POLK CITY City Commission Meeting (immediately following 6pm Budget Hearing) Polk City Government Center 123 Broadway Blvd., SE October 15, 2024 CALL TO ORDER - Mayor Joe LaCascia INVOCATION - Pastor Walter Lawlor, New Life Community Church PLEDGE OF ALLEGIANCE - Mayor Joe LaCascia ROLL CALL - Assistant City Manager Sheandolen Dunn ESTABLISHMENT OF A QUORUM APPROVE CONSENT AGENDA PRESENTATIONS AND RECOGNITIONS OPPORTUNITY FOR PUBLIC COMMENT - ITEMS NOT ON AGENDA (limit comments to 3 minutes) AGENDA 1. PRWC Conservation Project Agreement 2. Mt. Olive Road Force Main Extension 3. Voyles Loop Lift Station Bid CITY MANAGER ITEMS CITY ATTORNEY ITEMS COMMISSIONER ITEMS Commissioner Charles Nichols Commissioner Micheal T. Blethen Commissioner Rick Wilson Commissioner Michelle Pettit Mayor Joe LaCascia ANNOUNCEMENTS ADJOURNMENT Pleaser nole: Pursuanttos Section 286.0 0105, Floridas Statules, ifap person decides! loa appeala anyd decisionn madet byt the Calyo present althen meeting. Thec cost ofduplication and/orc courtr reportery willbe althee expenseo ofthen withr respectloa anymatterc considered during! this meeling, heors shev willn need Cenler, 123E Broadway, Polk City, Florida 338881 Telephone toensure! thatav recordo ofthep proceedingsisn made, which recordi includes! theb testimony andevidenceu upony which! the appealistob bebased. Inaccordancev witht the Americanw withDisabilties Act,a (863)9 984-1375. Polk Cityr mayt take action on anyr matier duringt thism meeting. including items that are nots set forthy within this agenda. ofthe City Commission meelings may be oblained from the City Clerks office. Ther minutes arer recorded, bula arer nott transcribed verbatim. requringaverbatim! transcriplr maya arrangew withil the Caly Clerktod duplicalet ther recordings, ora arranget tohavea court reporter wihd disabilkiesn needing anys speciala lo participalei inc cityr meetingss shouldo conlaci the Office ofthe City Clerk, Polk City party. CONSENT AGENDA October 15, 2024 MAY ALL BE APPROVED BY ONE VOTE OF COMMISSION TO ACCEPT CONSENT AGENDA. Commission Members may remove a specific item below for discussion and add it to the Regular Agenda under New or Unfinished Business, whichever category best applies to the subject. A. CITY CLERK 1. September 17, 2024 - Regular City Commission Meeting 2. September 17, 2024-1 Budget Hearing - First Reading B. REPORTS 1. Building Permits Report - nla 2. Code Enforcement Report - September 2024 3. Financial Report - September 2024 4. Library Report- September 2024 5. Polk Sheriff's Report = September 2024 6. Public Works/Utilities Report- - September 2024 7. Utility Billing Report - September 2024 C. OTHER City Commission Meeting October 15, 2024 CONSENT AGENDA ITEM: Accept minutes for: 1. September 17, 2024 - Regular City Commission Meeting 2. September 17, 2024 - Budget Hearing - First Reading INFORMATION ONLY X ACTION REQUESTED ISSUE: Minutes attached for review and approval ATTACHMENT: 1. September 17, 2024 - Regular City Commission Meeting 2. September 17, 2024 - Budget Hearing - First Reading ANALYSIS: N/A STAFF RECOMMENDATION: Approval of Minutes CITY COMMISSION MINUTES BUDGET HEARING September 17, 2024 Mayor LaCascia reconvened the meeting at 6:00 p.m. ROLL CALL - Assistant City Manager Sheandolen Dunn Present: Mayor Joe LaCascia, Commissioner Micheal T. Blethen, Commissioner Michelle Pettit, Commissioner Rick Wilson, City Attorney Thomas Cloud and City Manager Jackson Commissioner Charles Nichols Absent: ORDER OF BUSINESS PUBLIC HEARING ORDINANCE 2024-06 - AN ORDINANCE OF POLK CITY OF POLK COUNTY, FLORIDA, ADOPTING THE (ENTATIVEFINAL LEVYING OF AD VALOREM TAXES FOR POLK CITY FOR FISCAL YEAR 2024-2025 AND PROVIDING AN EFFECTIVE DATE. First City Manager Jackson stated based on discussions with the Commission during the Budget Workshops on Saturday, August 17, 2024; she has prepared an Ordinance Reading. reflecting a 5.25 Millage Rate. City Attorney Cloud read Ordinance 2024-06 by title only. City Manager Jackson advised that Polk City's certified value is $252,619,657. The FY 2024-2025 operating Millage Rate for Polk City is 5.25000 mills. The Rollback Rate computed for Polk City for FY 2024-2025 is 5.1234 mills; therefore, the percentage by which the above specified final Millage Rate to be levied by Polk City is 2.47 percent of Mayor LaCascia opened the Public Hearing. No one spoke for or against this Motion by Commissioner Blethen to approve Ordinance 2024-06 on First Reading reflecting a 5.25 millage rate; this motion was seconded by Commissioner Pettit. the Rollback Rate. Ordinance. Mayor LaCascia closed the Public Hearing. No discussion from the Commission or Public. Roll Call Vote: Mayor LaCascia - aye, Commissioner Blethen aye, Commissioner Pettit - aye Motion carried 3/0. ORDINANCE 2024-07 - AN ORDINANCE OF POLK CITY OF POLK COUNTY, FLORIDA, ADOPTING THE BUDGET FOR FISCAL YEAR 2024-2025, PROVIDING FOR THE EXPENDITURE OF FUNDS IN ACCORDANCE WITH THIS BUDGET; PROVIDING FOR. AN EFFECTIVE DATE. First Reading City Attorney Cloud read Ordinance 2024-07 by title only. City Manager Jackson advised the total budget for FY 2024-2025 is $9,599,687. Various revenues accruing to Polk City and set aside for the purpose of paying expenses and maintaining the Government of Polk City for FY 2024-2025. City Manager Jackson stated the Second and Final Reading of the FY 2024-2025 Mayor LaCascia opened the Public Hearing. No one spoke for or against this Motion by Commissioner Pettit to approve Ordinance 2024-07 on First Reading; this Budget will be on Tuesday, September 26, 2024 at 7:00 pm. Ordinance. Mayor LaCascia closed the Public Hearing. motion was seconded by Commissioner Wilson. Roll Call Vote: Motion carried 4/0. Commissioner Pettit-aye, Commissioner Blethen - nay, Commissioner Wilson = aye, Mayor LaCascia aye The meeting adjourned at 6:19 p.m. Patricia R Jackson, City Manager Joe LaCascia, Mayor 2 CITY COMMISSION MINUTES September 17, 2024 Mayor LaCascia called the meeting to order at 6:15 pm. Sheandolen Dunn, gave the invocation. Those present recited the Pledge of Allegiance led by Mayor LaCascia. ROLL CALL - Assistant City Manager Sheandolen Dunn Present: Mayor Joe LaCascia, Commissioner Micheal T. Blethen, Commissioner Rick Wilson, Commissioner Michelle Pettit, City Attorney Thomas Cloud and City Manager Patricia Jackson Commissioner Charles Nichols Absent: APPROVE CONSENT AGENDA Motion by Commissioner Wilson to approve the August 13, 2024 Regular City Commission Meeting, Department Reports, and other items on the Consent Agenda; this motion was seconded by Commissioner Pettit. Motion carried unanimously by Voice Vote. PUBLIC COMMENT Jeff Larson, Administrator, Florida Safe Investments provided a brief update on Polk City's Investment Portfolio. This is a Money Market Fund and the current rate of return is 5.4% and the economy is doing fairly well. However, It is impossible to predict a rate of return because the rates change daily. No questions from the Commission. ORDER OF BUSINESS Christmas Parade Grand Marshal Mayor LaCascia and City Manager Jackson discussed the City Commission will need to Mayor LaCascia nominated David Byrd as the Grand Marshal. Commissioner Wilson Commissioner Blethen nominated Dr. Regina Proutsos and Dr. Rachel Bouton, Co- After brief discussion, it was the consensus fori the two' Veterinarians to serve as the Grand submit names for selection of a Grand Marshal. concurred. owners of Outback Animal Hospital. Marshals for the 2024 Christmas Parade. Motion carried 4/0 by' Voice Vote. Planning Commission Candidate - Gary HoShing Mayor LaCascia discussed Polk City's Planning Commission had one vacancy due to Gary HoShing has submitted his application of interest. If Mr. HoShing is selected to serve on the Planning Commission, his term will expire on December 31, 2025. Mayor LaCascia invited Mr. HoShing to come up and address the City Commission about Mr. HoShing provided a brief history of his life, the property and the Events business that he has on his Orange Boulevard property in Polk City. He has space for events such as small weddings, birthday parties, etc. He sees the need for change and wants to be a By a 4/0 Voice Vote, the City Commission approved the appointment of Gary Presentation of Financial Statement for FY Ending September 30, 2023 the resignation of Rick Wilson. his desire to serve on the Planning Commission. positive part of that change in Polk City. HoShing to the Polk City Planning Commission. Mike Brynjulfson (Brynjulfson CPA's) presented the Financial Statement for the year ending September 30, 2023. He addressed any questions and/or concerns from the City MayorLaCascia stated he is happy with the audit presentation. Thanked Mr. Brynjulfson Staff recommended approval of the Financial Statement for the year ending September Mr. Brynjulfson shared that after 23 years with Polk City, he will not be the auditor, but he will remain as our consultant. He stated that we would have to go do an RFP for a new auditor. He also recommended an Auditor Selection Committee of three (3) people. Motion by Vice Mayor Harper to approve the FY 2023 Financial Statements Audit; Commission. for another great report. 30, 2023. this motion was seconded by Commissioner Knouff. Motion carried by Voice Vote 4/0. CITY MANAGER ITEMS City Manager Jackson provided project updates on the following items: 2 Mt. Olive Road Force Main - Received two bids. Vaughn Leer Chastain-Skllman) isi ini the process of reviewing the two bids; this will come before the Commission at the October 15, 2024, Commission Meeting. Cardinal Hill Project - Notice to Proceed has been given Commonwealth WTF - is back online Voyles Loop Lift Station - one bid was received. Craig Fuller, with CivilSurv Received one quote for the interconnect between Commonwealth and Jacobs Centennial Celebration - Orlando Fun Crew confirmed, Joey Foley will be in charge of entertainment, banners being ordered, have brick orders, etc. Polk Regional Water Cooperative = 90% Cost Estimate will be discussed at the will review the bid. WTF (should come before the Commission in October) Cooperative Meeting Final Budget Hearing - September 26, 2024 CITY ATTORNEY ITEMS Attorney Cloud briefly discussed the Consent Order Status Report and the Commission can read the Report at their convenience. COMMISSIONER ITEMS Commissioner Blethen - None Commissioner Pettit - None Mayor LaCascia - None ANNOUNCEMENTS - None ADJOURNMENT - 7:50 pm Commissioner Wilson - Mentioned Commissioner Nichols wife Suzie passed away. Patricia Jackson, City Manager Joe LaCascia, Mayor 3 City Commission Meeting October 15, 2024 CONSENT AGENDA ITEM: Department Monthly Reports INFORMATION ONLY X ACTION REQUESTED ISSUE: Department Reports attached for review and approval. ATTACHMENTS: Monthly Department Reports for: 1. Building Permits Report - nla 2. Code Enforcement Report- - September 2024 3. Financial Report - September 2024 4. Library Report - September 2024 5. Polk Sheriff's Report - September 2024 6. Public Works/Utilities Report - September 2024 7. Utility Billing Report - September 2024 ANALYSIS: STAFF RECOMMENDATION: Approval of Department Reports via Consent Agenda Code Enforcement Report SEPTEMBER 2024 SNIPE SIGNS REMOVED LIEN SEARCHES INSPECTIONS CLOSED OUT CASES SPECIAL MAGISTRATE CASES CLOSED OUTS SPECIAL MAGISTRATE CASES 14 5 91 19 10 2 CASE SUBJECTS REFERRED TOCOUNTY DISABLE VEHICLES BUILDING WITHOUT PERMIT OVERGROWTH HOUSE NUMBERS FENCE/NSPECTIONS JUNK ANDI DEBRIS RV/TRAILER PARKING OPEN STRUCTURE METI WITH CITIZEN NOISE PLACE LIEN CLOSE OUTLIEN YARD SALE ANIMAL POSTINGS EXTENDED CASES ACCESSORY USE DEMOLITION BUSNESS LICENSE MINIMUM STANDARD HOUSING 11 7 2 22 0 4 19 7 0 11 0 1 1 0 0 10 12 0 0 0 1 CITY OFPOLKCITY Simple Balance Sheet For Fiscal Year: 20241 thru Month: Sep Fund: 01 OPERATING FUND 10/01/2024 10:07 gb614_Pg.phplJob No: 24742 Page1of5 JOANNAK USER:. Ending Bal 3,445,514,77 859,09 5,285.00 875:00 44,128.75 3,540.00 114,518.88- 131,83- 31,844.15- 55,408.15 59,124.23 1,225,000.09 86,600,84 367,643,84 12,327.76 100,000.59 62,924.00 41,000.20- 69,274.28 6,060,00 150,000,00 18,416,96 199.06 24:81- 335.79 149.00 10,903.54- 1,110.49 536.12 1,168.33- 241.82- 747,22 120.00 24,432.27 24,432.27- 4,637,952.04 Account Number 01-101-100 01-101-990 01-101-995 01-102-100 01-115-100 01-115-120 01-115-200 01-117-100 01-131-500 01-133-100 01-133-101 01-151-100 01-151-902 01-153-302 01-155-100 01-160-902 01-160-903 01-202-100 01-202-200 01-202-900 01-202-950 01-208-300 01-208-310 01-208-320 01-208-330 01-217-200 01-218-100 01-218-200 01-218-300 01-218-320 01-218-400 01-218-410 01-218-700 01-243-100 01-245-100 01-271-100 Account Title Cash Checking Library Van Fleet Cycling Challenge City Centennial Cash on Hand Accounts Receivable Utilities Accounts Receivable Local Bus Licenses Accounts Receivable Year End Allowance for Bad Debt Due from Enterprise Fund Due From Other Governmental Units Due from Others (Franchise & Public Serv. Tax) Investments FL SAFE GF - FL SAFE GF Reserves Restricted Cash - New Local Opt Gas Tax Prepaid Expenses Reserve Account Reserve Acct - Emergencies & Conti ingency ** TOTAL ASSET** Accounts Payable Accounts Payable - Year End Customer Deposits Other Deposits Due to County Impact Fees Due to DCA Bldg Permit Surcharge Due to Dept of Business License Fees Due to PCSO Police Education Revenue Accrued Sales Tax Payroll Taxes Payable FRS Retirement Payable Health Plan Payable Supplemental Insurance Payable Dental Plan Payable Vision Plan Payable ICMA-RC ** TOTAL LIABILITY** Encumbrances Placed Reserved for Encumbrances ** TOTAL ENCUMBRANCE** Fund Balance Unreserved ** TOTAL EQUITY** ** TOTAL REVENUE** ** TOTAL EXPENSE** TOTAL LIABILITY AND EQUITY Net Amount 5,322,737.25 193,610.22 0.00 4,637,952.04 3,345,154.77 2,853,979.78 5,322,737.25 353: a D iittit E 3338 85 315 ERE e :e : S 18 IEEEEEEE d0 53 85438 : - 55555 a 8 :8 - E58s ann N Sr m 0 888 10 8 a aaee ag 5i aii : :88 185 88888 80 88888 2 5155 t :tt 0 838885 ff6 IEIIEE 00 3511411 555 E5 6665 883885 a 0000 fifliil 8888 I CITY OF POLKO CITY Balance Sheet Simple For Fiscal Year: 2024t thru Month: Sep Fund: 05 ENTERPRISE! FUND 10/01/2024 10:07 gb614_pg.phplJob No: 24742 Page2 2of5 USER:. JOANNAK Account Number 05-101-100 05-101-913 05-101-916 05-101-917 05-101-918 05-101-919 05-101-920 05-101-930 05-101-936 05-115-100 05-117-100 05-117-200 05-151-100 05-159-200 05-160-902 05-160-903 05-161-900 05-164-100 05-165-900 05-166-900 05-167-900 05-168-900 05-168-950 05-169-900 05-202-100 05-203-600 05-203-610 05-203-615 05-203-910 05-207-400 05-223-100 05-225-100 05-234-901 05-235-800 05-235-900 05-243-100 05-245-100 Account Title Cash Checking DEP Loan - Sinking Fund US Bank Sink Fund US Bank Renewal & Replacement Series DEP Loan WW531400 Sink Fund DEP Loan WW531402 Sink Fund Cash - Customer Deposits Restricted Cash Reclass FDEP 531402 Sinking Fund Restricted Class Reclass Accounts Receivable - Utilities Accounts Receivable Readiness to Serve Allowance for Bad Debt Allowance for Uncollectible A/R Investments FL SAFE EF Investments FL SAFE EF Reserves Prepaid Insurance Deferred Bond Series 2017 Deferred Outflows Related to Pension Deferred Outflows Loss on Refunding Reserve Account Reserve Acct Emergencies & Contingency Fixed Assets Land Utility Plant in Service Acc. Dep. - Improvements Other than Build Equipment & Furniture Accumulated Depreciation - Equipment Furniture & Equip - Right to Use Leased Assets Accumulated Depreciation - Right to Use Lease CIP - Construction Costs ** TOTAL ASSET** Accounts Payable Accounts Payable Year End Customer Deposits Accumulated Interest Payable SRF Loan WW51201P SRF Loan WW53140/98531401 Effluent Disposal SRF Loan WW531402/56531403 US Bank 2017 Bond Note Right to Use Leased Assets Unamoritized Bond Premiums US Bank Due to General Fund Taxes Payable Compensated Absences Current Deferred Revenue Deferred Inflows - Related to Pension L-T-D - Current Portion Less: Current Portion of LTD OPEB Liability Net Pension Liability ** TOTAL LIABILITY** Encumbrances Placed Reserved for Encumbrances ** TOTAL ENCUMBRANCE** Ending Bal 3,328,757.60 0.04- 239,983.37 205,524.29 0.08 14,314.97 366,595.60 1,364,325.00 11,917.80 1,364,325.00- 245,616.19 25,938.38 327.41- 38,370.95- 668,181.86 139,641.09 26,413.35 121,152.22 572,721.48 100,000.00 48,044.00 2,762,913.00 16,625,958.21 5,469,060.53- 968,701.15 540,263.83- 9,972.92 1,672.75- 95,333.71 34,373.89 32,014.84 366,595.60 47,954.17 1,539,866.35 28,753.70 751,015.82 7,135,000.00 8,455.61 426,208.06 31,844.15- 4,627.96 12,907.80 1,364,325.00 19,359.90 446,754,26 446,754.26- 18,155.80 400,283:46 14,347.86 14,347.86- Net Amount 20,527,985.76 12,158,053.81 0.00 CIYOFPOLKCIY, Simple Balance Sheet For Fiscal Year: 2024t thru Month: Sep Fund: 05 ENTERPRISEI FUND 10/01/202410:07 gb614_pg-phplJob No: 24742 Page3of5 JOANNAK USER:. Ending Bal 598,715,40 36,514.20 6,780,821,62 12,428:57- 10,071.23- 734,552.82 Net Amount Account Number 05-250-100 05-255-100 05-271-100 05-271-150 05-271-200 05-272-100 Account Title Contributed Capital Change in Fund Balance Fund Balance Unreserved Fund Balance Restatement Net Asset Adjustment Account Retained Earnings ** TOTAL EQUITY** ** TOTAL REVENUE** ** TOTAL EXPENSE** TOTAL LIABILITY AND EQUITY 8,128,104.24 2,779,246.43 2,537,418.72 20,527,985.76 : P s 0f siiti 1444 111! 353 Aua P 66538 o -- - 88 35 - - 88888 m 8555 d0 88 i 1141111441119414 8888 spa un 8888 PS E iita iifii 1 :8 I CIYOFPOLKCITY. Simple Balance Sheet For Fiscal Year: 2024 thru Month: Sep Fund: 08 SPECIAL REVENUEI FUND- GF IMPACTI FEES 10/01/20241 10:07. gb614_Pg.phplJob! No: 24742 Page4of5 USER:. JOANNAK Net Amount Account Number 08-101-100 08-101-101 08-101-102 08-101-103 08-151-100 08-151-101 08-151-102 08-151-103 Account Title Ending Bal 21,285.35 11,388.84 34,325.39 57,091.25 237,545.40 150,137.11 448,962.54 498,635.27 GF Police Public Safety Impact Fees GF Fire Public Safety Impact Fees GF Recreation Impact Fees GF Gen Gov't Facilities Impact Fees Investments FL SAFE GF Police Public Safety Investments FL SAFE GF Fire Public Saf... Investments FL SAFE GF Recreation Investments FL SAFE GF Facilities ** TOTAL ASSET** ** TOTAL LIABILITY** TOTAL ENCUMBRANCE** Fund Balance Unreserved ** TOTAL EQUITY** ** TOTAL REVENUE** ** TOTAL EXPENSE** TOTAL LIABILITY AND EQUITY 1,459,371.15 0.00 0.00 1,374,384.78 84,986.37 0.00 1,459,371.15 08-271-100 1,374,384.78 8888 cmy OF POLKCITY Simple Balance Sheet For Fiscal Year: 2024t thru Month: Sep Fund: 09 SPECIAL REVENUE FUND-EFI IMPACT FEES 10/01/2024 10:07 gb614_PgphplJob No: 24742 Page USER: 5of5 JOANNAK Account Number 09-101-800 09-101-900 09-151-800 09-151-900 Account Title Ending Bal 473,725.04 149,406.57 1,817,890.16 295,588.01 Net Amount EF Sewer Impact Fee Account EF Water Impact Fee Account Investements Sewer Impact Investements Water Impact ** TOTAL ASSET** ** TOTAL LIABILITY** ** TOTAL ENCUMBRANCE** Unreserved Fund Balance ** TOTAL EQUITY** ** TOTAL REVENUE** TOTAL EXPENSE** TOTAL LIABILITY AND EQUITY 2,736,609.78 0.00 0.00 2,653,202.15 91,133.57 2,736,609.78 09-271-100 2,653,202.15 3 u SEPTEMBER 2024 CIRCULATION ADULTI BOOKS JUVENILE BOOKS TOTALCIRCULATION INCITY INC COUNTY TOTALI NEWI BORROWERS FAMILY ADULT JUVENILE YOUNG ADULT TOTALPROGRAMS ADULT JUVENILE YOUNG. ADULT TOTAL ATTENDANCE PHONE CALLS 827 940 1,767 6 4 10 1 1 NEWI BORROWERS NUMBEROFI PROGRAMS ROGRAMATTENDANCE 11 15 26 96 85 REFERENCE QUESTIONS NUMBER OF COMPUTER USERS TOTALPATRONS Prepared by: Hannah Ulloha Library Director POLK COUNTY SHERIFF'S OFFICE DEPARTMENT OF LAW ENFORCEMENT STATISTICAL DATA West Division Date: To: From: October 7, 2024 Northwest District Patricia Jackson, City Manager Deputy Christina Poindexter #7376 Subject: Statistical Report for September 2024 ACTIVITY FELONY ARREST AFFIDAVITS FELONY MISDEMEANOR ARREST AFFIDAVITS MISDEMEANOR OUT OF COUNTY/STATE WARRANT ARRESTS PROCAP WARRANT ARREST TOTAL ARRESTS SEARCH WARRANTS FIELD INTERROGATION REPORTS TRAFFIC CITATIONS INTELLIGENCE REPORTS STOLEN PROPERTY RECOVERED HRS. TRANSPORTING AGENCIESIDVISIONS OFFENSE REPORTS NARCOTICS SEIZED ASSETS SEIZED PATROL NOTICES FOXTROT REPORTS TOW-AWAY NOTICES COMMUNITY CONTACTS TRAFFIC STOPS TOTAL DISPATCHED CALLS FOR SERVICE 1 0 5 0 0 0 6 0 3 10 0 0 0 33 0 0 0 5 2 320 15 80 PCSO FORM: 327 (REV 12/20/07) Page lof2 In September 2024, there were four (4) PROCAP captured crimes as compared to three (3) in September 2023. In all for 2024 we are sitting at 18 Pro-Cap related crimes compared to 17 Pro- Cap crimes reported by this time in 2023. In September we had three conveyance burglaries, at three different locations and date. It should be noted arrest were made on two oft the cases. We had one report of criminal mischief, where a report of a swimming pool liner was cut. Further investigation on criminal mischief is believed to be a disagreement between juveniles. In an attempt to eliminate any further increase in crimes, myself and the Detail Deputies are working hard in identifying suspicious individuals who are new in the area. **Take note to the FIR (Field Interrogation Reports) section of the report.