F� Ilpr- a j i i � F . i. i i 3 �€ i 3 3 t!y 3! i 3 �� 3� 3 2 3` r � t t i "� s i� i 3 � �) 188 e e e s e N N N p g T [ r - —_— L i C � � • 2 � : � � � : � � � gyy � � ; t � a a .: 7 � I b � : � � [�= � � :3� "S` E3' �� Firii`_:Lr: Ej�GyJ �"tj,"#•��•�'� �`�3EE f` f)==f� i.��VEq�ii� S4. p4r i ``�s 9 ti ££9S £2fE29 itpp ■BC J � pp�53.'. :� �;R 6t• 3 "2 7 7 i 7 � �. �� �r ib^}E I � � � g 9 @st 9 i¢• 3ST^.;SF; d 3 9 6`Yt ai pp I i i � i T � F � � a � F � 7 : i . T s t � � fa S � E S'!_ l f I t � � 1 � i ' i � t 3 f � 1 s }S: c■[ f � [ � � f Lc j • 3 = F � S i 43 f7 ! Y P Z 9 P � Y7 ■' *3 4 7 P F!; P ai=-a e e r s s -s F �� n 7 � 3 3 � i E � i, 7 � Eg i � � f � i 4• i- i i � E i s j3 e�e p�p � a t$t � 3 � ; � @ y .1 � � � i � � � t ■ AJL 9 ti 3 FA -sr#x py �_r s;:=r'�rr`r ss it Ec3_� 6c;.#t 'Yr'�'rs IE>�r�;Fe;rYf:�iBr56 "is�i$ ie(iEii��i8•� rib f£ 2€-4'i_tt_P: is-�iY3 t_¢t_� B� H= ei y�:g� ��' •�3flF_:Y�:i ��f ��-f ;q' 5b -e, l$ � s i � j f � � � � ' L 2 of � = t � s � � � j � • f' � r t t I = '.i=:# � Ii•P� � s : to �a ii E� j^, �+� ��I ��`S�gf:L! � �'3fj S IL i e n €• i3 IYr ��i} ; [: c t Y $ s � at! �}� I Fe 1ig9 IS �h e• � �q� A � � � � �2 � Ft 22S 1 ! � a a ILi L i f � ILs f a f a f e f a f e f n f a e f s F e f s f 4 a � i 7 i A A A C • '� A t� CJy a A A A S gg • C 'a 3 5 ag EQ E§? Ee Ep EQa 36 ?p ?a ?Q ? #P66 ;e sE F8 :.5� a4ess P8�P8YpiSYpd !■ t tY t C- !i t r C t_ C t' i= 4r £ :- a� �� � �� �� T �� i ar r jL �^ s" t 2 � � • i R i � � � 4 F � � n q � t to k tF f Yf•t b ¢ -gr—er 6 g a =e gr g. 4r 9r d as dr. a o x#^ rs -s rs ,s sr[s•-s Lae �s xi E EY: E?� �fs.a ry�3 YYEE+C�� :E�§�e�Si6�Ka�K6�isik�3 3e�3K..3x��vs 3xd�ixder 3- 9b t L L £ S L e E •a' � p L A j I� i � E e e E � o 4 Yi [f It 888 f 7 � 7 �I o e f °a St• 'i,i ti •� •st io � � Ya'3j � i jj1� �Sc Es � S��Ft � 3 i i i i � k � L i � b � ■�t i 6 $ T ^ 1 ; i � 4 � eii�� � • C ' '¢ tplp� ; � ( � -'. � q � i {( jSj t • = '� �� � E 1; S ) $ �� rah 4 $ t �i - a • � ] � � _ = i � 7 i � 3 � a ! a I 7 f t s ` • b ' � S e FB pp �6 ���8 gE IB ��8 a6 66 I8 p �fYc �= -5"cG Y•f rr �g ;y = �� rf :f c� �� �F �� �� �,� �� c� c� c� z� c}# r �F rn � �• �' �Q �� _� 3i ! t e f l 5 t s s t � � p _�8 rie E• :i8=B-i8'a6 ?f•" f t f C F• :?8 F• !8'b8 f - �!8 Y;?8 =_?B -EB ep ,-t,38 -fg 3 g•i �_� �:cj:Y..!BJB ���p�¢i' f 8 M� rises �[ gfei �L � 3C 9' 9r �€CC ?