** Several traffic stops are being conducted on Berkley Rd. North bound, due to "No Thru Trucks" signs installed. The amount of Semi's utilizing Berkley Rd. heading North bound has drastically reduced. CASE VIDEO STATUS CmeNo 240035970 1414hrs 1650hrs 240036724 0500hrs 1910hrs 240038312 0621hrs 0621hrs McTo pow Narrative Det Patrol Karakash BURGLA ARY 012667 PCSO- 2024-09-08/ 2024-09-08/ Sun 7750BERKLEYR RD Openv Window: Unks suspV wearinga redshirt bluejeans, whitehata PCSO- 2024-09-12/ 2024-09-12/ Thur 8906 HWY3 33N Reard driverv windows smashed out; Unks susps smasheda outt the PCSO 2024-09-24/ 2024-09-247 Tues 8523RINDGE RD 2Unsecuredv vehs; Unkw WMs suspv was observedo ony video gettingo offic FREEDOMP PARK BESTE BUYD CENTER ridingabluer mountainb bikereached intov victs veh&r removeda Samung Galaxy 14A A155gcell phone/ /DSo observedas suspm matching thed descriptiona atthed Grclek suspy was interviewed arrested phoney was locatedb benind thes store 1015: JorgN Maldonado WM windowo victsv veh, nothinga appearedt toben missingf frominsidet the veh- Victa advisedh hehas noid ideay whod did thiso ort targetedh hims since helivesi inM Miami &is onlyl hereh forv work/P Possioles 5100 atempt, hist blackb bikev wearinga red/biack hat, grays shirt, reds shorts, gray stides- suspiss seend openingthed drivers side doord ofthe Chevy & removingap pursew whicho containedF Florida DL,C credit/debitcards, Ramkeyf fob, alrb boattitie, F350v work truckk keyf fob, Costa sunglasses. necklacew w/charmo ofDad'sa ashes, blue/blackv wagon,a Phone earbuds/ /DSW was abletol suspn matchingthes susps descriptionin thev WoodviewD Dr/CountryT Trails Dr/ Susps statement 7feltbadsol wanted toa atleastr return thehearto charmy witht the ashes) initback/ /heleftd theresido ofthep properlya at9 9040H Hammock Loop1 1015: MichaeiSteppy WMI 120678 CRIMINALN MISCHIEF Unks suspa appearst tohaveir intentionailyo cutt thevicts pooll lineri in2 separateplaces/ /Shea advisedt thata approx2 2-3v weeks agos shen noticed apuncturedint thelinerp putpatchedit,t then shen thepool leakinga againo on9/6a anditdrained ofwater/ therewasa pocket insidethep poola attheb bottom.. Nagatential sut/eneitieso ors son's Department ofLawEntorcement Polko 2023. 2024 Gosed No Ongoing Patrol Ciosed PCSO- 2024-09-06/ 2024-09-07/ Sat 4241STST 24003587B 0800hrs 1720hrs tothearea. Nofootage closed Febry Auqust September October usiness Residence tructure Convryance Thet Mschiel Totals 1920 YIDFIR NIA PCSO FORM: 327 (REV 12/20/07) Page lof2 Public Works & Utilities Report September 2024 Public Works Department- Work Orders: Total 218 Building Maintenance: 44 Custodial Services Public' Works: 1 Custodial Services Bronson Center: 1 Vehicle/Equpment Maintenance: 47 Event Set-up/inspection: 11 LandscapingMowing: 52 Parks and Recreation: 18 Procurement:2 Repairs: 1 Stormwater: 17 Street signs: 7 Trash Parks and Facilities: 7 Trash Roads and Streets: 4 Tech Support:2 Organzation-Admin: 2 Turn-On: 18 Temporary Shut-Off: 26 Turn-Off: 19 Turn-Off for Non - Payment of NSF: 2 Turn Back On From Shut Off List: 1 Locates: 10 Lift Station Maintenance: 2 Meter Reads: 3386 Mis-Reads: 225 Water Leaks: 4 Honeybee Ln. Berkley Rd Continue Flushing Fire Hydrants Utilities Department- Work Orders: Total 193 5184 Island View Cir. 8953 Island view Dr. 5217 Revelation Dr.692 Meandering Way. Utility Billing Report September 2024 New Accounts Established: 15 Final/Terminated Service: 19 Bills Processed: 2711 Email/ Bill Customers: 2085 Work Orders Processed: 192 Lock off for Nonpayment: 29 Nonpayment fees ($50): 31 Billed Consumption: 11,598,000 Billed/Revenue: $2 286,338.31 Residential Billing: 2,805 Irrigation Billing: 694 Commercial Billing: 103 On Going Projects -Process Deposit Refunds information is correct. (Debt Consolidation). -Meter Replacement Program StaffObjectives Building Rentals Activity/Bronson Center/Freedom Park: 16 -Working with the Utilities Department in Diamond Maps to verify that all meter -Process monthly Adjustment Reconciliations, Zero Charge Reports and Cycle D Continuing efforts on changeouts from 3g to 4g, reroute meters into walking order. Continue to work with staff to write procedures for Utility Billing. Continuing efforts in auditing accounts. Working with Master Meter to replace meters with issues. Respectfully Submitted by: Chasity Guinn Utility Billing Supervisor City Commission Meeting October 15, 2024 AGENDA ITEM #1: PRWC Conservation Project Agreement INFORMATION ONLY ACTION REQUESTED ISSUE: PRWC Conservation Project Agreement ATTACHMENT: PRWC Conservation Project Agreement ANALYSIS: The Conservation Project Agreement provides for the PRWC (the "Cooperative) to act as the representative ofi its Members Governments with regard tot the implementation of Conservation Projects The Cooperative has developed an initial scope of work for the Conservation Program which describes the initial scope oft the Conservation Program and which may be modified from time to time. The Conservation Program cost shall be limited annually to a maximum aggregate budget amount of $150,000 from all sources, and the Program cost will be split each year between Member Governments and other funding sources with Member Governments obligated to pay no more than fifty percent (50%) of the same up to a maximum annual collective amount of $75,000 (the "Members" Cost). pursuant to the Interlocal. Agreement. Please review the attached full agreement. STAFF RECOMMENDATION: Approve the PRWC Conservation Project Agreement CONSERVATION PROJECT. AGREEMENT RELATING TO1 THE DEVELOPMENT OFAI POLK REGIONAL WATER COOPERATIVE CONSERVATION PROGRAM THIS CONSERVATION PROJECT AGREEMENT RELATING TO THE DEVELOP- MENT OF APOLKI REGIONAL WATER COOPERATIVE CONSERVATION PROGRAM (the "Agreement") is made and entered into as of the Effective Date as hereinafter defined, by and among the Polk Regional Water Cooperative ("Cooperative" or "PRWC"). whose address is 330 W. Church Street, Bartow, FL 33830 and the City of Auburndale whose address is P.O. Box 186, Auburndale, FL 33823, the City of] Bartow whose address is P.O. Box 1069, Bartow, FL: 33831, the City of Davenport whose address is P.O. Box 125, Davenport, FL 33836, the City of Eagle Lake whose addressi is P.O. Box 129, Eagle Lake, FL33839, the City of Fort Meade whose address is P.O. Box 856, Fort Meade, FL 33841, the City of] Frostproof whose address is P.O. Box 308, Frostproof, FL 33843, the City ofl Haines City whose address is 620 E. Main Street, Haines City, FL33844, the City of Lake Alfred whose address is 1201 El Pomelo Street, Lake Alfred, FL33850, the City ofLakeland whose address is 228 S Massachusetts. Ave., Lakeland, FL3 33801, the City of Lake Wales whose address is P.O. Box 1320, Lake Wales, FL33859, the City of Mulberry whose address is P.O. Box 707, Mulberry, FL 33860, the City of Polk City whose address is 123 Broadway Blvd SE, Polk City, FL: 33868, the City of Winter Haven whose address is P.O. Box 2277, Winter Haven, FL3 33883, the Town ofDundee whose address is P.O. Box 1000, Dundee, FL 33838, the Town ofLake Hamilton whose address is P.O. Box 126, Lake Hamilton, FL33851 and Polk County, a charter county and political subdivision oft the State of Florida, whose address is P.O. Box 9005, Bartow, Florida 33831, all ofv whom are collectively referred to as the "Parties." WHEREAS, this Agreement is being executed by the Parties pursuant to their March, 2017 Conservation Project Implementation. Agreement (the' CPlAgreement") and any terms from the CPIAgreement usedi int this Agreement shall be defined in accordance with the CPIAgreement; and WHEREAS, the CPI Agreement provides for the Cooperative to act as the representative ofits Members Governments with regard to the implementation ofConservation! Projects pursuant tot the Interlocal Agreement and Section 163.01 and 373.713 Florida Statutes; and WHEREAS, the Cooperative and its Member Governments seek to enter into a Conservation ProjectAgreement to implement a conservation program which provides consumer- focused water conservation services to Member Governments ("Conservation Program"); and WHEREAS, the Conservation Program is expected to include the implementation of a water savings rebate program, a system for reimbursement of funds to Member Governments for conservation activities, implementation of consumer-focused conservation outreach and advertising, provision of customer conservation evaluation services to Member Governments, record keeping and documentation: related to the Conservation Program, installation ande evaluation of irrigation conservation measures for Member Government customers, and other potential conservation initiatives; and WHEREAS, the Cooperative has developed an initial scope ofwork for the Conservation Program which describes the initial scope of the Conservation Program, and which may be modified from time to timc; and WHEREAS, the Cooperative will need to retain a Contractor to manage, execute, and provide reporting for the Conservation Program in accordance with the terms oft this Agreement; and WHEREAS, the CPIAgreement states in Section 3.1 that "All the powers, privileges and duties vested in or imposed on the Cooperative with regards to implementation oft this Agreement Page 2 of30 shall be exercised through [a] Project Board"; and WHEREAS, for purposes of Section 3.1 ofthe CPIAgreement, the Member Governments agree that the powers of the Project Board for the Conservation Project in this Agreement may be exercised by the Cooperative Board of Directors, and to reserve unto themselves collectively the right to constitute and vest al Project Board with appropriate authority over some, part, or all of the Conservation Program in the future; and WHEREAS, the CPI Agreement further states in Section 4.2 that "Upon approval ofa cooperative funding application submitted by the Cooperative to a Cooperative Funding Agency, the Cooperative shall have the authority to enter into a Conservation ProjectAgreement with any participating Parties"; and WHEREAS, the Cooperative and its Member Governments anticipate and expect for this Agreement and the Conservation Program to be provided annually with base fund monies that are specially appropriated by the Florida Legislature pursuant to the Heartland Headwaters Protection and Sustainability Act, Chapter 2017-111, Laws ofFlorida; and WHEREAS, for purposes of Section 4.2 of the CPI Agreement, the Parties agree that Heartland Headwaters Protection and Sustainability Act base funding constitutes the necessary cooperative funding from a Cooperative Funding Agency; and WHEREAS, Section 163.01, Florida Statutes, the Florida Interlocal Cooperation Act of 1969, authorize local governments and special districts to enter into agreements for theit mutual benefit; NOW, THEREFORE, in consideration oft the mutual promises stated herein and for other good and valuable consideration, each to the other, receipt of which is hereby acknowledged, the Parties hereby agree, stipulate and covenant as follows: Page3 of30 1. RECITALS. The foregoing recitals are true and correct and form a material part of this Agreement. 2. PURPOSE. This Agreement defines the duties and obligations oft thel Parties with respect to development and implementation oft the Conservation Program. 3. DUTIES AND OBLIGATIONS. 3.1 The Cooperative shall engage a Contractor with the requisite education, experience, and ability to manage, execute, and provide reporting for the Conservation Program, consistent with the goals and the approved scope of work of the Conservation Program. 3.2 The Project Manager shall coordinate all matters relating to the Conservation Program between and among the Contractor, all the participating Parties, and any Cooperative Funding Agency, as applicable. 3.3 The Project Manager shall be responsible for the expenditure of funds authorized for use by the Parties in association with the Conservation Program. 3.4 All powers of the Project Board under the CPI Agreement for the Conservation Program shall be assigned to and exercised by the Cooperative Board of Directors, provided however that the Member Governments reserve unto themselves the right to constitute and empanel al Project Board for some, part, or all oft the Conservation Program as they may deem necessary. A decision by the Member Governments to empanel and constitute a Project Board shall be determined by majority vote using the Normal Vote Method. If a Project Board is empaneled and constituted, it shall have the authorities and powers assigned in this Agreement to the Cooperative. Board of Directors, but only for that part oft the Conservation Program for which it was expressly created. 3.5 The annual budget and scope of work for the Conservation Program shall Page 4 of30 be as authorized by the Cooperative Board of Directors for the Conservation Program for the upcoming fiscal year. The annual budget may be comprised of Member Government annual contributions, funding from spccial legislative appropriations pursuant to the Heartland Headwaters Protection and Sustainability Act, funding from a Cooperative Funding Agency as available, and other potential funding sources, as approved by the Board ofI Directors. 3.6 All fees and expenditures associated with the Conservation Program shall not exceed the amount authorized by the Board of Directors for the fiscal year. 3.7 Each Member Government shall be responsible to pay its proportionate share of all fees, costs, and expenses (collectively, the "Conservation Program Cost"), based on the amount approved for the Conservation Program in the annual budget as described in Section 3.5. 3.8 The Parties agree that: (a) the Conservation Program Cost shall be limited annually to a maximum aggregate budget amount of $150,000 from all sources; and (b) the Conservation Program Cost will be split each year between Member Governments and other funding sources with the Member Governments obligated to pay no more than fifty percent (50%) oft the same up to a maximum annual collective amount of $75,000 (the "Members' Cost"). The Member Governments may agree to adjust one or both of the Conservation Program Cost and Members' Cost limitations by modifying or amending this Agreement using the method described in Section 4. 3.9 For any given fiscal year, each Member Government's proportionate share oft the Members' Cost shall be in proportion to the Member Government's annual average water use in comparison to the total annual average water use by alll Member Governments, as reported to the Southwest Florida Water Management District, during the calendar year preceding the one Page 5 of30 in which the fiscal year budget is adopted. 3.10 Subject to Section 3.8 above, ifa Cooperative Funding Agency agrees to fund some, part, ora allofthe Conservation Program Cost, thel Parties anticipate that the Cooperative Funding Agency will provide funds equal to fifty percent (50%) of the eligible overall Conservation Program Cost pursuant to a Cooperative Funding Agreement which, together with speciallya appropriated legislative funds and funds from sources other than Member Governments, would reduce the amount each Member Government must pay. However, each Member Government acknowledges its proportionate share payment obligation extends to the its share of expenditures authorized by the Cooperative Board of Directors for the Conservation Program up to the maximum amount ofi its proportionate share of the Members' Cost fort the applicable fiscal year should funds not be available from the Cooperative Funding Agency. 3.11 The participating Parties will work closely with the Contractor to timely provide water use data, customer billing data, information necessary to process conservation- related reimbursements and rebates, customer conservation information, and other information necessary for implementation of the Conservation Program. The Contractor will coordinate with the participating Parties to assure that the required data and information isi identified and provided. 3.12 The Coopcrative shall require the Contractor to deliver, at regular intervals determined to be appropriate by the Project Manager, a report to the Project Manager which will include a detailed status update of the work conducted to date regarding the implementation and execution of the Conservation Program. The Project Manager shali provide copies of the Contractor's report to each Party, upon the request oft the Party, or as determined appropriate by the Project Manager. 3.13 The Contractor shall submit detailed invoices to the Project Manager on a Page 60 of30 quarterly basis. The Project Manager will review each Contractor invoice, then when determined to be accurate and consistent with this Agreement, any agreement(s) with the Contractor, the applicable fiscal year budget and scope of work, process for timely payment using the funds allocated for the Conservation Program by the Board of Directors for the fiscal year. The Project Manager shall provide copies of the invoices to each Party, upon the request of the Party, or as determined ap- propriate by the Project Manager. 4. MODIFICATION; ASSIGNMENT. This Agreement may be modified or amended only ift the Parties agree.. All modifications or amendments must be in writing signed by all the Parties. This Agreement, and each Party's rights and obligations hereunder, may not be assigned in whole or inj part unless such assignment is approved by the unanimous written consent of all Parties. 5. TERM. The initial term oft this Agreement shall commence on the Effective Date and unless terminated sooner will continue as long as funding for the Conservation Program is approved by the Board ofl Directors for a given fiscal year. The "Effective Date" ofthis Agreement is the date the last Party executes the Agreement and it is filed with the Clerk of the Circuit Court of Polk County. 6. NOTICES. All notices provided fori in this Agreement must be in writing and shall bes sufficient and deemed to be given when sent by certified mail or registered mail, return receipt requested.. A copy shall also be sent to thel Party by email. 6.1 All notices shall be delivered or sent to the Parties at their respective ad- dresses shown below or such other addresses as a Party may designate by prior notice given in accordance with this provision to the other Parties: City ofAuburndale City Manager Page 7 of30 P.O. Box 186 Auburndale, Florida 33823 863-965-5530 City of Bartow City Manager P.O. Box 1069 Bartow, Florida 33831 863-534-0100 City of Davenport City Manager P.O. Box 125 Davenport, Florida 33836 863-419-3300 City ofl Eagle Lake City Manager P.O.] Box 129 Eagle Lake, Florida 33839 863-293-4141 City ofl Fort] Meade City Manager P.O. Box 856 Fort Meade, Florida 33841 863-285-1100 City of Frostproof City Manager P.O. Box 308 Frostproof, Florida 33843 863-635-7855 City ofHaines City City Manager 6201 El Main Street Haines City, Florida 33844 863421-3600 City ofI Lake Alfred City Manager 1551 E: Pomelo Street Lakc Alfred, Florida 33850 863-291-5270 Page 8of30 City ofLakeland City Manager 228 S Massachusetts Ave Lakeland, Florida 33801 863-834-6000 City ofLake Wales City Manager P.O.Box 1320 Lake Wales, Florida 33859 863-678-4196 City ofN Mulberry City Manager P.O. Box 707 Mulberry, Florida 33860 863-425-1125 City of Polk City City Manager 123 Broadway SE Polk City, Florida 33868 863-984-1375 City ofWinter Haven City Manager P.O. Box 2277 Winter Haven, Florida 33883 863-291-5600 Town of! Dundee Town Manager P.O. Box 1000 Dundee, Florida 33838 863-438-8330 Town ofLake Hamilton Town Manager P.O. Box 126 Lake Hamilton, Florida 33851 863-439-1910 Polk County County Manager Drawer CA01/P.O. Box 9005 Bartow, Florida 33831 Page 9 of30 Phone: 863-534-6444 6.2 All notices shall also be sent to the Cooperative, to the attention of its Project Administrator, with a separate copy to its legal counscl. 