� � zE =qE �3 z: z•���`E5 �}E• �r F_ Lb ° 8 ° i R � y R 8 •'' w � yRy i 9 � �� Fi ! is i t Pr 3 i9 ?s gs _ iyCi : �I • i 1 f � e 3� � ! F S i a i{ Y j S G i F L ■ ` fCf ids �r$ t 5 pp ff j . 3 s sR s zf E !! gg _ EE EE S tt ii gg pp i 3 g g Y 2 x E t t i G �r {4 � = D` 79 �3 �� �6 rli •g �5 � g eg ;� B i : s c a o ii �8j�e- 'to x ��� � == �- 9^ � � 4~ d _ Y�8 �a�. x _� �� _= n @•. a 3r q?e !. +�s �•. gs r. �° � � �� 3 }g �g €•8 ;�• } -i§£_'� 3g s£ B; 1 Y t Y2 : . ? PQ PQ Q rYi R Yi Y3 S iS� JiK "r, b B 8 8 8 1 8 I 8 I B I as I air fp I 2�• � 4 � � 3 � Y g Q E 6 r ' � f� 1. IL : a p r It i� iF CS �� � � L� F Ci �€ `(� :t i �� ��tf � is �#+,��l�l ■�~ii�� ��i r; �s �� Cp :3 =p A g�x } eE i� ! a` Y = T , j '83f J r Z Y S •�• M Y Y Iz l� �L��aat :ttgg� -3 3-�'���; `o� rr •iyipp �E x6 xe _�hbg a� a�ao= 6;--' a=�-e= �K��-i: a a >• e B s a a a a B a a s e a s a a a e a s e a . ! \�. !`!■f� f§ !§ _§ .| I � | \ � !£■! !! �� �! �! ! ! ! | | ! k ! ( | | | | �| �� ■| §I !� $� ` � f | !��§ | ■ ; | | : ; : . � ■ , ■ , ! ! ! | | ! ! # t ■ |--L | ! ! ! | | | |&| | | |1, A | | | | ! ! § f ; f � ` ! ! � •! ! | | # !, | ■!! I | ! � !| 49 I 8 8 8 $ 8 $ $ $ 8 $ $ 8 g l L ± a S D = m c 3 0 c x P •�. � �w I IL B pal ¢ c¢q ! N o= o T : S �Q$� i< g ; iZ7s� 39 a ------------- g # 8 w a ^ a IT o y � — b u m pP 4 N y ^gl ' v m O C p� S S O gN O Z ^ E ro m i i LS o 0 b 6 g 2S p S 6 w O 3 a u� '` � ' i ^ ` e j � � ` bm ? m ` Y n ` n i ' : s 3 • � � i 3 n 3 0 i � 3 ^ o s p W n w w i w g C IN i'3 3^� 8°S r 5 m 0 �° >'> rw.I go Z r'- 13 •N. 3 4 ���$ XR �� C wsF ��� �Ca 5 ��� � • �; " � �o� o'��°a$ ��F �� �6 0� s� 6 E n a Q � � Q i • 3 � a G : � 3 4 u a V fb IN ,j '� _ ° 13 i. a S8 �2� .^8 iw $ � � W o � G3., F .i 3ow0 n N••rv,S Win z "': �m p �e �� N F' f 3= X 3 o u S . 8 8 8 S 8 8 8 $ 8 g � S 8 $ 8 8 8 9 $ $ 8 $ 88 $ 9 ' a v w -0 P 3 C 8 s 1� s+ a N i S C O a s C 0�3 bra. ,.�.1= Cc a�°�as°3s."a 41g G i= i m.' F• n g�g A cr 3 Fir 13o e �aAA;t at i # 3 3 o g -it E c � P— y FF s x � 3 a u � y Oj v O E�ppp ,9 F It y uy y�4 � _� • `s� u A !> a3 $ un'."dT�g�imea aao R7 H �S fi ag 9 �^a 3 y ai 4 L i0 i n 6a6 a .6 e m a _ 4 E � y 3 3 " a 3i ^� si y a E Y c R Rm. ^ _ Y y Y O c S m 3 73 3 a i L c x a 2 a a a a a a a a a sz Sa+ a ms� m G�uu O� A O Om a7o Gm Oii u9v u u i 9 Fh E± " 0 R N ss s fi 6a � cc o c 44 s ay _- ¢ f sSS L E a LL o _ Fa N 8 8 & 8 S 8 8 88 $ $ I 8 8 S $ 8 $ 8 8 $ $ 53 K 3 K � R_ • • �w Q� �3 � B� �Z w CC'jZ`'� grQ� � " � 3 3 CC v_ 1n aC �7^S, n mo � .. RpTc' ea. � 3 v Yj ¢ a f al� � 3 Q gm f !_ r • � � � S � n G ? Q R a 3 R n • � � n c n S o g i 4 n B 3WOW a° s GI 9 13 '7 3 Z ? ? Z ? f f i re z WkxoW�oW� "�krxa"eR_a�R.f� aw=ate smx� $s Rn W;s o S'o�$So�Q $ TES TES�F TF 0, o g g F $ ¢•¢ 6 4 � � i e ` z > .', z 1:: Y ` x � : =_ 3 C ! _ � � ' F : - m sv 13 ° " bg J i x► Y _ = W 3= 3- W 3 T o r3, N _ i ^•8mm` "' mG 8T gim i 7." �8m 4> »..'. c""� '' iP- 3n �> V1 m m0 E i i i u 3= 5 i g o a u e Y 3 e 3 c S 3 LL g a pAif c Ei E a c_ EI 1 � 5 b f n r c F n o ti cl G� O �m mG u uo s" mG ,X p S ;g re mYfiai sep tom' nag a - ° i a L qE a r; o _ s j " i 17 o 4 S E _ m t o i r QQ Q o 55 9 \ / 2| a ; I | E) E■f! �| ƒ | = i ■ � - if !■E! | |k �k | � .. # �ƒ t|�«9 !f§■! & .� f� zo| £ ƒ`|■ 77|! . . ¥ — } |§ |!|[||■#E■!!.-#� • ■«#|,-. �.,. _#!| ■; !|E22®|;�,-■® , 2E`!. » | ( | ! £ , ( § {)( (� 2 044cr*�� HINTERLAND GR®UP INC. LMM1I/ltl/Rfis�Mosfurr +:.F,+.:.r.r Hinterland Group Inc 2051 W Blue Heron Blvd. Riviera Beach, FL 33404 As of: 9/30/2019 riPP Rmtprr position. Experience. Expertise. Licenses Name Position Years of Experience Expertise Licenses Dario Montanez Superintendent 27 CCTV PACP Foreman Liner Installation COL Liner Curing Grouting/ Pressure Testing Robotic Service Reconnection Gerardo Pulido Boiler Operation- 26 Liner Curing COL Manager Vac Truck Operation Tanker Cert Liner Installation laciento Pulido Laborer 26 Liner Curing CDL Liner Installation Tanker Cert Wet -Out Hazmat Cert Grouting/ Pressure Testing Robotic Service Reconnection CCTV Guillermo Falcon PACP Specialist 17 CCTV PACP Robotic Service- CDL Grouting / Pressure Testing Reconnection Curt Maring Project Manager 17 CIPP, Slip Lining, Open Cut, " - 108" Confined Space Cleaning, TV and Vacuum PACP MACP LACP, Excavation Nassco Trainer Ivan Pulido Robotics Mechanic 10 Liner Installation CDL Laborer CCTV Mechanic Eduardo Rivera Laborer 6 Vac Truck Operation CDL Tanker Cert Hazmat Cert Brett Konchak Project Manager 5 CCTV PACP Liner Installation HAZWOPER Liner Curing FDOT MOT Grouting/ Pressure Testing Robotic Service Reconnection 57 cARg)---oo, HlNlERLANDGR01T INC. As of 9/24/2019 Ldndeny and /n/raserueelvrr 1�apadr Installed Liner Quantities Palm Beach County 8.453985507 200,569 Homestead 7.8203125 20,525 Lake Park 35.2 1,065 Cypress Lakes HOA 27 822 Winter Springs