6.3 Any Party, may, by notice in writing given to the others, designate any further or different addresscs to which subsequent notices, certificates or other communications shall bes sent. Any notice shall be deemed given on the date such notice is delivered by hand (or facsimile transmission) or three (3) days after the date mailed. 7. LIMIT OF PARTIESLIABLITNY. IN NO EVENT SHALLANY PARTY BE LIABLE TO THE OTHER PARTIES OR TO ANYONE CLAIMING FOR, BY, OR THROUGH A PARTY, TO INCLUDE, BUT NOT LIMITED, TO A PARTICPANT OR CONTRACTOR, FOR INDIRECT, INCIDENTAL, CONSEQUENTIAL, SPECIAL EXEMPLARY, OR PUNITIVE DAMAGES OFANYKINDO ORNATURE WHATSOEVER, INCLUDING LOSS OF PROFIT, WHETHER FORESEEABLE OR NOT, ARISING OUT OF OR RESULTING FROM NONPERFORMANCE OR BREACH OF THIS AGREEMENT BY A PARTY WHETHER BASED IN CONTRACI, COMMON LAW, WARRANTY, TORT, STRICT LIABILITY, CONTRIBUTION, INDEMNITY OR OTHERWISE. 8. DEFAULT AND REMEDY. If any Party fails to observe, comply, perform or maintain in any material way, any term, covenant, condition, duty, obligation, representation, or warranty contained in or arising under this Agreement, such action shall constitute a default, and the other Parties may seek the remedies stated in this section ift that default is not timely cured within thirty (30) days, unless the default cannot be reasonable cured within that time period in which case the Party must cure the default as soon as practicable. The exclusiveremedy for default Page 10 of30 under this Agreement shall bei for the non-defaulting Parties toi individually orj jointly seek specific performance arising from such default. 9. ATTORNEY'S FEES. AND COSTS. Each Party shall be responsible for its own legal and attorney's fees, costs and expenses incurred in connection with any dispute or any litigation arising out of, or relating to thisAgreement, including attorncy's fees, costs, and expenses incurred for any appellate or bankruptcy proceedings. 10. GOVERNING LAW; VENUE. The interpretation and performance of this Agreement shall be governed by the laws oft the State ofFlorida; venue: for any such litigation with respect to the Agreement shall bei in Polk County, Florida. 11. INTEGRATION. This instrument constitutes the entire Agreement between the Parties and supersedes all previous discussions, understandings, and agreements relating to the Conservation Projects. The Parties do not intend by this provision to amend, modify or supersede the Conservation Project Implementation. Agreement or the Interlocal Agreement. 12. WAIVER. Noi failure by al Party to exercise any right, power or privilege under this Agreement is a waiver oft that or any other right, power or privilege under this Agreement, except as otherwise expressly set forth ini the Agreement. 13. SEVERABILITY. If any provision of this Agreement is found by a court of competent jurisdiction to be invalid, it shall be considered deleted, and shall not invalidate the remaining provisions. However, if the deleted language is considered a key provision of the Agreement, the Parties must agree to a substitute provision that will accomplish the original intent oft the Par- ties. Ift the Parties cannot agree to a substitute provision within ninety (90) days of the determination by the court, then the. Agreement shall be deemed terminated. 14. AMBIGUITY. The Parties agree that each has played an equal part in negotiation Page 11 of30 and drafting oft this Agreement, and in the event ambiguity should be asserted or realized in the interpretation or construction of this Agreement, the result of such ambiguity shall be equally assumed and realized by each Party. 15. PUBLIC RECORDS. Should any Party assert any exemption to, ori inapplicability of, the requirements of Chapter 119 and related statutes, the burden and cost of establishing such an assertion, by way ofi injunctive or other relief as provided by law, shall be upon that Party. The Parties shall allow public access to all Project documents and materials that are subject to the requirements of Chapter 119, Florida Statutes or claim that a document does not constitute aj public record, the burden of establishing such an exemption or excluding a document as a public record, by way ofi injunctive or other relief as provided by law, shall be upon the Party asserting the ex- emption or the claim that a document does not constitute aj public record.. Additionally, nothing in this Agreement shall be construed nor is intended to, expand the scope of Chapter 119, Florida Statutes or make into aj public record a document that is not a public record under the applicable law. 16. COUNTERPARTS. This Agreement may be executed in multiple counterparts, each of which shall be regarded for all purposes as an original and all of which collectively shall constitute one and the same instrument. 17. INTERLOCAL AGREEMENT; FILING. This is an interlocal agreement entered into by the parties pursuant to Section 163.01, Florida Statutes, the Florida Interlocal CoperationActof1969. This Agreement and any amendment thereto shall bet filed with the Clerk oft the Circuit Court ofPolk County, Florida. executed and entered into by the Parties. IN WITNESS WHEREOE, the undersigned have caused this Agreement to be duly Page 12of30 THE REMAINDER OF THIS PAGE IS INTENTIONALLYLEFT BLANK;THE AGREEMENT CONTINUES ON THE: FOLLOWING PAGE WITH' THE PARTIES'SIGNATURES Page 13 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Water Demand Management Plan to be duly executed and entered into as oft the Effective! Date. CITY COMMISSION OF THE CITY OF AUBURNDALE, FLORIDA By: Date: ATTEST: By: APPROVED AS TOFORM. AND CORRECTNESS: Page 14 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to thel Development ofal Polk: Regional Water Cooperative Water Demand Management Plan tol be duly executed and entered into as oft the Effective Date. CITY COMMISSION OF THE CITY OF BARTOW, FLORIDA By: Date: ATTEST: By: Page 15 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Water Demand Management Plan to be duly executed and entered into as oft the Effective Date. CITY COMMISSION OFTHE CITY OF DAVENPORT, FLORIDA By: Date: ATTEST: By: Page 16 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development of al Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effectivel Date. CITY COMMISSION OF THE CITY OFFAGELAKEFLORIDA By: Date: ATTEST: By: Page 17 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as of thel Effective Date. CITY COMMISSION OF THE CITY OFFT.MEADE, FLORIDA By: Date: ATTEST: By: Page 18 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to thel Development ofa a Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective! Date. CITY COUNCIL OF THE CITY OFFROSTPROOF, FLORIDA By: Date: ATTEST: By: Page 19 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofa al Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective Date. CITY COMMISSION OF THE CITY OF HAINES CITY,FLORIDA By: Date: ATTEST: By: APPROVED ASTOI FORM. ANDO CORRECTNESS: Page 20 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofa Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft thel Effective Date. CITY COMMISSION OF THE CITY OFI LAKE. ALFRED, FLORIDA By: Date: ATTEST: By: APPROVED ASTO FORM ANDCORRECINESS: Page 21 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofa Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft thel Effective Date. CITYCOMMISSION OF THE CITYOFLAKELAND, FLORIDA By: Date: ATTEST: By: APPROVED AS1 TO: FORM. AND CORRECTNESS: Page 22 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective Date. CITY COMMISSION OF THE CITY OFI LAKE WALES, FLORIDA By: Date: ATTEST: By: APPROVED AS TOI FORM AND CORRECTNESS: Page 23 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as of thel Effective Date. CITY COMMISSION OF THE CITY OF MULBERRY, FLORIDA By: Date: ATTEST: By: Page 24 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofa a Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective! Date. CITY COMMISSION OF' THE CITY OFPOLK CITY,FLORIDA By: Date: ATTEST: By: Page 25 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective Date. CITY COMMISSION OF THE CITY OF WINTER HAVEN, FLORIDA By: Date: ATTEST: By: APPROVED ASTOI FORM. AND CORRECTNESS: Page 26 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective Date. TOWN COMMISSION OF THE TOWN OF DUNDEE, FLORIDA By: Date: ATTEST: By: APPROVED ASTOI FORM AND CORRECTNESS: Page 27 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development of a Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as oft the Effective Date. TOWN COUNCIL OF THE TOWN OF LAKE HAMILTON, FLORIDA By: Date: ATTEST: By: Page 28 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program to be duly executed and entered into as of the Effective. Date. ATTEST: POLK COUNTY, aj political subdivision of the State ofFlorida Stacy M. Butterfield Clerk to the Board By: By: Deputy Clerk Dated and signed by the Chairman: Reviewed as to form and legal sufficiency: County Attorney's Office Page 29 of30 IN WITNESS WHEREOF, the undersigned has caused this Conservation Project Agreement Relating to the Development ofal Polk Regional Water Cooperative Conservation Program tol be duly executed and entered into as oft the Effective Date. POLK REGIONAL WATER COOPERATIVE, apublic agency and By: government George Lindsey, Chajr Date: 7-24-2024 Approved as to form: BAhRA Edward P. del la Parte, Legal Counsel Page 30 of30 City Commission Meeting October 15, 2024 Mount Olive Road Force Main AGENDA ITEM #2: INFORMATION ONLY X ACTION REQUESTED ISSUE: Mount Olive Road Force Main Bids ATTACHMENT: Bid from Midsouth, Inc. Bid Tabulation ANALYSIS: Bid from Cathcart Construction Company Bid Recommendation Letter Chastain-Skllman) The City Commission approved a force main on Mount Olive Road for The Landings at Mount Olive There were two bids received, and the Award Recommendation is attached. The apparent low bid is Cathcart Construction Company in the amount of $2,603,624 (There was a mathematical error that did and also agreed to upsize the line for any future connections. not affect their bid price). The project was to be paid by the following: ARPA money, which was approved by the Commission ($565,896) Sewer Impact Fees ($473,725.04) Investments Sewer Impact $1,820,279.97) Itv was anticipated to use the Sewer Impact Fees that were invested as well. There is enough money to use ARPA money and Sewer Impact Fees, which include the investments, without having to borrow any money. This will also leave $246,177 in the Sewer Impact Fees and we will be collecting Sewer Impact Fees from The Landings at Mount Olive for approximately 383 homes, which would be approximately $1,690,945. STAFF RECOMMENDATION: Itis the staff's recommendation to approve the low bid of $2,603,624 to Cathcart Construction Company, and to fund this project with Sewer Impact Fees, as that is what pays for the growth of the sewer system. SECTION 00410 00 BIDFORM Project Name: Mount Olive Road Force Main Extension CSI Project No.: 1029.002 TABLE OF ARTICLES Page I 1 Article1- Bid Recipient. Article 2-1 Bidder's. Acknowledgements: Article 3 -1 Bidder's Representations. Article 4 - Bidder's Certification. Article5- - Basis of Bid. Article6 6 - Time of Completion. Article? 7 - Attachments To' This Bid. Article 8 - Defined' Terms. Article 9. - Bid Submittal 2 5 5 5 THSBIDISSUBMITTED BY: Midsouth Inc. 132 Bushnell Plaza Post Office Box 1330 Bushnell FL 33513 1029.002/ July 2024 004100-1 BIDFORM ARTICLE1- BIDRECIPIENT 1.01 This Bid iss submitted to: City of Polk City 123 Broadway Blvd Polk City FL 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of thel Bidding Documents. ARTICLE2- BIDDER'S. ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE3-1 BIDDERS REPRESENTATIONS 3.01 Insubmitting this Bid, Bidder represents that: A. Bidder has received from the Issuing Office a complete set of Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which isl hereby acknowledged. Addendum No. 1 2 Addendum Date 8/8/2024 8/30/2024 B. Bidder has examined and carefully studied thel Bidding Documents, Addenda, and the other related data identified in the Bidding Documents, and provided the information to subcontractors and suppliers who have provided quotations to the . Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance D. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance oft the Work. Bidder for the Work. of the Work. 1029.002 / May 2024 004100-1 BIDI FORM E. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous toi the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been F.E Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. G. Bidder does not consider that any further examinations, investigations, explorations, tests, studies; or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of thel Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. - Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the K. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for identified in SC-4.06. written resolution thereof by Engineer is acceptable to Bidder. which this Bid is submitted. ARTICLE4-1 BIDDERSCERTIFICATION 4.01 Bidder certifies that: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDFORM 004100-2 1029.002/ May 2024 B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit ai false or sham Bid; E Bidder has not solicited or induced any indi D. Bidder has not engaged in corrupt, fraudulent, competing for the Contract. For the purposes of 1. "corrupt practice" means the offering, givi thing of value likely to influence the action 2. "fraudulent practice" means an intentional m toi influence the bidding process to the detri prices at artificial non-competitive levels, benefits of free and open competition; Bidders, with or without the knowledge of establish bid prices at artificial, non-competitive levels; a and lor entity to refrain from sive, or coercive practices in aragraph4.01.D: ceiving, or soliciting of any public official in the bidding resentation of facts made (a) fOwner, (b) to establish bid ) to deprive Owner of the bidding; and process; 3. "collusive practice" means a scheme or arr ment between two or more er, a purpose of which is to 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTCIES-BASISOPHID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): No. Item Quantity Units Unit Price Total Price 1A 4" PVC Pipe, Complete in 35 Place 1B 6" PVC Pipe, Complete in 125 Place 1C 8" PVC Pipe, Complete in 8,165 Place 1D 8" Restrained Joint PVCPipe, (ack & Bore) Complete in Place 1E Removal of Existing DIPI FM along SR33 2A 8" 11.25 Degree Ell 2B 10" 11.25 Degree Ell 2C 8" 22.51 Degree Ell 1029.002, / May 2024 LF $ LF $ 94.00 s 3,290.00 132.90 $ 16,612.50 LF $ 115.50 s 943,057.50 115 6700 2 1 2 004100-3 LF $ LF $ 151.90 s 17,468.50 33.80 $ 226,460.00 EA $ 1,380.00 $ 2,760.00 EA $ 2,080.00 $ 2,080.00 EA $ 1,560.00 $ 3,120.00 BIDFORM 2D 4" 45 Degree Ell 2E 6" 45 Degree Ell 2F 8" 45 Degree Ell 2G 10" 45 Degree Ell 2H 8"901 Degree Ell 21 8"x10" Reducer 2J 8'"x4" Tee 2K 8"x6" Tee 2L 6"x6"7 Tee 4 3 29 1 1 12 1 1 1 1 1 6 1 1 115 3,155 1 150 1 LF SY Ton LF CY LS LS LS LS LS LS LS EA $ EA $ 1,180.00 $ EA $ 1,590.00 $ EA $ 2,240.00 $ EA $ 1,920.00 $ EA $ 2,160.00 $ EA $ 2,060.00 $ EA $ 1,780.00 $ EA $ 1,470.00 $ EA $ 3,150.00 $ EA $ 4,450.00 $ EA $ 11,620.00 $ EA $ 19,140.00 $ EA $ 11,470.00 $ 830.00 $ 3,320.00 3,540.00 46,110.00 2,240.00 1,920.00 25,920.00 2,060.00 1,780.00 1,470.00 3,150.00 4,450.00 69,720.00 19,140.00 11,470.00 97,037.00 421,192.50 43,670.00 66,555.00 83,730.00 3,300.00 46,305.00 150,250.80 56,800.00 43,270.00 33,530.00 84,580.00 12,190.00 30,330.00 3,610.00 100.00 2,860,663.80 3A 6" Gate Valve & Valve Box 3B 8" Gate Valve & Valve Box 4 Air Release Valve & Enclosure 5 6"1 Line Stop 6 4" Tapping Sleeve & Valve 7 16" O.D. Steel Casing (0.3125 wall thickness) 8 10" HDPE Pipe (Horizontal Directional 9 Connection to Existing Lift tStation Wet Well - Driveway Restoration 11 Asphalt Trench Restoration (1.5" asphalt & 6" Limerock 12 Gravel Driveway 13 Milling 14 Asphalt Restoration 15 Sodding 16 Unsuitable Soil Removal & Replacement 17 Maintenance of' Traffic 18 Prevention, Control & Abatement of Erosion / Water Pollution 19 Mobilization 20 Trench Safety 21 Public Construction Bond 22 Additional Cost of Insurancd 23 Indemnification Acceptance TOTAL OF. ALLBIDPRICES LF LF $ $ 843.80 $ 133.50 $ EA $ 43,670.00 $ SY $ 10 Concrete Sidewalk 443.70 $ LS $ 83,730.00 $ 100 $ 33.00 $ 1,225 $ 37.80 $ 750 $ 364.10 $ 273,075.00 8078 $ 18.60 $ 200 $ 284.00 $ 1 $ 43,270.00 $ 1 $ 33,530.00 $ 1 $ 84,580.00 $ 1 $ 12,190.00 $ 1 $ 30,330.00 $ 1 $ 3,610.00 $ 1 $ 100.00 $ $ BIDFORM 004100-4 1029.002/1 May2 2024 2D 4"451 Degree Ell 2E 6" 45 Degree Ell 2F 8"4 45 Degree Ell 2G 10" 45 Degree ElI 2H 8"90 Degree EllI 2I 8"x10" Reducer 2J 8"x4" Tee 2K 8"x6" Tee 2L 6'x6" Tee 4 3 29 1 1 12 1 1 1 1 1 6 1 1 115 EA EA EA EA EA EA EA EA EA EA EA EA EA EA LF LF EA SY LS 100 1,225 750 8078 200 1 1 1 1 1 1 1 3A 6" Gate Valve & Valve Box 3B 8" Gate Valve & Valve Box 4 Air Release Valve & Enclosure 5 6"L Line Stop 6 4" Tappling Sleeve & Valve 7 16" O.D. Steel Casing (0.3125 wall thickness) 8 10" HDPE Pipe (Horizontal 3,155 Directional Drill 9 Connection to Existing Lift Station Wet Well (cored) Driveway Restoration 11 Asphalt Trench Restoration (1.5" asphalt & 6" Limerock 12 Gravel Driveway Restoration 13 Milling 14 Asphalt Restoration 15 Sodding 16 Unsuitable Soil Removal & Replacement 17 Maintenance of Traffic 18 Prevention, Control & Abatement of Erosion / Water Pollution 19 Mobilization 20 Trench Safety 21 Public Construction Bond 22 Additional Cost of Insurance 23 Indemnification Acceptance TOTALOF. ALL BID: PRICES 1 150 1 LF SY Ton LF CY LS LS LS LS LS LS LS 10 Concrete Sidewalk / $ BIDFORM 004100-4 1029.002./ May 2024 Unit Prices have been computed in accordance with Paragraph 13.03.B of the General Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will bel based on actual quantities, determined as provided ini the Contract Documents. Conditions. ARTICLE6-7 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 270 calendar days after the date when the Contract Times commence to run as provided in the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 300 calendar days after the date when the Contract Times commence to run 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE7- ATTACHMENTSTOTHS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of Bid Bond. B. Required Bidder Qualification Statement (Section 004513) with supporting data, including evidence of qualification to dol business in the State. L List of] Proposed Subcontractors D. List of Proposed Suppliers E. Section 004 4519-Non-Colision Affidavit F. Section 004 4521 -] Form PUR 7068 "Florida Public Entities Crimes Statement" G. Section 004540- - Trench Safety Act Compliance H. Section 004560-1 Drug-Free Program Certification. ARTICLE8- DEFINEDTERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE9-1 BID SUBMITTAL BIDDER: Indicate correct name of bidding entity] 1029.002/N May 2024 004100-5 BIDI FORM Midsouth Inc. By: [Signature] [Printed name] Attest: [Signature) [Printed name] Title: W. Scott Smith, President (fBidderi is a corporation, al limited liability company, a partnership, or aj joint venture, attach evidence of authority to sign.) dipyur Gune Margaret Durham Controller Submittal Date: 9/4/2024 Address for givingnotices: 132 Bushnell Plaza PO Box 1330 Bushnell FL: 33513 352-446-7272 Telephone Number: Fax Number: address: State License No.: Contact Name and e-mail W. Scott Smith, scott@midsouth.nto CUC1225979 Contractor ENDOFSECTION BIDFORM 004100-6 1029.002/ May 2024 2024 FLORIDA PROFIT CORPORATION, AMENDED ANNUAL REPORT FILED 21, 2024 Aug Secretary of State 5164537936CC DOCUMENT# P22000077864 Entity Name: MIDSOUTH, INC. Current Principal Place of Business: 132 BUSHNELL PLAZA BUSHNELL, FL 33513 Current Mailing Address: P.O. BOX1330 BUSHNELL, FL 33513 US FEI Number: 92-0659280 DURHAM, MARGARETH 132 BUSHNELLI PLAZA BUSHNELL, FL 33513 US Certificate of Status Desired: No Name and Address of Current Registered Agent: The above named entiys submits this statement for the purpose ofd changingh its registered office orr registered agent, orb both, intl the State ofF Florida. SIGNATURE: MARGARET DURHAM Officer/Director Detail: : 08/21/2024 Date Electronic Signature of Registered Agent Title Name Address Title Name Address P,D,S SMITH, WILLIAMSCOTT P.O.BOX1330 VP CROFT, Il, CHARLESC P.O. BOX1330 Title Name Address CONTROLLER, ASST. SECRETARY DURHAM, MARGARET P.O.BOX1330 City-State-Zip: BUSHNELL FL 33513 City-State-Zip: BUSHNELL FL 33513 City-State-Zip: BUSHNELL FL 33513 Ihereby certily thal! thei informationi indicatedo ont this report ors supplemental reportist true anda accurate and! that mye electronic signature shall 607, have Floridas thes samek Statutes; legale and! effecta thatn asif ifmadeu namea appears under oath;t that! lama and oficer or4 directors ofthe corporation or then receiver ort trustees empoweredioe execute this report as requiredbyo Chapter my 08/21/2024 Date above, aro ona ana attachmentw witha allo otherk likee empowered. SIGNATURECWILLIAM SCOTT SMITH PRESIDENT Electronic: Signature of Signing Officer/Director Detail THISPAGE INTENTIONALLYIEFT BLANK 1029.002 /1 May 2024 004100-7 BIDFORM DAMAGES! FORM SECTION 004 4313 BID BOND Any singular reference tol Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address): MidSouth, Inc., P.O. Box 1330, Bushnell, FL 33513 SURETY (Name and Address ofPrincipal Place ofBusiness): Liberty Mutual Insurance Company, 175 Berkely St., Boston, MA 02116 OWNER (Name and Address): City of Polk City, 123 Broadway Blvd. SE, Polk City, FL 33868 BID Bid Due Date: 9/4/24 BOND Bond Number: TBD Date: TBD Mount Olive Force Main Extension Description (Project Name and Include. Location): SR33 and Mount Olive Rd., Polk City, FL Penal sum FIVE percent of amount bid $5% (Figures) (Words) Surety and Bidder, intending to bel legally bound hereby, subject to thet terms set forth below, do each cause thisl Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER MidSputh,inc. 6 By: SURETY (Seal) Liberty Mutual Insurance Company Surety's Name and Corporate Seal By: Paul (Seal) hon Bidder'sName: and Corporate Seal dR A Signature WSOTSHTH Print] Name PRESIDENT Title Attest: Megpur Signature Title Signature (Attach Power of Attorney)- Paul A. Locascio Print Name Title Attest: Signature Account Executive Title Attorney-in-Fact & FLI Resident Agent R.Slap Quw MARGARET DURHA1, (ONTLouE Note: Addresses are to be used for giving any requiredr notice. Provide execution by any additional parties, such as joint venturers, ifnecessary. EJCDC" C-435, BidI Bond (Damages Form).. Published 2013. Prepared by thel Engineers Joint Contract) Documents Committee. Pagelof2 DAMAGES FORM 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder any difference between the total amount of Bidder's Bid and the total amount of the Bid of the next lowest, responsible Bidder that submitted a responsive Bid as determined by Owner for 1.1 Ifthere is no such next Bidder, and Owner does not abandon the Project, then Bidder and Surety shall pay to 1.2 Ini no events shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of 1.3 Recovery under the terms of this Bond shalll be Owner'ss sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed toi in writing by Owner) the executed Agreement required by thel Bidding the work required by the Contract Documents, provided that: Owner thej penal sum set forth on1 thei face of thisl Bond, and this Bond. Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and voidi if: 3.1 Owner accepts Bidder's! Bid and Bidder delivers within the time required by thel Bidding Documents (or any extension thereof agreed toi in writing by Owner) the executed Agreement required by thel Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.3 Owner fails toi issue al Notice of Award tol Bidder within the time specified in thel Bidding Documents (or any extension thereof agreed toi in writing by Bidder and, ifapplicable, consented! to by Surety when required by 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, 5. Surety waives notice of any and all defenses based on or arising out of any time extension toi issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required inl Paragraph 4 above is received by Bidder and Surety andi ini no case later than one year after thel Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the 8. Notices required hereunder shalll be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, retum receipt requested, postage pre-paid, and shall be deemed to be effective upon 9. Surety shali cause to be attached to this Bond a current and effective Power of Attomey evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as ifs set forth at length. Ifa any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. 3.2 Alll Bids are rejected by Owner, or Paragraph: 51 hereof). identifying this Bond and thel Project andi including a statement of the amount due. state in which thel Project is located. receipt by the party concerned. and bind the Surety thereby. the remainder oft this Bond that is noti in conflict therewith shall continue in: full force and effect. EJCDC*C-435, Bid) Bond (Damages Form). Published 2013. Prepared by thel Engineers. Joint Contract Documents Committee. Page 2of2 This Powero of Attorneyl limitst the acts oft thoser named herein, andt they! have no authorityt to bind the Company excepti int ther mannera andt tot thee extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Liberty Mutual. SURETY Certificatel No: 8211150-964021 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Companyi isa corporation duly organized under thel laws oft the State of New Hampshire, dulys that Liberty Mutuall Insurance Companyis isa corporation duly organized undert thek laws dft the Slate ofMassachusetts, andV West American! Insurance Companyisac constitute: anda corporation Benjamin organized H. undert thel laws ofthe State ofindana (hereino collectively calledthe" Companies"). pursuanttoa andby authority! hereins set forth, does! herebyn name, French; RonaldJ . Hays: Paul A. Locascio. Joshua T. Morgan: Trava Ridlon: RebekahF F. Sharp: L. Dale Waldorft, K. Wayne Walker appoint, alloflhec cilyol Gainesville state of FL eachi individuallyift theret ben moret than oner named, itsb truea and! lawful atomneyinactiomake execute, seal, acknowledge ando deliver, fora andonit its behalfa as surety anda asi its acla andd deed, any anda all undertakings, bonds, recognizances ando oft ather the surety obligations, in their inpursuance ownp proper oft these presents and shall be ast binding upont the Companies asi ifthey have! been duly signed! byt the president anda altested byt thes secrelary Companiesi INV persons. WITNESS WHEREOF, this Power of Attorney has been subscribedI by an authorized officer or official ofthe Companies and thec corporate seals oft the Companies have been affixed thereto! this 8th dayof January 2024 Liberty Mutuall Insurance Company The Ohio Casually Insurance Company West Americanl Insurance Company AnE David M. Carey. Assislant Secrelary INSURA 1991 DIANH By: 1912 1919 Stateo of PENNSYLVANIA $S CoumydiMONTOMERT Insurance! fort purposes Ont this 8th dayof_ January 2024 beforer mep personally: appeared David M. Carey, who acknowledged! himselft tob bet the Assistant SecretaryofL instrument Liberty Mutuall thep Company. The Ohio Casualty Company, and West Americanl Insurance Company, andt that he, ass such, beinga authorized sot to do, execute the foregoingi INV WITNESS WHEREOF, Ihave! hereuntos subscribed myr name anda affixedr myr notarial seala atPlymouth Meeting. Pennsyivania, ont thec daya andy yearf firsta abovev wrilten. therein contained! bys signingo onb behalf ofthed corporations byh himselfa asa adulya authorized officer. COMMNCIRGPAaTSN Notary Seal Teresal Pastlella, NolaryP Publc Montgomery County expires March2 28, Mycommission Commissionn number1 1126044 Member, PenrsytanaA Associationo olNotarics hatllo 2025 By: frww Teresa Pastella, NotaryPublic RY This Power of Attomey is made and executed pursuant to and by authority oft the following By-laws and Authorizalions of The Ohio Casualty Insurance Company, Liberty Mutual Presidentr may prescribe, shal appoints such attomeys-in-tact, asn may ber necessary! to acti inb behalfo of the Corporation tor execute, acknowledge ofa surety any and all undertakings, bonds, recognizances ando others surely obligations. Sucha attomeys-in-lact, subjectt tol the! limitations setf forthi in their respective When powers attomey, shalle have full power tob bind the Corporation by their signature and execution ofa any such instruments and lo altach thereto thes seal oft the Corporation. so executed, under suchg thelt instruments shall be as binding asifs signed byt the President anda attestedt tot by the Secretary. Any power ora authoritys granted! toa any representalive or atlomey-in-fact provisions oft lhis articler mayb ber revokeda ata anyt timel byt the Board, the Chairman, the Presidento or by thec officer ord officersg granting suchp power or authority. ARTICLE> XII- Execution ofC Contracts: Section5 5. Surety Bonds andu Undertakings. Any officer oft the Companya authorized fort thatp purposei inw writing byt thec chairman or lhe president, ands subject tos shall appoints such attomeys-in-fact, asr may ber necessary toa actii in behalf oft the Companyt tor make, execute, seal, acknowledge bonds, recognizances ando other surety obligations. Such attoreys-in-tact: subject! tot theli limitations set forthi in their respective powers executed ofa suchi attomey, instruments shall bea ast Company by theirs signalure ande execution of any suchi instruments andt to attach theretot thes seal oft the Company. When 506 Certificate of Designation- The President ofthe Company, acting pursuant tot the Bylaws oft the Company, authorizes David M. Carey, Assistant Secrelaryt tos appoints attomeys-in- other facta as may ber necessary! toa act on! behalf oft the Companyt to make, execute, seal, acknowledge and deliver ass surely any and all undertakings, bonds, recognizances and surely ,Renee C. Uewellyn, theu undersigned, Assislant Secretary, The Ohio Casually! Insurance Company, Liberty Mutual Insurance Company, and West Amerirannsg-ance, isinfullf force andieffect Company and do hereby certifyt thall thec original power ofa attomey ofv which thef foregoingi isaf fuB, true: and correcto copy ofu the Power ofA Attomey executed! bys said Companies INT TESTIMONY WHEREOF, (haveh hereunto setn my! handa anda affixed thes seals ofs said Companies! this_ 4 dayof_ September 2024 Insurance Company, andV WestA American! Insurance Companyy which resolutions aren nowi inf fullf force ande effectr readinga asf follows: Any officer or other official ofU the Corporation authorized for that purpose in by the ARTICLEIV-C OFFICERS: Section1 12. Power ofAttorney. writing Chairman or the President, and subject lo such limitation as the Chairman or make, seal, and deliver ass theg a such limitations as lhec chairman ort the president may prescribe, and deliver as surety any and allu undertakings, shaill havef fullp power tol bindt the bindinga asif sucha signedbyt thep presidenta anda attested! byt thes secretary. obligations. consent Board the Company consents thatf facsimile orr mechanically reproduceds signature ofa any assistants secretaryo of the Authorization- By unanimous ofth the Company's ofDirectors, Company, wherever appearingu upon ac certifiedo copy ofa any power ofa altomeyi issuedt byt the Companyi thes samef force ande effecta as though manuallya affixed. in connection withs surety! bonds, shall bev valida and bindingu upont the Company with has notb beenr revoked. NSUR 1912 8 INSUR 1991 1919 By: Bur Reneed C. Llewellyn, Assistant Secrelary LMS-12873LMIC OCIC WAIC MUIC Co02/21 SECTION004513 BIDDER QUALIFICATIONS STATEMENT The Bidder warrants the truth and accuracy of all statements and answers. herein contained. (Include additional sheets ifi necessary.) THIS QUALIFICATION STATEMENT MUST BE COMPLETED AND SUBMITTED WITH YOUR BID. Midsouth Inc. 1. Bidder Name: License No. (Attach Copy). CUC1225979 Telephone number: (352 ) 446-7272 Co. Physical address: 132 Bushnell Plaza, Bushnell, FL 33513 fax: ( 2. Bidding as an; individual: jaj partnership: jac corporation: XX; a joint venture:_ 3. Ifaj partnership: list names and addresses of partners; if a corporation: list names of officers, directors, shareholders, and state ofi incorporation; if joint venture: list names and addresses of venturers and the same if any venturer is a corporation for each such corporation, partnership, or joint venture: W. Scott Smith, President Charles Croft 11l, Vice President Margaret Durham, Controller 4. Your organization has been in business (under this firm'sr name) as a FL Corporation for how many years? 2yrs 5. Total number of employees and number planned tol be used on this project: 6. Describe and give the date and owner of the last three government projects Field/Admin staff, approx 15 completed which are similar in cost, type, size, and nature as the onej proposed (fora public entity). Include contact name and phone number: 1. 2. 3. Please see attached list 1029.002/Jaly2024 004513-1 BIDDER QUALIFICATIONSSTATEMENT 7. Have you been awarded additional time to complete work awarded to you during thej past five (5) years? If SO, state when, where (contact name, address, and phone number) and why. N/A 8. Haveyoul been assessed liquidated damages under a contract during the past five (5) years? If sO, state when, where (contact name, address, and phone number) and why. No 9. Have you failed to complete work awarded to you? If sO, state when, where (contact name, address, phone number) and why. No 10. Have you been debarred or prohibited from bidding on a governmental entity's construction project? If yes, name the entity and describe the circumstances. No 11. Have you filed claim or had a claim filed against you for mediation, arbitration or litigation under a contract during the past five (5) years? If SO, state when, where (contact name, address, and phone number) and why. No 12. Name three individuals, governmental entities, or corporations for which you have performed similar work and to which you refer. Include contact name and phone number. 1. 2. 3. Please see attached reference sheet BIDDER QUALIFICATIONSSTATEMENT 004513-2 1029.002/July? 2024 13. What specific steps have you taken to examine the physical conditions at or contiguous toi the site, including but not limited to, the location of existing We have attended the prebid meeting and have visited the site to review the current conditions, familiarize ourselves with the possible construction limtations/concers. underground facilities? 14. What specific physical conditions, including but not limited to, the location of existing underground facilities have you found which will, in any manner, affect cost, progress, performance, or finishing of the work? no 15. Will you subcontract any part of this Work? Ifs SO, describe which major portion(s). Survey: On Sight Surveying Directional Drill: Boresite Boring Asphalt: Blackrock Asphalt 16. Ifany, list (with contract amount) MBE/WBE's to be utilized. n/a 17. What equipment do you own to accomplish this Work? List of equipment available to (owned by) Midsouth Inc. attached 18. What equipment will you purchase/rent: for the Work? (specify which) Midsouth will not be renting or purchasing equipment for this project. Our current fleet has all the necessary equipment needed. 1029.002/July: 2024 004513-3 BIDDER QUALIFICATIONSSTATEMENT 19. Provide names of proposed Project Manager and Superintendent. Attach resumes. Project Manager: Jessica Poyner Project Manager: Mark Hall General Superintendent: Chuck Croft 20. List al Financial/Banking Reference for your organization. Eric Waldron, Commercial Relationship Manager Contact Office 407567: 244,etc.aboneich.com United Community, 450 South Orange Avenue Suite 1200, Orlando, FL32801 21. List the following in connection with the Surety which is providing the Bond(s). Surety's Name: Surety's_Address: Liberty Mutual Insurance Co. 175 Berkeley St Boston, MA 02116 22. Name, address and phone number of Surety's resident agent for service of process in Florida: Waldorff Insurance and Bonding 11101 NW 6th Street Gainesville, FL: 32601 Phone: 352 266-9193 END OF SECTION BIDDER QUALIFICATIONSSTATEMENT 004513-4 1029.002/July: 2024 MIDSOUTH INC. List of Subs/Suppliers Subcontractors: LPVideo- Preconstruction Video On Point Survey- Survey/Asbuilts Boresite- Directional Drilling Blackrock Asphalt- Milling/Paving Suppliers TBD Post Office Box 1330, Bushnell, FL 33513 License CUC1225979 MIDSOUTH INC. Qualification Statement Question 6/Question 12 Hwy 44 West Sewer Extension Prime: Midsouth City ofl Inverness 212 West Main! St. Inverness, FL3 34450 Completion Fall: 2024 Contract: $5,065,235.00 Completion 335 sub /3651 final Reference Contact: Alan Garri, Kimley Horn Engineering, alangmielmey/honcom Foreman Mariano Espinoza, Ricardo Ruiz & Gen! Super Chuck Croft via directional drill. Includes 3,000LF of DR18F PVC Water Main Robert Pell, Asst Public Works Director, City ofl Invemnes352-7262611 ext 1504 Install labor/materials for four new lift stations andf force main. Including force main, 8" gravity sewer and 6" sanitary sewer laterals 6884LF8" Gravity Sewer 4816LF2"-4'FM 4ea 12' +/-LSi install Elgin Blvd Force Main-23-C60043/GL Prime: Midsouth Hernando County BOCC 15470 Flight Path Drive Brooksville, FL: 34604 Completion. Summer 2024 Work Completed: along Hwy 44 W( (Gulf to Lake Hwy) Inverness, Citrus Co. Contract: $2,230,620.00, Completion 310 day Final 102/2024/5.683202 Foreman Cody Smith and David Cano & Gen Super Chuck Croft Reference Contact: Alan Turner, Sr Project Mgr, Hernando Co. Utilities ctummer@hemandocounty,Us,3525406219 Installation of a new 12-inch wastewater force main along Elgin Blvd and Barclay Ave. This force main will give wastewater collection capacity for the potential increased growth int the area and flexibility to divert wastewater flows from Sterling Hills and thes surrounding service are to either the Airport Water Reclamation! Facility or the Glen Water Reclaim. Facility. HCUD additional 40LF8"FM 7250LF12"FM Work Completed along Elgin Blvd, Brooksville, Hernando Co. US: 301 /CR470 Government Center Offsite Utility Ext. Project Prime: Midsouth Sumter County BOCC 7375 Powell Road Wildwood, FL34785 Completion Fall: 2024 Sumter Co Inspector, Donald Wade, 352-303-5041, Donald.Wade@sumtercountyl.gov Engineer, Kimely Horn, Lee Cain, 407-928-1555, ee.ainekmepom.com Contract: $1,968,004.00, Completion 180 day Foreman Ricardo Ruiz Mariano Espinoza & Gen Super Chuck Croft Installation of offsite wastewater and water distribution: system fort the County. Wastewater includes! 5,0001 LF ofe 6" Force Main! by open cut and 3,400L LF of 8" HDPE by directional drill. 100LF of6" Jack and Bore DR-18 FM. Core and Connecting to existing wet well. 50001 LF6 6" FM open cut 34001 LF8" FMI Directional drill Work Completed along US3 301/CR470, Sumterville, Sumter Co Post Office Box 1330, Bushnell, FL: 33513 License CUC1225979 INC. MMIDSOUTH Brentwood Meadowcrest WWTF Prime: Pospiech Contracting/Supcontact: Midsouth Citrus County BOCC 3600 Sovereign Path Lecanto, FL: 34461 Completion. Summer 2024 Citrus Co Water, Len Brown: 352-586-2780, onadhomnecrutsccon Contract: $1,878,830.00, Completion: 210 day Final 5/2024 Foreman David Cano & Gen Super Chuck Croft Brentwood' WWTF to Meadowcrest WWTF: Approx: 1800L LF of1 12" PVC and HDPEF Force Main. Partial demolition of the existing surge tankl lift station at Brentwood WWTF and a new duplex Bypass Pump Station. A new Influent Bypass Structure with weir gate ands slide gate. Partial demolition oft thee existing BW-05 Lift Station, new pumps, electrical and controls. Miscp piping, valves, assoc'd piping appurtenances, connections to existing sewer systems. Misc site work andi restoration of concrete sidewalk, sodding, etc. 1800LF12" FM 120' 18" FM Commerce 429 Rehab existing LS and Rehab existing WWTF Work Completed along Norvell Bryant Hwy! Lecanto, Citrus Co. Prime: Earthmovers Inc. /Subcontract: Midsouth Earthmovers Inc., Donl Lee, 352-236-1400 don@-arhmover-inccom Foreman Jose Rodriguez, Noah Ornelas & Gen! Super Chuck Croft. Completion Spring 2024 Lift Stationi installation 4002LF4" FM Tommy's Car Wash Installation of sanitary Sewer System including Lift Station- including off-site sanitary installation. Prime: D&R Civil Construction, /S Subcontract: Midsouth Foreman Cody Smith, Noah Ornelas & Gen Super Chuck Croft Installation of sanitary Sewer System including Lift Station. D&R Civil Construction, Shawn Duncan, 863-398-5715 anearoktoninudien.on Completion Winter 2023 14'Lift Stationi installation 1050LF4"FM Post Office Box 1330, Bushnell, FL: 33513 License CUC1225979 MIDSOUTH INC. RE: Midsouth Inc.