FDOT-E51-137 34 672 City of Palmetto 18 93 Charlotte County 22.26111111 20,223 FDOT Martin County 20.45454545 1,461 Desoto 24 1S7 Bradenton 9.096153846 10,127 Delray 9.910714286 20,663 Lauderdale by the Sea 8,665322581 19,293.9 Golden Bear Properties 27 858 Ormond Beach 20 2,842 Clay County 25.71428571 1,257 Cape Coral 8.177884615 15,054 Manatee County 21.49122807 6,813 Riviera Beach 8 1,298 Seminole County 8 5,534 Tampa 10.20673077 26,181 City of West Palm Beach 18.35606061 12,002 Clearwater 10.05421687 28,225.7 Zephyrhills 8.9625 23,051 Lake Worth 12.75 1,722 Bartow 15.875 509 Maitland 8 1,144 Nassau County 36 995 Mangonia Park 8 12,795 Village of Golf 9.694444444 2,309 Town of Lantana 10 20,000 FGUA 8 6,000 City of Lake City 12.25 8,856 Seminole County 10,7109375 11,486 Colonial Estates HOA 8 3,500 City of Maitland 8 2,136 Sebring 8 1,685 Miramar 9 375 N Lauderdale 7.875 24,873 Palm Beach Gardens 20.4 1,051 Polk County 20.62278107 33,041 Loxahatchee River/Jupiter 10.80277778 28,281 Martin County 27.96 2,944 Mulberry 8.833333333 3,391 Stuart 8.458333333 2,292 Seminole Tribe 8 3,353 Hickory Ridge 18 92 Fort Lauderdale 12 129 FLO-TECH FDOT 18.85714286 463 press Lakes 24.57446909 5,146 Dade County (Miami) 7.812222222 22,722 River Ridge i8 199 Santa Rosa County 39.51846154 981 Okeechobee 24 63 Naples 8.96 7,809 TOTAL FOOTAGE 629,128.6 � \ t; §� `@ 2■ L LL j - \ . ; 7 ) �}})/E}a�%@;(,,/}/\(| ,\}e■ 5kƒ \)\\))k})%! \� \)!)\k\}�\)}\)kk�} /!i§!) )� \b E # \ \ \ t ! - z k 60 PDX F�1 S �F 05 ► " I r*4 -ir E F;" L.LA lei K::)o 9MC==GROUP INC EAIGINEERII�IG GOItiITRACTOR April 10, 2020 David Tinoco Superintendent Water Distribution & Stormwater Public Utilities Department Village of Tequesta Dear Mr. Tinoco, Hinterland Group, Inc. hereby agrees to enter into contract with the Village of Tequesta under the conditions of our current City of Stuart Water and Wastewater Repair Services ITB #2020-100, by means of piggybacking. We look forward to working with your staff and if you have any further questions or additional information is required, please do not hesitate to contact Chase Rogers at crogersL@hinterlandgroup.com or 561-640-3503. Sincerely, Chase Rogers Project Director Hinterland Group, Inc. 205 1 W BLUE I-IERO� fV BLVD. RiviXU;RA BCnCH. FL 33400 4 56 1-640-3503 OFFICE 56 U.640.3504 FAX CGC 1 520354 CUC 1 224634 CBC 1 23500 77 EC 1 300O0361 5