- Company Experience In October 2022, Midsouth Inc. started business as a State of Florida Certified Underground Utility Contractor. Midsouth Inc. is an Underground Utility and! Sitework company that specializes in Heavy Highway and Underground Utilities. In addition to being al licensed Underground Utility & Excavation Contractor, Midsouth! Inc. is also a Certified Midsouth Inc. was started by William Scott Smith and Richard Pospiech, owners of Smith Contracting LLC. and Pospiech Contracting Inc., respectively. As part of the newly formed corporation, employees of both Smith and Pospiech all transferred their employment to Midsouth Inc., bringing together both companies' highly skilled management, field supervisors, crews and office staff. Considering the amount ofe experience these employees bring from their previous employers (Smith and Pospiech), Midsouth Inc. has the opportunity to exceed any previous Mr. Pospiech has recently retired from Midsouth Inc. Midsouth Inc. continues to provide the same experience, integrity, and quality of work as available before with Smith Contracting LLC. and Pospiech Contracting Inc. From the references listed below, it is clear that Midsouth Inc. meets the criteria for this project as stated in the As part of the Midsouth Team, Mr. Pospiech retained the following key staff members that were employed by Pospiech Contracting and have participated in all or many oft the projects that we provided as references. General Contractor, and a State of Florida Contractor' VI Fireline Contractor. capabilities and excel int thei industry. specifications and Invitation to Bid provided. Chuck Croft, General Superintendent- Chuck has worked for Pospiech Contracting for over 20) years and has been in Underground Utilities for more than 30 years. He holds his own State of FLU Utility! License (CUC1224040). As General Superintendent, Chuck is part of every project, overseeing our superintendents, foremen and crews completing the work. He has worked on every project referenced below. Jessica Poyner, Senior Project Manager- Jessica had worked at Pospiech Contracting for over 10 years- working as an Asst. Project Manager, Project Manager and isr now our Sr. PM. During her time as al Project Manager, Jessica has been the lead manager of many of the referenced projects below. Oft the submitted references, Jessica was the lead Project Manager on the City of Inverness Hwy 44 Sewer Extension project, Citrus Co. Brentwood to Meadowcrest WWTF, and the Tampa Intl Airport Air Cargo project under Superior Construction. Office Staff that willl be working on this project Margaret Durham, Controller- Margaret worked for Pospiech Contracting for 8 yrs prior to moving over to the Midsouth Team. She has continued as the Controller for Midsouth Inc. Darla Croft, Office/Contracts. Administrator- Darlay worked for Pospiech Contracting for over: 14 years prior to moving over to the Midsouth Team and has 25 years of experience in Underground Utility Construction. She has continued her role as Office/Contracts Administrator for Midsouth Inc. POST OFFICE BOX 1330, BUSHNELL, FL33513 License CUC1225979 MIDSOUTH INC. Field! Staff Jose Rodriguez, Project Foreman- Jose worked for Pospiech Contracting for over 10 yrs prior to moving overt tot the Midsouth Team. His experience exceeds 25 yrs int thisi industry. He has continued asa Project Foreman, leading a pipe crew for Midsouth Inc. Jose and his crew have completed numerous: successful projects for Pospiech Contracting and continue att that same level for Midsouth Inc. Jose has worked on the TIA Air Cargo and the Commerce 429 Project, both submitted as Mariano Espinoza, Project Foreman- Mariano worked for Pospiech Contracting for over 10y yrsp prior tor moving over to the Midsouth Team. His experience exceeds 25 years in this industry. He has continued as a Project Foreman, leading a pipe crew for Midsouth Inc. Mariano and his crew have completed numerous successful projects for Pospiech Contracting and continue at that same level for Midsouth Inc. Mariano was a foreman on the TIA Air Cargo project, Hwy 44 Sewer project, and Ricardo Ruiz, Project Foreman- Ricardo worked for Pospiech Contracting for over 9 yrs prior to moving over tot the MidsouthTeam. His experience exceeds 20 yrsi int thisi industry. Hel has continued asal Project Foreman, leading a pipe crew, for Midsouth Inc. Ricardo and his crew have completed numerous successful projects for Pospiech Contracting and they continue at that same level for references. Erentwoo/Mendowcest WTF. Midsouth Inc. Ricardo was at foreman on the Hwy 44 Sewer project. The staff mentioned above is only a small submission of the 50+ Pospiech Contracting employees that remained to Our President, Scott Smith has beeni int thei industryi for over 25 years. In October 2016, hes started Smith Contracting Inc. When starting Midsouth Inc., the following key Smith Contracting staff members moved their employment to worki for Midsouth Inc. Midsouth Inc. Aaron Speak, SuperintendentyProlect Manager- Aaron worked for Smith Contracting for over 5 years. Aaron's duties are: to oversee both foremen and crews on specific projects. Cody Smith, Project Foreman- Cody worked for Smith Contracting for over 5 yrs. As Foreman, Cody oversees his crew and completes the required work on his specific projects. Cody and his crew worked on the Elgin Blvd (Hernando Co) project and the Tommy's Car Wash project (located in Noah Ornelas, Project Foreman- Noah worked for Smith Contracting for 1 year, starting as an Operator. Noah has over 10 years' experience in the Underground Utility industry. Noah and his crew performed work on Commerce 429 and on Tommy's Car Washlocated in Hernando Co.). Hernando Co.). The: staff mentioned above is only a small representation of the 15+ Smith Contracting employees that remained to Ina addition1 toi the current worke experience of Midsouth Inc., we use the combined project experience and references from Pospiech Contracting Inc. and Smith Contracting LLC. for bidding purposes to provide a better understanding of our staff's experience level. All of those projects were completed with the same staff that would complete this Please feel free to contact all references provided to determine the experience of the Midsouth team. Many of the referenced Municipalities and Owners have worked with our employees through Pospiech Contracting Inc. contracts orwith Smith Contracting LLC., andr now continue to work witht them atl Midsouth Inc. Please contact usi fora additional work for Midsouth Inc. project. information you may need to resolve this issue. Wel look forward to starting this project. POST OFFICE BOX 1330, BUSHNELL, FL 33513 License CUC1225979 MIDSOUTH INC. Tampal International. Airport Air Cargo Expansion Prime: Pospiech Contracting /Subcontract: Midsouth Superior Construction SE, 7072 Business Park Blvd N, Jacksonville FL Superior PM, Rodney Teel 352-697-2838 Foreman Mariano Espinoza, Foreman, Jose Rodiguez & Gen Super Chuck Croft Completion Fall 2024 271 LF14" Force Main Brentwood Meadowcrest WWTF Prime: Pospiech Contracting/Sutcontract: Midsouth Citrus County BOCC Foreman David Cano & Gen Super Chuck Croft Completion. Summer 2024 Tampa Airport: Storm Drain Install, 15',18",24"30" RCP installation. 25ftL Lift Station installation 12' DIA w: 14'x25' base extension, 24" Wet' Well /25' deep Citrus Co Water, Len Brown 352-586-2780, onadsomnectrac.con Brentwood' WWTF1 tol Meadowcrest WWTF: Approx 1800 LF of 12" PVC and HDPE Force Main. Partial demolition of the existing surge tankl lift station at Brentwood WWTF and a new duplex Bypass Pump Station. A new Influent Bypass Structure with weir gate ands slide gate. Partial demolition of the existing BW-05 Lift Station, new pumps, electrical and controls. Miscp piping, valves, assoc'd piping appurtenances, connections to existing sewer systems. Misc site work and restoration of concrete sidewalk, sodding, etc. 1800 LF1 12" FM Rehab existing LS 120' 18" FM Rehab existing' WWTF Hwy 441 West Sewer Extension Prime: Midsouth City of Inverness Completion Fall2 2024 Reference Contact: Alan Garri, Kimley Horn Engineering, langartehmey-hemcon Foreman Mariano Espinoza, Ricardo Ruiz & Gen Super Chuck Croft laterals via directional drill. Includes 3,000LF of DR18 PVC Water Main Robert Pell, Asst Public Works Director, City of nverness352-7262011 ext 1504 Install labor/materials fori fourr new lift stations andf force main. Including force main, 8" gravity sewer and 6" sanitary sewer 68841 LF8" Gravity Sewer 4816LF2"-4'FM 4ea 12' +/-LSinstall Elgin Blvd Force Main-23-CG00A3/GL Prime: Midsouth Hernando County BOCC Completion Fall 2024 Reference Contact: Alan Turner, Sr Project Mgr, Hernando Co. Utilities unerehemnanosouny.s 352-540-6219 Installation ofar new: 12-inch wastewater force main along Elgin Blvd and Barclay Ave. Thist force main will give HCUD additional wastewater collection capacity for the potential increased growth ini the area and flexibility to divert wastewater flows from Sterling Hills andi thes surrounding service are to either the Airport Water Reclamation Facility or the Glen Water Reclaim. Facility. Foreman Cody Smith and David Cano & Gen Super Chuck Croft 40LF8"FM POST OFFICE BOX 1330, BUSHNELL, FL 33513 License CUC1225979 MIDSOUTH INC. 7250LF12'FM Commerce 429 Prime: Earthmovers Inc. /Subcontract: Midsouth Earthmovers Inc., Donl Lee, 352-236-1400 don@earhmovers-nccom Foreman. Jose Rodriguez, Noah Ornelas & Gen: Super Chuck Croft Completion: Spring 2024 Installation of sanitary Sewer System including Lift Station- including off-site sanitary installation. Lift Station installation 4002LF4"FM Tommy's Car Wash Prime: D&R Civil Construction, /Subcontract: Midsouth Foreman Cody Smith, Noah Ornelas & Gen Super Chuck Croft Installation ofs sanitary Sewer System including Lift Station. D&R Civil Construction, Shawn Duncan, 863-398-5715 hwnearcwtoninuctoncon Completion Winter 2023 14 Lift Station installation 1050LF4"F FM Pospiech Contracting Contracts: work performed byt the same crews employed by Midsouth Inc. SE 17th Street Ocala- Prime Pospiech Contracting, /Subcontract: Midsouth City of Ocala Eric Giannino, 352-427-9362 1805 NE 30th Ave, Bldg 700, Ocala FL34470 Completion 8/2023 Foreman Mariano Espinoza, Foreman. Jose Rodiguez & Gen Super Chuck Croft This project consisted of replacing sewer force main on State Road 464 (SE: 17th Street). This force maini is from the Master Lift Station #5 that pumpst tol Water Reclamation Facility #2. Construction was within the right-of-way of SR4 464, starting east ofl Lake Weir Ave, crossing the Florida Northern railroad tracks, to west of SE 25th Ave. Abandonment of the existing force main, construction of the new force main, ARV's upgrades and all the connections. This project was performed on night shift (8pm- 6am), except for the work related tot ther railroad crossing that was performed during a weekend on a 24 hr shift. 18" Fusible PVC Open Cut FM 84LF 18" PVC Open Cut FM4,139LF 20" PVC Open Cut FM1 1,5611 LF 18" Plug Valve 10E EA 20" Plug Valve 2EA Brookridge to Glen! Interconnect- Prime: Pospiech Contracting (work completed by employees employed at Midsouth) Hernando County Utilities, 15365 Cortez Blvd, Brooksville, FL34613 David Demaree, PE, (352)540-6792 Completion 6/2020 Foreman: Ricardo Ruiz and Gen Super Chuck Croft Brookridge to Glen Interconnect project redirected all wastewater flows received by the Brookridge WWTF toi the Glen WRF, thereby allowing the Brookridge WWTFt to be decommissioned. This project consisted ofat triplex lifts station and approximately 15,0001 linear feet of 16" force main, 2,152 LF of 10" force main, 594 LF of 8" force main, and 4871 LFof6 6" force main. 16" PVC Open Cut FM1 14,221 LF POST OFFICE BOX 1330, BUSHNELL, FL 33513 License CUC1225979 MIDSOUTH INC. Jessica Poyner Project Manager 201 SApopka Avenue Inverness, FL34452 Phone: 352-7263940Ext204 Cell: 352-464-1900 SUMMARY OF QUALIFICATIONS Project Management Time Management Project Administration Cost and revenue reporting Building and maintaining of company and client relations Purchasing and negotiations De-escalating complaints andi finalizing resolutions Accounts payable andi receivable EXPERIENCE Midsouth Inc. inverness, FL Pospiech Contracting, Inc.-l Inverness, FL Project Manager, Present Project Administrator. September. 2013-2 2015 Responsible for all project administration including take offs, buyout, subcontract and vendor negotiations, purchasing, submittals, permits, utility locates and pay applications. Builds and maintains relationships with Owners, Engineers, Inspectors and Vendors. Responsible for scheduling and management ofr materials, subcontractors and field staff. Monthly cost and revenue reports and cost management and analysis. Read andi interpreting construction drawings and as-builts to build a project and ensure the project was built according to design drawings. Preparation of cost proposals fora additional work. Welsh Companies Florida- Naples, FL Commercial Property Management Accountant, 2003-July 2006 Assistant Property Manager, November. 2002- -2003 Responsible for the day-to-day management of accounts payable, accounts receivable, tenant billings and monthly! bank reconciliations for a commercial portfolio of 14 multi-tenant buildings. Preparation of monthly financial reports for property owners and accountants. Maintaining client & owner relations. Mid-Continent Electric, Inc. -I Naples, FL Administrative Assistant, August. 1999-N November. 2002 Maintain accounting files for properties in my portfolio. Responsible for maintaining commercial project files and assisting with permitting and quotes. Maintain front office with general office duties. Assist with accounts payable and receivables. Maintaining human resources duties, including new hire paperwork and assisting with weekly payroll preparation. EDUCATION Lighthouse Christian Academy- Graduated June 2002 Advanced MOTT Training- Certified until 2024 OSHA Training Courses Competent Person/ Trench! Safety First Aid/ CPR State of Florida Notary Qualified Stormwater Management Inspector- Certified in 2017 SKILLS Detail oriented and exceptional communication with Owners, Engineers, Subcontractors, Inspectors and colleagues to complete a project on time and within budget. 201 S. Apopka Ave. Inverness, FL34452 Phone: (352)" 726-3940 Fax: (352) 726-5250 MMIDSOUTH INC. Charles (Chuck) Croft III General Superintendent 201 South Apopka Avenue Inverness, FL PHONE: 352-726-3940 CELL: 352-302-4716 SUMMARY OF QVALIFICATIONS Over 25 years of experience Heavy Highway and Utilities Gravity, Storm, Sewer, and' Water Mains Time Management Project Management Estimating Prolifici in field management, equipment, and materials Complaint Handling and Resolutions Teaml building/training Purchasing Maintainingbuilding: of company client relations EXPERIENCE Midsouth Inc- Inverness, FL. (Fkal Pospiech Contracting) Pospiech Contracting, Inc. - Inverness, FL General. Superintendent, October 2022 tol Present (Midsouth. Inc.) and hands-on construction of all underground utilities/sitework. Vice President and General Superintendent, May 2015-0 October 2022 (Pospiech Contracting Inc.) General Superintendent of Underground Utilities division. Field experience at all levels of the underground utility and road construction industry. Responsible for field supervision, personnel and equipment management, Croft Contracting, Inc. - Inverness, FL President, August 2004-1 May. 2015 (Crof Contracting Inc. merged with Pospiech Contracting Inc.) President of Croft Contracting, Inc. FieldManagerial experience at all levels of the underground utility and road construction industry. Responsible for office/field supervision, personnel and equipment management, and hands-on construction of all underground utilities and sitework. Pospiech Contracting, Inc. - Inverness, FL Vice President, May. 1990- August 2004 Vice President and Superintendent of Underground Utilities division. Field experience at all levels of the underground utility and road construction industry. Responsible for field supervision, personnel and equipment management, and hands-on construction of all underground utilities. Previous positions include general superintendent ofroad operations, site and utility foreman and operator. Page 1 Charles "Chuck" Croft EXPERIENCE (Continued) C.C. Croft, Inc. (Owner, Cleve Croft)- -Inverness, FL Operator, May. 1986-May. 1990 Operator of all types of equipment for site, road and underground utility construction projects. EDUCATION Madison High School - 1989 Advanced MOT Training- Certified OSHA Training Course Competent Person, / Trench Safety - Course 2018 Certification- HDPE Fusing- 2010 Certified with Forestry for Debris Burning SKILLS Prolific in field management of personnel, equipment and materials required for underground utility, road and site development. Experience with field correspondence and project management necessary for any size utlity or road project. Page 2 Charles "Chuck" Croft MARK HALL 132 Bushnell Plaza Bushnell FL33513 Personal Summary; A bright, talented, and ambitious owner who has qualifications along with comparable experience of working to the highest standards. I have al long track record of ensuring quality work that is delivered within timed schedules, within budget by effectively organizing, managing, and utilizing all possible resources. I've contributed on various projects from Lowes, to small private sector projects. I am able to lead teams on commercial, industrial, and residential projects and ensure that all aspects of the project are completed to routinely industry high demands. I'm always actively involved in all: aspects of my projects criteria to ensure to meet the customers: needs and or wants. One ofmy best qualities is my ability to be versatile to see the jobs through. Areas Of Expertise; C0C13.37/C0C15376 *Estimating/ Project Planning *Project! Management Managing Project Quality *Resource. Management* *Coordinating Subcontractors *Contract Administration *Safety & Regulation Compliance /1 Risk Management *Client Relationship! Management *Permitting Requirements *MOT Construction &1 Maintenance Experience Midsouth Inc Estimator/Project Manager December 2023. - Present Accountable for managing the critical delivery of projects and providing managing support for all to ensure a quality ofworkmanship. Organizing contractors, subcontractors, materials, andi inspections on work to supply af finished product in a timely manner. From quoting the project to the customer, until the final product is delivered, there is no stonel left untured to ensure as satisfactory. job for both my representing contractor and our customer Responsiblities *Supervising *Managing Project Quality *Resource Management *Project Planning "Coordinating Subcontractors *Contract. Administration Central Florida Development Group LLC Officer PSL Construction April 2015 - December 2023 Lead Project Coordinator. Senior Estimator ensure quality work, and overall satisfied customers. Responsibilities: *Estimating, quoting, and writing of contracts *Ordering. jobi materials *Preparing job documents for field supervisors April 2013-July 2015 Accountable for all new accounts for business and to ensure quality work and customer satisfaction, while holding ourselves at a higher standard of business than standard. Organizing contracts, to *Responsible to ensure quality workmanship, value, and satisfaction for alli involved with the project *Permitting, NOC requirements, and ARC for surrounding municipalities *Identifying costing and accessing change orders and or credits perj job *Working closely with all inspectors, engineers, and or architects MARK HALL 132 Bushnell Plaza Bushnell FL: 33513 Uniqco Group Project Manager/Estimator August 2008- April 2013 Accountable for managing the critical delivery of projects and providing managing support for all to ensure a quality of workmanship. Organizing contractors, subcontractors, materials, and inspections on work to supply a finished product in a timely manner. From quoting the project to the customer, until the final product is delivered, there is no stone left untured to ensure a satisfactory, job for both myi representing contractor and our customer. *Responsible for estimating, quoting, and planning projects. *Preparing project documentations. *Maintaining and completing project interval dates. *Writing detailed and summarized project progress reports. *Identifying, costing, and processing any contract variations. *Monitoring actual expenditure figures against actual budgets. *Managing the project team including any subcontractors. *Scheduling materials and providing submittal documentation. Responsibilities: *Working closely with engineers to field correct potential problems to ensure and maintain a schedule. Craggs Construction SwpenintendmvEstimator March 2005- August 2008 Accountable to ensure a quality product to our customer and working in the field to verify workmanship. Quote projects and see that said projects were organized and executed to the highest standards. Organized field operations while working closely with senior management to accomplish various completed projects ont time and within budget. *Responsible for field operations. *Responsible for project documentations. *Maintaining and completing project interval dates. *Responsible for verified field as-builts. *Identifying, costing, and processing any contract variations. *Responsible for final grading of projects to ensure quality upon completion. various small machinery. Elite Construction Foreman Duties: *Run a variety of machinery from heavy excavators, graders, loaders, skid steers, rollers, cranes, and May 2003. March 2005 Responsible for all underground utilities, and the development of the project site. Accountable to ensure a quality project for the customer. Organized field operations and materials to ensure a completed project. Responsible as a crew leader to maintain working relationships with inspectors, senior management, and customers. Responsible for reporting tos senior management any deviations inj plans or cost values inj projects. Duties: *Completion of tasks and projects in ai timely manner. *Responsible for a quality ofworkmanship. *Responsible for daily reports to senior management. *Responsible for verified field as-builts. *Responsible for final grading of projects to ensure quality upon completion. *Run a variety of machinery: from heavy equipment,and various small machinery. MARK HALL 1321 Bushnell Plaza Bushnell FL33513 Education; Belleview High School CFCC Graduated. 2004 Completion of CAD course Additional Career Courses Cont'd Education: *Certified cranei rigger course. *DOW site specific certification. *DOW plant certifications. *MOT certified, *SWPPP certified. *10hr OSHA course certification, *Firel Hazard course. *Forklift certification. *Scissor lift certification. *Confined space certification. *Flagging course certification. *Zachery site training. *Competent person in trenches certification. *Competent person scaffolding certification. *Zachery safety training course. References; Craggs Construction Mulligan Construction R.E. Crawford CCS Construction City of! Mt Dora Orange County Utilities MAPP Construction Tri-County' Testing Tommy Craggs Marty Shapiro Stan Swan Pat] Rosemund Ray Selmundo Petel Hinson Michael Bouquet Don Harris (352)-266-8774 (407)-222-5319 (941)-730-2230 (352)-435-5929 (352)-735-7151 (321)-229-2704 (225)-330-4398 (407)-921-3310 Midsouth Inc. Schedule CI Major Equipment List Description Broom Tractor Lay-Mor Air Compressor Plate Compactor Plate Compactor Plate Compactor Plate Compactor Plate Compactor Tractor Kubota RTV-X900G-A Tractor Kubota RTV-X900G-A Pickup Chevrolet 1500 4x4 Pickup Ford F250 SD Pickup Chevrolet Silverado Pickup Chevrolet Silverado Pickup Ford F250 Pickup Ford F250 Pickup Ford F250 PU FORD F350SD Pickup Ford Crew F250SD Pickup Ford Crew F250SD) Pickup Ford Crew F250SD Pickup Ford Crew F250 Pickup Ford Crew F150 Pickup Ford Crew F250 Pickup Ford Crew F250 Pickup Ford F350SD White Vermeer Directional Drill Rig Dump Truck Dozer. John Deere 450K Dozer Komatsu D39PX-24 Dozer Komatsu D51 Dozer Komatsul D39PX-24 JD50D Mini Excavator JD75D Mini Excavator Excavator JD: 35G Excavator. JD 35G Excavator JD: 35G Excavator JD: 350G Excavator Volvo ECR235DL Excavator CAT315-07 Excavator Case CX350D (Lease) Excavator Case CX350D (Lease) Excavator Case CX350D (Lease) Excavator Case CX245D (Lease) 20 CASE Excavator Case CX145D (Lease) Excavator Case CX80C (Lease) Excavator JD345GL LC Year Make 14 LAY-MOR 20 WACKER 20 WACKER 20 WACKER 20 WACKER 23 BOMAG 20 KUBOTA 20 KUBOTA 15 CHEVROLET 16 FORD 20 CHEVROLET 20 CHEVROLET 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 20 FORD 23 FORD 13 VERMEER 20 PETERBILT 18 JOHN DEERE 20 KOMATSU 20 KOMATSU 20 KOMATSU 20 DEERE 20 DEERE 20 DEERE 20 DEERE 20 DEERE 20 DEERE 20 VOLVO 20 CAT 20 CASE 20 CASE 20 CASE 20 CASE 20 CASE 20 DEERE Model SWEEPMASTER 300 35410 DPU5545HE DPU5545HE DPU5545HE DPU5545HE BVP 18/45 RTV RTV F350 1500 F250 SILVERADO SILVERADO F250 F250 F250 F350 F250 F250 F250 F250 F150 F250 F250 F350SD F250SD F250SD TRI AXLE 450K D39PX-24 D51 D39PX-24 50D 75D JD35G JD35G JD35G 350 ECR235DL 315 CX350D CX350D CX350D CX245D CX145D CX80C 345GLC Serial# 2279130095 1721017000694 11610268 11610405 101630165115 A5K82FDBVNG071635 A5A82FDBPNG0/T712 1FDWF36F21ED53460 16CVKPEH8F2294503 1FT7W2BT3GEA69603 16C1KXEYXJF156101 1GCVKNEH1Z190271 1FT7W2BI7JEB26358 1FT7W2B1SJEB28309 1FT7W2BIXJEC87531 IFIBW3BT4KED25323 1FT/W2BTONEC83638 1FT7W2B12NEC83639 FT/W2BITNECBSE36 1FT8W2BT4LEE66297 1FTFWIE83MFA40475 FIBW2BINECU64A4 1FT8W2BT9NED59507 1FD8W3HI3PEC78210 1FT7W2B19PEC30293 FT/W2BI7PEC30292 1NPFXUEX03D806932 1T0450XXCJF33871 KMTOD130THA095733 15350 DJ1Y67 FFOSODXAC6ZT1223 1FF075DXKC6014702 1FF0356XCJK283442 1FF035GXAK283385 1FF035GXEJK283438 1FF350GXKCE809004 VCECR235E00210647 WKX00544 DAC3S0K/AMS7P1674 DACSSOK/AMSTPI6SY DAC3S0K/NMS7P1696 DAC245K7NMS7K1425 DAC145K/ANS7E2453 NNS6B2852 1FF345GXVJF020167 22 CENTRAL PNEUMATIC 8119079LAX016 Pickup F350XL SDI Flat Bed Shop 01 FORD Pickup Ford Crew F250SD White 23 FORD Pickup Ford Crew F250SD White 23 FORD D24X40 SERIES II VRZ1903801002355 1FF050GACKH291535 1FFDDR70.MF940977 HCMJAG60F006I623 1FF1356XKMFS02885 1FF1356XKMFS03213 1FF245GXPNF802853 1FF3456XCMF020751 203B-283 DW672DX600286 DW644JX601366 DW544J2604256 DW544J2605078 CAT0950KCR4A00721 CATO838ACSWL02I36 A35446 CAT0095OTM5T03864 CAT00950.M5T03907 KMTWA136PLA084801 1DW64AKZEHF681806 IDW64PAINLZ14117 224713 33028-0095-632105 JX904323 JX904313 B3CA14669 1T033GMCNF423237 60049 901581471175 CATOCS34L5140621 CATOCS34151400659 101587261071 C0000005/6 2FZHATDC3BAVS1ZA 3FRNF6H67V402264 3FRXF7FH3AV274629 3FRXF75P96V265210 1HTWCAAM1B.393969 4U3J052352003523 4KNF12323FL160125 1XPFD4TX16N646849 1LV5115MCLK403453 IFTYA90XOWVA12421 1FDXX84A41VA12775 DW644HX575923 Excavator JD 50G Excavator Hitachi ZX350LC Excavator Hitachi ZX470LC-6 Excavator JD 135G Excavator JD 135G Excavator JD 245G Excavator JD: 345G 4000 Ib D&B 200V Hydraulic Bre Grader JD672DX Deere Wheeled Loader JD 644JQC Wheeled Loader JD544J Wheeled Loader JD544J Wheeled Loader CAT 950K Wheeled Loader CAT 938K Wheeled Loader CAT 950GC Wheeled Loader CAT 950GC Wheeled Loader JD 644K Wheel Loader JD 644P Wheel Loader Volvo L30GS Wheeled Loader Volvo L110H Loader Skid Steer CAT: 289D3 Loader Skid Steer CAT 289D3 Loader Skid Steer Bobcat T740 Loader Skid Steer. JD: 333G Spinning Laser-Topcon PRESSURE TEST PUMP Roller-Vibratory Roller-Vibratory Roller Vibratory CAT CS34 Roller' Vibratory CAT CS34 Roller Bomag BW124DH 48" Cutoff Saw- Stihl TS-420 Cutoff Saw- Stihl TS-420-Z Sewer Camera System Sewer Cleaner Sterling Ford F650 PM Truck Ford F750X XL Ford F750) XL International 7400 Mechanics T Trailer Transpor.SpecalizeX Towmaster T-40 Trailer Trailer - Equipment Transport Trailer Gooseneck Bi Transport-Peterbit. Tractor JD 5115M Utility Tract Water Truck Ford 4000 Gal Water Truck Water Wagon 5000G Gal 20 DEERE 20 HITACHI 20 HITACHI 20 DEERE 20 DEERE 20 DEERE 20 DEERE 20 DANDB 20 DEERE 20 DEERE 20 DEERE 20 DEERE 20 CAT 20 CAT 20 CAT 20 CAT 20 DEERE 20 DEERE 20 VOLVO 20 VOLVO 20 CAT 20 CAT 20 BOBCAT 20 DEERE 20 TOPCON RICE HYDRO 20 BOMAG 20 HAMM 20 CAT 20 CAT 00 BOMAG STIHL STIHL 20 MISC 20 STERLING 20 FORD 20 FORD 20 FORD 20 INTERNATIONAL 20 XL 20 TOWMASTER 20 20 BIG TEX 20 PETERBILT DEERE 97 FORD 00 FORD 00 CAT 50G ZX350LC ZX470LC 135G 135G 245G 345G 200V 672 644JQC 544 544 950K 938K WA320-6 950GC 950GC WA270-8 644 644 L30GS L110H 283D3 283D3 T740 333G TEST PUMP BW145D-3 CS34 CS34 BW124 CUT OFF SAW CUT OFF SAW NONE LT7501 F650 F750 F750 7400 XL T-40 Wheeled Loader Komatsu' WA320-6 20 KOMATSU Wheeled Loader Komatsu' WA270-8 20 KOMATSU 5115M 4000 GAL F800 613C in 9 9 E a C E 3 a E C m 6 8 a 5 9 SECTION 004 4519 NON-COLLUSION AFFIDAVIT OFI PRIMEI BIDDER State of FLORIDA County of SUMTER W. Scott Smith Name (1) Heis President being first duly sworn, deposes and says that: of Midsouth Inc. the Title Company Bidder that has submitted the attached bid; all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of (4) Neither the said Bidder not any of his officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any, way colluded, conspired, connived or agreed, directly, or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or has refrained from bidding in connection with such Contract; nor in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or if any, other Bidder; not has fixed any overhead, profit or cost element of the Bid price, or the Bid price of any other Bidder; not has secured through any collusion, conspiracy, connivânce or unlawful agreement, any advantage against the City of Sumter, Florida or any person interested in the proposed Contract; (5) Thej price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any ofi it's agents, representatives, owners, employees, or parties in interest, including and this affiant. d (Signed) Name, Title 20_24 W. Scott Smith, President Subscribed and sworn tol before me this 4th day of Sept DAI Signature Darla Croft, Notary Public Title My commission expires / DARLACROFT Florida NotaryP Commission Public-Stateofs # HHI Oct 190984 25, 2025 My Comm. Expires National: NotaryA Assn. Bondedt through 10/25/25 ENDOPSECTION 004519-1 1029.002/July2 2024 NON-COLLUSION. AFFIDAVIT THIS PAGE INTENTIONALLYLEFTBLANK NON-COLLUSION AFFIDAVIT 004519-2 1029.002./ /July 2024 SECTION004540 TRENCHSAFETY ACT COMPLIANCE Trench Excavation Safety System and Shoring, Special (Trench Excavation) General: 1. The Contractor. shall comply with the Floridal Trench Safety Act (90-96), Laws of FL. 2. The Contractor(s) performing trench safety excavation on this Contract shall comply with the Occupational Safety and Health Administration's: (OSHA) trench excavation safety standards, 29 CFR's1926.650, Subpart P, including all subsequent revisions or updates tot these standards as adopted by thel Department of Labor and Employment 3. By submission of his bid and subsequent execution of this Contract, the Contractor certifies that all trench excavation done within his control shall be accomplished in strict adherence with OSHA trench safety standards contained in 29 CFR's1 1926.650, Subpart P,including all subsequent revisions or updates to these standards as adopted by the 4. The Contractor also agrees that he has obtained or will obtain identical certification from his proposed Subcontractors that will perform trench excavation prior to award of the subcontracts and that he will: retain such certifications in his files for a period of not less 5. The Contractor shall consider all available geotechnical information in his design of the 6.1 Inspections may be conducted by the City and the City's Safety Officer. Serious deficiencies will be corrected on the spot or the job may be closed. Imminent danger citing will result in the immediate cessation of work. Work will resume when the 7. Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96), Laws of FL. effective October 1,1990. The Bidder further identifies the costs to be summarized as effective October 1, 1990. Security (DLES). Department ofl Labor and Employment Security. than three years following final acceptance. trench excavation safety system. danger is corrected. follows: 1029.002 /July 2024 004540-1 TRENCHSAFETY. ACT COMPLIANCE Trench Safety Measure (Description) Trench Box or A. Sloping-as-needed), Units of Measure (LF,SY) LF Unit (QTY) 8,325 Unit Cost 1.00 $_ $ $ $ $ $ $ Total Extended Cost 8,325.00 $ $ $ $ $ $ $ B. C. D. E. F.. G. H. 8,325.00 dh W.Scott Smith (Signature) President Sworn to and subscribed before me this 4th day of Sept OpA Notary Public-Statec of My commission expires (Printed, Typed or Stamped Commissioned Name of] Notary Public) 20_24 Personally known XX ORPreduced Identification Florida 10/25/25 D.Croft (Type ofl Identification) Notary Public- DARLACROFT Stateo ofFlorida Commission Expires #HHI Oct 190984 25, 2025 Boncedt My through Comm. Nationain Notary AsSn. ENDOFSECTION TRENCHSAFETY ACT COMPLIANCE 004540-2 1029.002/July? 2024 SECTION 004546 SWORN STATEMENT PURSUANTTO: SECTION: 287.133(3)(a), FLORIDA STATUTES, ON PUBLICI ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLICOROTHER OFFICALAUTHORIZED TOADMINSTEROATIS 1. This sworn statement is submitted to the City of Polk City, Florida by W. Scott Smith, President (print individual'si name and title) Midsouth Inc. for (print name of entity submitting sworn statement) whose business address is 132 Bushnell Plaza, Bushnell FL 33513 and (if applicable) its Federal Employer Identification Number (FEIN) is 92-0659280 (If the entity has no FEIN, include the Social Security of the individual signing this sworn statement: 2. Iunderstand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or 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 such an agency or political subdivision of any other state or of the United States and involving anti-trust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. Iunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means ai 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 4. Iunderstand that "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, misrepresentation. verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. means: 1029.002/July2024 004546-1 PUBLICENTITY CRIMESSTATEMENT 1.) Aj predecessor or successor of aj person convicted of a public entity crime: or 2.) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's S length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters in to 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. 5. Iunderstand 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 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 relation to the entity submitting this sworn statement. (indicate which statement XX Neither 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 and 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 management of the entity, or an affiliate of the entity has been charged with and The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted ofa a public entity crime subsequent to] July 1,1989. However, there has beena 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). applies). convicted of aj public entity crime subsequent to] July 1,1989. convicted ofa aj public entity crime subsequent to July 1,1989. PUBLIC ENTITY CRIMES: STATEMENT 004546-2 1029.002/July: 2024 IUNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTTTY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. IA ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERINGINIO. A CONTRACT INI EXCESSO OF' THE THRESHOLD. AMOUNT. PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWOOF. ANY CHANGEIN THEI NFORMATONCONTANED INTHISFORM. d (Signature) W Scott Smith, President Sworn to and subscribed before: me this. 4th day of Sept. 20_24 Personally known, XX ORProduced Identification DN Notary Public-State of FLORIDA My commission expires. 10/25/25 (Printed, Typed or Stamped Commissioned Name ofNotary Public) (Type ofl Identification) DCroft DARLACROFT Notary Public-State #HH1 190984 ofF Florida My Commission Comm. Expires Oct 25, 2025 Bondedt through National Notary Assn. ENDOFSECTION 1029.002/July2 2024 004546-3 PUBLICENTTYCRIMESSTATEMENT THIS PAGE NTATONALYLFTHLANK 2024 PUBLIC ENTITY CRIMESSTATEMENT 004546-4 1029.002./July: SECTION 004560 DRUG-FREE PROGRAM CERTIFICATION Mount Olive Force Main Extension Project for Polk City Contract No.: Title/Description: I,. W. Scott Smith (name) of Midsouth Inc. (name of firm) CSI Project No. 1029.002 President (title) hereby certify that this firm has implemented ad drug-free workplace program in accordance with the provisions of Section 287.087, Florida Statutes. - 9/4/2024 (Date) (Signature) W. Scott Smith 287.087 Preference to businesses with drug-free workplace programs. -Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, al bid, proposal, or reply received from al business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be In order tol have a drug-free workplace program, al business shall: prohibition. imposed upon employees for drug abuse violations. 1029.002/ July 2024 004560-1 DRUG. FREE CERTIFICATION (3) Give each employee engaged in providing the commodities or contractual services that (4) In the statement specified in subsection (1),notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any (6) Make a good faith effort to continue to maintain a drug-free workplace through are under bid a copy of the statement specified in subsection(1). the workplace: no later than 5 days after such conviction. employee whoi iss so convicted. implementation of this section. ENDOFSECTION DRUGFREE CERTIFICATION 004560-2 1029.002/ July 2024 SECTION 004 410 00 BID! FORM Project Name: Mount Olive Road Force Main) Extension CSI Project No.: 1029.002 TABLE OF ARTICLES Page Article1 1- Bid Recipient.. Article 2- Bidder's Acknowledgements, Article 3- Bidder's! Representations Article 4-1 Bidder's Certification. Article 5- Basis of1 Bid. Article 6- Time of Completion.. Article' 7- Attachments To' This Bid. Article 8- - Defined Terms. Article 9-1 Bid Submittal 2 Cathcart Construction Company Florida, LLC THIS BIDISSUBMITIED BY: 407-629-2900 1056 Willa Springs Drive, Winter Springs, Florida 32708 1029.002/ July 2024 004100-1 BIDFORM ARTICLE1- BID! RECIPIENT 1.01 This Bid iss submitted to: City Manager 123 Broadway Blvd. SE Polk City, FL 33868 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE2-1 BIDDER'S. ACKNOWIEDGEMENIS 2.01 Bidder accepts all of the terms and conditions oft the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance. for 60 days after the Bid opening, or for such longer period oft time that Bidder may agree to in writing upon requesto of Owner. ARTICLE3-) BIDDER'SREPRESENTATIONS 3.01 Insubmitting this Bid, Bidder represents that: A. Bidder has received from the Issuing Office a complete set of Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date 8/8/24 8/30/24 1 2 B. Bidder has examined and carefully studied the Bidding Documents, Addenda, and the other related data identified in the Bidding Documents; and provided the information to subcontractors and suppliers who have provided quotations to the B Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance D. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. Bidder for the Work. of the Work. 1029.002 / May 2024 004100-1 BIDFORM E. Bidder has carefully studied all: (1)r reports ofe explorations and tests ofs subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been F. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations; investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to bee employed by Bidder, and safety precautions and programs incident thereto. G.B Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance. of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions oft the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site thatrelates to the' Work asi indicated in the Bidding Documents. I. - Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. K. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for identified in SC-4.06. which this Bid is submitted. ARTICLE4-1 BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. this Bid is genuine and not made ini the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDFORM 004100-2 1029.002/ May 2024 B. Bidder has not directly or indirectly induced or solicited any other Bidder to E Bidder has not solicited or induced any individual or entity to refrain from D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph4 14.01.D: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) toi influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the submit a false or sham Bid; bidding; and process; benefits of free and open competition; establish bid prices ata artificial, non-competitive. levels; and bidding process or affect the execution of the Contract. ARTICLE5- BASIS OFI BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Item Quantity Units Unit Price Total Price No. 1A 4" PVC Pipe, Complete in 1B 6" PVC Pipe, Complete in 125 1C 8" PVC Pipe, Complete in 8,165 1D 8" Restrained Joint PVCI Pipe, (Jack & Bore) Complete in 1E Removal of Existing DIP FM 6700 35 LF $35.00 LF $70.00 LF $85.00 LF $90.00 LF Place Place Place Place along SR33 2A 8"11.25 Degree Ell 2B 10" 11.25 Degree Ell 2C 8"22.5 Degree EII 1029.002 / May 2024 $2,275.00 $8,750.00 $694,025.00 $10,350.00 115 $30.00 EA $1,200.00 $2,400.00 EA $1,500.00 $1,500.00 EA $1,200.00 $2,400.00 $201,000.00 2 1 2 004100-3 BIDFORM 2D 4"4 45] Degree ElI 2E 6" 45 Degree Ell 2F 8"4 451 Degree Ell 2G 10" 451 Degree Ell 2H 8"90 Degree Ell 2I 8"x10" Reducer 2J 8"x4"Tee 2K 8"x6" Tee 2L 6'x6" Tee 4 3 29 1 1 12 1 1 1 1 1 6 1 1 EA $800.00 EA $900.00 EA $1,200.00 $34,800.00 EA $1,400.00 $1,400.00 EA $1,300.00 EA $1,300.00 $15,600.00 EA $1,400.00 $1,400.00 EA $1,500.00 $1,500.00 EA $1,400.00 $1,400.00 EA $2,100.00 $2,100.00 EA $2,800.00 $2,800.00 $15,900.00 $95,400.00 EA $10,400.00 $10,400.00 EA $4,300.00 $4,300.00 $3,200.00 $2,700.00 $1,300.00 3A 6" Gate Valve & Valve Box 3B 8" Gate Valve & Valve Box 4 Air Release Valve & Enclosure 5 6" Line Stop 6 4"1 Tappling Sleeve & Valve 7 16" O.D. Steel Casing (0.3125 115 wall thickness) 8 10" HDPE Pipe (Horizontal 3,155 Directional Drill 9 Connection to Existing Lift Station WetWell (cored) 10 Concrete Sidewalk / 150 Driveway Restoration 11 Asphalt Trench Restoration (1.5" asphalt & 6" Limerock 12 Gravel Driveway Restoration 13 Milling 14 Asphalt Restoration 15 Sodding EA LF LF EA SY LS 100 $55.00 1,225 $30.00 750 $280.00 8078 $8.00 200 $1,400.00 $161,000.00 $140.00 $441,700.00 1 $3,000.00 $3,000.00 $130.00 $19,500.00 $5,500.00 $36,750.00 $210,000.00 $64,624.00 $8,000.00 1 LF SY Ton LF LS LS LS LS LS LS LS $32,00.00 $32,000.00 16 Unsuitable Soil Removal & CY Replacement 17 Maintenance of Traffic 18 Prevention, Control & Abatement of Erosion / Water Pollution 19 Mobilization 20 Trench Safety 21 Public Construction Bond 22 Additional Cost of Insurance 23 Indemnification Acceptance TOTALOF. ALL BID! PRICES $40.00 1 $90,000.00 $90,000.00 1 $18,000.00 $18,000.00 1 $245,000.00 $245,000.00 1 $120,000.00 $120,000.00 1 $45,000.00 $45,000.00 1 $3,500.00 $3,500.00 1 $100.00 $100.00 $:2,604,674.00 BIDFORM 004100-4 1029.002/ May 2024 Unit Prices have been computed in accordance with Paragraph 13.03.B of the General Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will bel based on actual quantities, determined as provided in the Contract Documents. Conditions. ARTICLE 6- TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 270 calendar days after the date when the Contract Times commence to run as provided in the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 300 calendar days after the date when the Contract Times commence to run 6.02 Bidder accepts the provisions of the. Agreement as tol liquidated damages. 7.01 The following documents are attached to and: made a condition oft this Bid: ARTICLE7-ATTACHMENTSTOTHIS BID A. Required Bid security ini the form of Bid Bond. B. Required Bidder Qualification Statement (Section 004513) with supporting data, including evidence of qualification to do business ini the State. List of Proposed Subcontractors D. List of Proposed Suppliers E. Section 004 4519-N Non-Collusion Affidavit F. Section 004 4521 - Form PUR 7068 "Florida Public Entities Crimes Statement" G. Section 004540-7 Trench Safety Act Compliance H. Section 004560-1 Drug-Free Program Certification. ARTICLE 8-1 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLES 9-1 BID SUBMITTAL BIDDER: Indicate correct name ofbidding entityl Cathcart Construction Company Florida, LLC 1029.002 / May 2024 004100-5 BIDFORM [Signature! [Printed name] Matt Blanton /President evidence ofauthority to sign.) (If Bidder is a corporation, al limited liability company, a partnership, or aj joint venture, attach Attest: [Signature] Title: [Printednamel John T. Cathcart Submittal Date: 9/4/2024 Address for givingnotices: Secretary/CEO 1056 Willa Springs Drive, Winter Springs, Florida 32708 Telephone Number: 407-629-2900 Contact Name and e-mail FaxN Number: address: 321-203-4900 Matt Blanton mblamtbn@eatncanconsrrucioncompanycon State Contractor Certified General Contractor #GC051005 License No.: Certified Utility and Excavation Contractor: #CUC057230 ENDOFSECTION BIDFORM 004100-6 1029.002/ May 2024 THIS PAGEI INTENTONALLYIEF BLANK 004100-7 BIDI FORM 1029.002, / May 2024 SECTION 004513 BIDDER QUALIFICATIONS: STATEMENT The Bidder warrants the truth and accuracy of all statements and answers herein THIS QUALIFICATION STATEMENT MUST BE COMPLETED AND SUBMITTED contained. (Include additional sheets if necessary.) WITHYOUR BID. 1. Bidder Name: Cathcart Construction Company - Florida, LLC Certified General Contractor #GC051005 License No. (Attach Copy). Certified Utility and Excavation Contractor #CUC057230 Co.Physical address: 1056 Willa Springs Drive, Winter Springs, Florida 32708 Telephone number: (407 )629-2900 fax: (321) 203-4900 2. Bidding as an; individual:_ar partnership: ja corporation: X aj joint venture: 3. Ifay partnership: list names and addresses of partners; if a corporation: list names of officers, directors, shareholders, and state of incorporation; ifj joint venture: list names and addresses of venturers and the same if any venturer: is a corporation for Matt Blanton/President, John Cathcart/Secretaly, David Esposito/Treasurer each such corporation, partnership, orj joint venture: Cathcart Construction Company Florida, LLC 4. Your organization has beeni in business (under this firm's I name) as a Florida, 23 Limited Liability Corporation for how many years? 5. Total number ofe employees and number planned to be used on this project: 6. Describe and give the date and owner of thel last three government projects 10 completed which are: similar in cost, type, size, and nature as the one proposed (fora 1.. Fruitland Park, Urick St. FM Extension: $2,600,000, 12" PVC/DIP, Troy Mitchell (352) 557-9231 2. TWA, Lakeshore Utilities Relocation: $6,100,000, 12" PVC/HDPE, Jay Morris (407)7 797-6211 3.. City of Altamonte Springs, Amanda St. Extension: $3,750,000, Trey Sisk (407) 571-8572 public C entity). Include contact: name and phone number: 1029.002/July: 2024 004513-1 BIDDER QCALURCATONSSIATNN 7. Have youl been awarded additional time to complete work awarded to you during the past five (5) years? Ifso, state when, where (contact name, address, and phone number) and why. N/A-N No 8. Have you been assessed liquidated damages under a contract during the past five (5) years? If sO, state when, where (contact name, address, and phone number) and why. N/A-No 9. Havey you failed to complete work awarded to you? If SO, state when, where (contact name, address, phone number) and why. No 10. Have you been debarred or prohibited from bidding on a governmental entity's construction project? If yes, name the entity and describe the circumstances. No 11. Have you filed claim or had a claim filed against you for mediation, arbitration or litigation under a contract during the past five (5); years? Ifs so, state when, where (contact name, address, and phone number) and why. No 12. Name three individuals, governmental entities, or corporations for which you have performed similar work and to which you refer. Include contacti name and phone number. 1. Seminole County, Ron Ramus (407)665-5774 2.. CPH (Toho Water Authority), Jay Morris (407)797-6211 3. Town of Oakland, Mike Parker (407) 427-8835 BIDDER QUALIFICATIONSSTATEMENT 004513-2 1029.002/July? 2024 13. What specific steps have you taken to examine the physical conditions at or contiguous to the site, including buti not limited to, the location of existing underground facilities? Site Visit, Pre Bid 14. What specific physical conditions, including but not limited to, the location of existing underground facilities have you found which will, in any manner, affect cost, progress, pertormance, or finishing of the work? MOT, Dewatering 15. Will you subcontract any part of this Work? If sO, describe which major portion(s). Directional Dril, Jack & Bore, Asphalt 16. Ifany, list (with contract amount) MBE/WBE's to be utilized. Sod-$60,000 Asphalt- $30,000 17. What equipment do you own to accomplish this Work? Backhoe, loader, skid steer, broom 18. Whate equipment will you purchase/rent for the Work? (specify which) None 1029.002/July2 2024 004513-3 BIDDER QUALIFICATIONSSTATEMENT 19. Provide names of proposed Project Manager and Superintendent. Attach resumes. Justin Williams Corey Hearn Chase 20. Lista al Financial/Banking: Reference for your organization. 21. List the following in connection with the Surety which is providing the Bond(s). Surety'sl Name: United Fire & Casualty colco Florida Surety Bonds Surety's_ Address: 118 2nd Ave, Cedar Rapids, IA 52401 22. Name, address and phone number of Surety's resident agent for service of process in Florida: Florida Surety Bonds 620 Wymore Rd. Suite 200 Maitland, FL 32751 Phone: (407 786-7770 END OFS SECTION BIDDER QUALIFICATIONSSTATEMENT 004513-4 1029.002/July: 2024 SECTIONO 004519 NON-COLLUSION AFFIDAVIT OF PRIMEI BIDDER State of Florida County of Seminole Matt Blanton Name (1) Heis_ President being first duly sworn, deposes and says that: of Cathcart Construction Company- -Florida,LLC, the Title Company Bidder that has submitted the attached bid; allj pertinent circumstances respecting such Bid; (3) Such Bid: is genuine and is not a collusive or sham Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of (4) Neither the said Bidder not any of his officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any, way colluded, conspired, connived or agreed, directly, or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or has refrained from bidding in connection with such Contract; nor in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or if any, other. Bidder; not has fixed any overhead, profit or cost element of the Bid price, or the Bid price of any other Bidder; not has secured through any collusion, conspiracy, connivance or unlawful agreement, any advantage against the City of Polk City, Florida or any person interested in the proposed Contract; (5) The price or prices quoted in the attached bid are fair and-proper and are not tainted Bidder by any collusion, conspiracy, connivance or unlawhigémens the part of the or any ofi it's agents, representatives; mMpSSApite and interest, including this affiant. - - President Name Title spl Subscribed. and sworn to before me this Fourth day of September 2024 Dusy Notary Pubho State of Florida Cathy RC Owen My Commission HH. 052957 Expires 11/21/2024 Cathyp. HR Algi Signature My commission expires. wzi/202L ENDOFSECTION 004519-1 1029.002/July: 2024 NON-COLLUSION AFFIDAVIT THISI PAGE: NTATONALYLFTHLANA NON-COLLUSION AFFIDAVIT 004519-2 1029.002/ /J July 2024 SECTION 004540 TRENCH SAFETY. ACTCOMPLIANCE Trench Excavation! Safety System and Shoring, Special (Trench Excavation) General: 1. The Contractor shall comply with the Florida' Trench Safety Act (90-96), Laws ofFL. 2. The Contractor(s) performing trench safety excavation on this Contract shall comply with the Occupational Safety and Health. Administration's (OSHA) trench excavation safety standards, 29 CFR's 1926.650, Subpart P, including all subsequent: revisions or updates to these standards as adopted by thel Department of Labor and Employment 3. By submission of] his bid and subsequent execution of this Contract, the Contractor certifies that all trench excavation done within his control shall be accomplished in strict adherence with OSHA trench safety standards contained in 29CFR's1926.650,; Subpart P,including all subsequent: revisions or updates to these standards as adopted by the 4. The Contractor also agrees that hel has obtained or will obtain identical certification from his proposed Subcontractors that will perform trench excavation prior to award of the subcontracts and thatl he will retain such certifications inl his files for aj period of not less 5. The Contractor shall consider all available geotechnical information inl his design of the 6. Inspections may be conducted by the City and the City's Safety Officer. Serious deficiencies will be corrected on the spot or the job may be closed. Imminent danger citing will result in the immediate cessation of work. Work will resume when the 7. Bidder acknowledges that included in the various items of the proposal and in the' Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96), Laws of] FL. effective October 1, 1990. The Bidder further identifies the costs tol be summarized as effective October1,1990. Security (DLES). Department of Labor and EmploymentSecurily. than three years following final acceptance. trench excavation safety system. danger is corrected. follows: 1029.002/July? 2024 004540-1 TRENCHSAFEIY. ACTCOMPLIANCE Trench Safety Measure (Description) A. Siope Ditch B. Ladders C. D. E.. F.. G. H. Units of Measure (LF,SY) LF EA Unit (QTY) 8,325 2 Unit Cost $13.81 $2,500 $ Extended Cost $115,000 $5,000 $_ Total $120,000.00 - (Signature) Sworn to and subscribed before: me this Fourth day of September 2024. Personally known. OR Produced Identification Public-Stateof FLORIDA My commission expires 121/2024 CATHY R.OWEN (Printed, Typed or Stamped Commissioned. Name of Notary Public) Sasy.ck Notary (Type ofl Identification) M Notary' Pubics State ofF Florida Cathy R Owen My Commssion HH 052957 Expires 11/21/2024 ENDOFSECTION TRENCHSAFETY ACTCOMPLIANCE 004540-2 1029.002/July: 2024 SECTION004546 ONSTATANTINRNTO SECTION. 287.133(3)(a), FLORIDASTAIUIES, ON PUBLICI ENITTYCRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLICORG OTIBROFICALAUTAORLD TOADMINISTER OATHS. 1. This sworn statement is submitted to the City of Polk City, Florida by Matt Blanton /President (printi individual'si name and title) for. Cathcart Construction Company Florida, LLC (print name of entity submitting sworn statement) is 1056 Willa Springs Drive, Winter Springs, Florida 32708 whose business address and (if applicable) its Federal Employer Identification Number (FEIN) is 46-4740152 (If the entity has no FEIN, include the Social Security of the individual signing this sworn statement: 2. Iunderstand that a "public entity crime" as defined in Paragraph 287.133 (1)(g) Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or 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 such an agency or political subdivision of any other state or of the United States and involving anti-trust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. Iunderstand 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 4. Iunderstand that "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, misrepresentation. verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. means: 1029.002/July2 2024 004546-1 PUBLICENTTYCRIMESSTATEMENT 1.) Aj predecessor or successor ofa a person convicted ofa public entity crime: or 2.) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's s length agreement, shall be aj prima facie case that one person controls another person. A person who knowingly enters ini to aj joint venture with aj person whol has been convicted ofa a public entity crime in) Florida during the preceding 36 months shall be considered an affiliate. 5. 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 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 ofa an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (indicate which statement Neither 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 and 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 management of the entity, or an affiliate of the entity has been charged with and The entity submitting this sworn statement, or one or more of the officers, directors, executives, parters, 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 ofaj public entity crime subsequent to] July 1,1989. However, there has beena 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). applies). convicted ofa a public entity crime subsequent to] July 1,1 1989. convicted ofaj public entity crime subsequent to] July1,1989. PUBLIC ENTITY CRIMESSTATEMENT 004546-2 1029.002/J July 2024 IUNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) 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. IA ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO. A CONTRACT IN EKCESOFTHETIREHOIPA AMOUNTI PROVIDED INSECTION: 287.017, FLORIDA STATUTES, FOR THE: INFORMATION CONTAINEDI IN - 2024. (Signature) - Sworn to and subscribed before me this Fourth day of September Personally known. OR Produced Identification R.Qe FLORIDA 1212024 Cathy Notary Public-Stateof My commission expires CATHY R.OWEN (Printed, Typed or Stamped Commissioned Name of Notary Public) (Type of Identification) M Slate olF Florida Cathy Nolary Publics R Owen My Commission HH 052957 Expires. 1121/2024 ENDOFSECTION 1029.002 /July 2024 004546-3 PUBLICENTITY CRIMESSTATEMENT THIS: PAGE NTRTOMALYLETTHLANE PUBLIC ENTITY CRIMESSTATEMENT 004546-4 1029.002/July: 2024 SECTION 004560 DRUG-FREE PROGRAM CERTIFICATION Contract! No.: 1029.002 Title/Description: Mount Olive Force Main Expansion/0 Construction of1 10 and 8-inch sewer force main I,. Matt Blanton (name) (name of firm) President (title) of Cathcart Construction Company Florida, LLC, hereby certify that this firm has implemented adrug-free workplace program in accordance with thej provisions of Section 287.087, 9/4/24 (Date) (Signature) E 287.087 Preference to businesses with drug-free workplace programs. -Whenever two or more bids, proposals, or replies that are equal with respect toj price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that itl has implemented a drug-free workplace program shall be given preference in the award process. (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs; and the penalties that may be In order tol have a drug-free workplace program, al business shall: prohibition. imposed upon employees for drug abuse violations. 1029.002/ July 2024 004560-1 DRUGI FREE CERTIFICATION (3) Give each employee engaged in providing the commodities or contractual services that (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance Iaw of the United States or any state, for a violation occurring in 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employeè's community by, any (6) Make a good faith effort to continue to maintain a drug-free workplace through arei under bid a copy of the statement specified ins subsection(1). the workplace no later than 5 days after such conviction. employee who iss SO convicted. implementation oft this section. ENDOFSECTION DRUG FREE CERTIFICATION 004560-2 1029.002/. July 2024 ADDENDUM. NO.1 TO THE CONTRACT DOCUMENTS FOR CITY OF POLK CITY Mount Olive Force Main Extension CSIPROECTNO. 1029.002 August 8, 2024 You are directed to make the following changes in the Contract Documents for the City ofl Polk City Mount Olive Forcel Main Extension. General 1. Bid Due: Wednesday, September 4. 2024 at 2:001 P.M. 2. Reminder: Last day for questions is August 26, 2024 by 5PM 3. Thel Engineer's estimate for this project is 3,500,000. Specifications Plans Add Appendix A the FDEP permit (attached). No changes Response tol Bidders Ouestions None Attachments: 1. Pre-bid Agenda 2. Pre-bid signi in sheet This Addendum forms aj part oft the Contract Documents and modifies the original Bidding Documents dated. July 20242. Bidder shall acknowledge receipt ofth this Addendum in the space provided on the Bid Form. Failure to do so may result in Bidder disqualification. Vaughan S. Leer, PE No. 94781 Chastain- Skillman, Inc. 205 East Orange Street Lakeland, Florida 33801 Mrs. Patricia Jackson, City Manager City of Polk City 123 Broadway Blvd.. SE Polk City, Florida 33868 August 22, 2024 Addendum 1-1 1029.002 ADDENDUM NO.2 TOTHE CONTRACT: DOCUMENTS FOR CITY OF POLK CITY Mount Olive Force. Main Extension CSI PROJECTNO. 1029.002 August 30, 2024 You are directed to make the following changes in the Contract Documents for the City ofPolk City Mount Olive Force Main Extension. General 1. Bid Due: Wednesday, September 4. 2024 at 2:00P.M. 2. Reminder: Last day for questions is August 26, 20241 by 51 PM 3. Question: Where will be able to store materials? Response: The Contractor is responsible for lay down and stored materials area(s). 1. Replace ini ins entirety Section 00 410 00- Bid Form and replace with the Attached Bid Specifications Form. Plans 1. Question: On Sheet PP-10 after thej jack & bore there is a wet tap into an existing DIP force main. Will the existin line running north need to be abandoned and ifs so, can we Response: As the line is in the FDOT right-of-way it will need to be removed. A line item has been added to the revised bid form. This line item shall be paid per lineal foot removed, complete in place including all restoration, laber, materials and abandon the line inj place or will it need to be removed? appertunances. Attachments: 1. Revised Bid Form This Addendum forms aj part of the Contract Documents and modifies the original Bidding Documents dated July 20242. Bidder shall acknowledge receipt ofthis Addendum in the space provided on the Bid) Form. Failure to do sO may result in Bidder disqualification. Vaughan S. Leer, PE No. 94781 Chastain- Skillman, Inc. August 22, 2024 Mrs. Patricia Jackson, City Manager City ofPolk City Addendum 1-1 1029.002 205 East Orange Street Lakeland, Florida 33801 123 Broadway Blvd.. SE Polk City, Florida 33868 August 22, 2024 Addendum 1-2 1029.002 DAMAGESFORM SECTION 00 4313 BID BOND Any singular reference tol Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address): Cathcart Construction Company Florida, LLC 1056 Willa Springs Drive Winter Springs, FL32708 SURETY (Name and Address ofPrincipal Place of Business): United Fire & Casualty Company 118 Second Ave. SE, Cedar Rapids, IA 52401 POI Box 73909, Cedar Rapids, IA 52407-3909 OWNER (Name and Address): City of Polk City 123 Broadway Blvd SE Polk City, FL, 33868 BID Bid Due Date: September 4, 2024 Description (Project. Name and Include Location): 10290.02 Mount Olive Force Main Extension, 8919 FL-33, Polk City, FL 33868 BOND Bond Number: N/A Date: September 4, 2024 Penal sum Five Percent of Amount Bid- S 5%- (Figures) (Words) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond tol be duly executed by an authorized officer, agent, or representative. CalhgatCopsfiyctont Company-F Florida, LLC (Seal) United Fire & Casualty Company BIDDER SURETY By: TVIS Foaue BNSEC4pmP A Surety's Name and ÇorporateSeal Jew. Roc Signatur/Mtach Power of Attomblrngro? Jeffrey W.F Reich Inquiries: 407-786-7770 Attorney-In-Fact & FLI Licensed Resident Agent sh A Matt T. Blanton, President a Pgint Name coj Title Attest: Print Name Title Attest: Stut Matt T. Blanton, President Egdlt Signature Title Signature Steve Engelhart @ Witness Title czolge Note: Addresses are to be used fors giving any requirednotice. Provide execution by any additional parties, such as joint venturers, ifnecessary. EJCDC C-435, Bid Bond (Damages Form). Published 2013. Prepared by thel Engineers. Joint Contract Documents Committee. Pagelof2 DAMAGES FORM 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder any difference between the total amount of] Bidder's Bid and the total amount of the Bid of the next lowest, responsible Bidder that submitted a responsive Bid as determined' by Owner for 1.1 Ifthere is no such next Bidder, and Owner does not abandon the Project, then Bidder and Surety shall pay to 1.2 Ini no events shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth ont the: face 1.3 Recovery under the terms ofthis Bond shall be Owner's sole and exclusive remedy upon default ofBidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed toi in writing by Owner) the executed Agreement required by thel Bidding the work required byt the Contract Documents, provided that: Owner the penal sum set forth on the face ofthis Bond, and of this Bond. Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and voidi if: 3.1 Owner accepts Bidder's Bida and Bidder delivers within the time required by the Bidding Documents (or any extension thercofagreed to in writing by Owner) the executed. Agreement required byt thel Bidding Documents and any performance and payment bonds required byt thel Bidding Documents, or 3.3 Owner fails to issue al Notice of Award tol Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by) Bidder and, ifapplicable, consented to by Surety when required by 4. Payment under this Bond willl be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, 5. Surety waives notice of any and all defenses based on or arising out ofa any time extension toi issuel Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall noti in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required inF Paragraph 4 abovei is received by Bidder and Surety and in no case latert than one year after the Bid due date.. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon 9. Surety shall cause tol be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. Ifany provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. 3.2 AlIl Bids are rejected by Owner, or Paragraph 51 hereof). identifying this Bond and the Project andi including a statement oft the amount due. statei in which the Project isl located. receipt! by the party concerned. and bind the Surety thereby. the remainder oft this Bond that is not in conflict therewith shall continue ini full force and effect. EJCDC* C-435, Bid Bond (Damages Form). Published 2013. Prepared by thel Engineers Joint Contract Documents Committec. Page2of2 UNITED FIRE & CASUALTY COMPANY, CEDARI RAPIDS,IA UNITED FIRE &1 INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CERTIFIED: COPY OF POWER OF ATTORNEY (original oni file at Home Office of Company - See Certification) Inquiries: Surety Department 118 Second. Ave SE Cedar Rapids, IA 52401 ufglO INSURANCE KNOW ALLI PERSONS BY THESE PRESENTS, That Unitedl Fire & Casualty Company, a corporation duly organized ande existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized ande existing under the laws of the State of Califomia (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of) Iowa, does make, constitute and appoint KIM E. NIV, JEFFREY W. REICH, SUSAN L. REICH, TERESA L. DURHAM, LISA A. ROSELAND, SONJA AMANDA FLOREE HARRIS, CHERYL A. FOLEY, ROBERT P. O'LINN, SARAH K. O'LINN, EMILY J. GOLECKI, NATHAN K. REICH, EACH INDIVIDUALLY their true and lawful Alttorey()-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and tot the same extent asi ifsuchi instruments were: signed by the duly authorized officers oft the Companies and all of the acts ofs said Attorney, pursuant to the authority hereby given andl hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & This Power of Attomey is made and executed pursuant to and by authority oft following bylaw duly adopted by Fire & Casualty Company, United) Fire &1 Indemnity Company, and Financial Pacific Insurance Company. Section 2, Appointment of Attomey-in-Fact., "The President or any Vice President, or any certificates attomeys-in-fact to acti in behalfo of the Companies int the execution ofp policies ofinsurance, bonds, undertakings and obligatory either authorized hereby; such signature and seal, when so used, being adopted by the Companics as thc affixed. original signature Such forth int their respective certificates ofa authority shalll have full powert tob bind the Companies by theirs signature the Companies thereto. The President or any Vice President, the Board of Directors ora any other officer ofthe Companies may any Indemnity Company, and Financial Pacific Insurance Company. the thel Boards of Directors of United from time to time, ofa any at time revoke caused these "Article VI- Surety Bonds and other Undertakings" officer written instruments appoint ofl like by nature. certification of to thel original limitations setof and ally power authority its presents tol bes signed by of the Companies may, other The signature of anyo officer authorized hercby, and the Corporate seal, may be affixed by facsimile to any power ofa attomey ors ofs special such power officer ofa and altomey the or seal oft the Companies, to be valid and binding upon the Companies with the same force and effect ast though manually and execution attomeys-in-fact, such instruments subjcct and to attach the seal previously given to any attomey-in-fact. IN WITNESS WHEREOF, the COMPANIES have eacho vice president andi its corporate sealt tol bel hereto affixedi this 24th day of January, 2023 CORPORAN EAL so ORATT EAL UNITEDI FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIALPACIFICI INSURANCECOMPANY KisK By: State ofl Iowa, County ofLinn, Ss: Vicel President of Iowa; Financial Pacific Insurance On 24th day of January, 2023, before me and personally that she came Kyanna in Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President name thereto pursuant to like authority, and acknowledges samet tol be the act and deed of said corporations. M. Saylor State of that she isa Vice President of United' tor me known, who being by me duly sworn, did depose say; resides Cedar Rapids, Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; thati it was so affixed pursuant to authority given! by thel Board of Directors of said corporations andt that shes signed! her Patti Waddell lowa Notarial Seal Commission number My Commissionl Expires 10/26/2025 713274 Woblill My commission expires: 10/26/2025 Notary Public Bau I,Mary A. Bertsch, Assistant Secretary ofUnited Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Finançial Pacific Insurance Company, do hereby certify that Ihave compared the foregoing copy of the Power of Attomey and affidavit, and the copy oft the Section oft the bylaws andi resolutions ofs said Corporations as set forthi ins said Power of Attomey, witht the ORIGINALS ON FILEINTHE said HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the Power of Attomey has not been revoked andi is now in full: force ande effect. Int testimony whereofI have hereunto subscribed my name and affixed the corporate seal oft the said Corporations this 4th CORFORATE SEAL RAPIP BPOA0049 1217 day of September CORPORATE SEAL 2024 By: yavy ABpcho Assistant Secretary, UF&C &: UF&I &I FPIC ALIFOR Request for Taxpayer Give Form to the requester. Do not send to thel IRS. W-9 Form (Rev. October 2018) Departmentoft theT Service Treasury Identification Number and Certification Got tov www.n.gow/Fommw9i fori instructions and thel latest information. Internal 1 Revenue Name (ass shown ony youri incomet taxr retur). Namei isr requiredo ont this line; don notl leave thisl linet blank. Cathcart Construction Company Florida, LLC 2 Business name/disregarded' entityr name, ifdifferentf from above Checka appropriate! box forf federal tax classification oft thep persony whoser name is entered onll Iine 1. Check only one ofthe 4 certain Exemptions entities, (codes noti individuals; apply onlyt see to followings seven boxes. single-member LLC instructions on page 3): Exempt payee code (ifa any)_ sCorporation Partnership Trust/estate. Individual/sole proprietor or CCorporation LimitedI liability company. Enter thet tax classification (C=C corporation, S-S corporation, P-Partnership)". P Note: Check thes appropriate! boxi int the! linea abovef fort thet tax classification oft thes single-member owner. Dor noto check Exemption from FATCAI reporting LLCifthe LLCISC classified as as single-member! LLCI thati is disregarded fromt thec owner unless the owner member oftheLLCis LLCt that code (ifa any) another LLC thati isr not disregarded fromt the owner! forU.s. box federalt tax thet purposes. tax classification Otherwise, ofi its asingle- owner. isc disregarded from the owner should check thea appropriate fort 5 Address (number, street, anda apt. or suiter no.) Seei instructions. Aplestoaccounisn meinhedoutsidet theuS) Other (seei instructions) 8 1056 Willa Springs 6 City, state, andz ZIP code Winter Springs, FL 32708 71 List account number(s) here (optional) Partl Taxpayer Identification Number (TIN) Requester'sr name anda address (optional) Sociai security number or 6 Entery your TINI int the appropriatel box. The TIN provided must matcht the name given on! line 1 to avoid backup withholding. Fori individuals, thisi is generally) yours social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, seet thei instructions for Parti, later. For other entities, itisy youre employer identification number (EIN). lfyou dor not have a number, see How tog geta Note: TIN, later. ift the accounti isi in moret than oner name, see thei instructions forl line 1. Also seel What Name and Employer identification number Number To Give the Requester for guidelines onv whoser number to enter. Partll Certification Under penalties of perjury, Icertify that: 1.7 Ther number shown ont this formi isr my correct taxpayeri Service (IRS) thatla ams subject to backup withholding asa ar result ofaf nol longers subject tot backupy withholding; and 3.lamal U.S. citizen or other U.S. person (defined below); and identification: number (orl am waiting for a number tob be issued tor me); and from withholding, or (b)1 have not been notified byt thel Internal Revenue 2. lam not subject tot backup withholding! because: (a)! am exempt failure backup tor alli interest or dividends, or (c) the! IRSI has notified met thatl l'am Certification' instructions. Your must cross out item2aboveify youh have been notified byt thel IRS that youa are currentlys subjectt tob backupy interest withholding youl have failedt tor report alli interestaneidepas ony your tax return. Forr real estate transactions, item2d retirement does nota arrangement apply. For (IRA). mortgagei and generally, paid, payments acquisition or abandgpmerroft securedpropely, cancellation ofc debt, contributions! to ani individual correct TIN. See thei instructions for Part! u, later. reporta 4.1 The FATCA code(s) entered ont this form (fa any)i indicating that lame exemptf from FATCAI reporting is correct. other thani interest and dividendsyoua arenot Quired tos signt the certification, buty your must provide your because Sign Here us. E General-Instruetiè S noted. Purpose Date 9/4/24 Form 1099-DIV (dividends, including thosef from stocks or mutual funds) Form 1099-MISC (various types ofi income, prizes, awards, or gross proceeds) Form1 1099-B( (stock orr mutual fund sales and certain other transactions by brokers) Form 1099-S (proceedsf from real estate transactions) Form 1099-K (merchant card andt third party network transactions) - Form 1098 (homer mortgagei interest), 1098-T (tuition) Form 1099-C (canceled debt) Form 1099-A( (acquisition or abandonment ofs secured property) Use Form W-9 onlyi ify you are al U.S. person (includinga a resident alien), top providey return Form W-9t to the requester witha a TIN.Y your lfyoud dor not bes subject tol backups withholding. later. Section references: aret tot thel Internal Revenue Code unless otherwise Future developments. Fort the latesti information: about developments relatedt to Form W-9a andi itsi instructions, such asl legislation enacted after they were published, go tov www.is.gowFormg. Ani individual ore entity (Form W-9 requester) who isr requiredt tof file an information returny with the IRS must obtain your correct taxpayer identification number (TIN) which may! be your social security number (SSN). individual taxpayer identification number (TIN). adoption taxpayer identification number (ATIN). or employer identification ord number other (EIN), tor report on ani information return the amount paidt toy you, amount reportable on an information return. Examples ofi information returns include, buta arer notl limited to, thet following. Form 1099-INT (interest earned or paid) of Form 1098-E loani interest), (student! your correct TIN.: See What is backup withholding, might Form W-9 (Rev. 10-2018) Cat. No. 10231X 620 N. Wymore Road, Suite 200 Maitland, FL32751 407-786-7770 Fax 407-786-7766 888-786-BOND (2663) Fax 888-718-BOND (2663) www. ForidaSurelybonds.com FLORIDA SURETY BONDS, INC. May 14, 2024 RE: Cathcart Construction Company Florida, LLC To Whom It May Concern, We are pleased to be the surety agents for Cathcart Construction Company Florida, LLC. Bonds are currently written through United Fire & Casualty Company which is A.M. Best Rated We havei investigated the financial capabilities, performance references, and think you'll be We usually anticipate no difficulties in providing surety bonds for Cathcart Construction not a commitment to provide any bonds unless all underwriting requirements including contract, bond form and financing review are met prior to issuing any bonds. Neither our agency, nort the A-,Xa and has a Treasury Listing ofs 60,915,000.00. pleased with the quality oft their work. aggregate This letter is Company - Florida, LLCin the $50,000,000 single, $100,000,000 surety arel liable for any damages relating to this letter or project. Should youl have any questions, please do not hesitate to contact us. range. Sincerely, Jafisu. Rea Jeffrey W. Reich CPCU President FDOT Florida Department of Transportation Street JAREDW.F PERDUE,P.E. SECRETARY RONI DESANTIS GOVERNOR 605 Suwannee! Tallahassee, FL 32399-0450 February 29,2024 CATHCART CONSTRUCTION COMPANY - FLORIDA, LLC 1056 WILLA SPRINGS DRIVE WINTER SPRINGS, FLORIDA 32708 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DRAINAGE, FENCING, FLEXIBLE PAVING, BITUM. COURSES, MINOR BRIDGES, SIDEWALK, CURB & STATIONS, RIP RAP, UNDERGROUND UTILITIES (WATER & SEWER) GRADING, GRASSING, SEEDING. AND SODDING, HOT PLANT-MIXED GUTTER, DITCH PAVEMENT, DRIVEWAYS, LIFT Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filedwithin (4) months of the ending date of the applicant's audited annual financial If the company's maximum capacity. has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: EAEAHNNS Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. expiration date of this certificate. according to Section Administrative Code (F.A.C.). by accessing the most recently approved application classes of above and choosing "Update" instead of "View." If certification in additional such work. work is desired, documentation is needed to show that the company has performed All prequalified contractors are required by Section 14-22.006(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. of prequalification (if applicable). statements. a Revised Certificate of Qualification at any time prior to the The company may apply for 14-22.0041(3), Florida as shown Sincerely, gamu CTayb dye1 James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov E FLO D 3 à A M N I - < b M 6 - O 8 S Z X 3 S Z 8 & > E E B 0 W - 4 N o FLO 5 - a Z L O B 8 S 5 6 M L I I E A I a a E DIVISION OF CORPORATIONS Mhcbss ankorg 6POT1011 - : PAVWAD Deparmento of State I DwsionsiCarazations 1 Search Records / SearchbyEntlyName 1 Detail by Entity Name Florida Limited Liability Company Elling Information Document Number FEVEIN Number Date Filed State Status Last Event Event Date Flled Event Effective Date NONE PrincipalAddress 1056 WILLA SPRINGS DR WINTER SPRINGS, FL 32708 Changed: 04/29/2022 Malling Address PO BOX 195788 WINTER SPRINGS, FL 32708 Registered AgentName&A Address CATHCARI, DAVID 1056 WILLA SPRINGS DR WINTER: SPRINGS, FL 32708 Name Changed: 04/26/2015 Address Changed: 04/29/2022 Authorized Personls.Detall Name & Address Title! MGR BLANTON, MATT POBOX 195788 WINTER SPRINGS, FL: 32719 CATHCART CONSTRUCTION COMPANY-FLORDA, LLC L14000021124 46-4740152 02/06/2014 FL ACTIVE LCDISSOCIATION MEM 05/16/2014 Title MGR CATHCART, DAVID POE BOX 195788 WINTER SPRINGS, FL32719 Tile Manager Cathcart, John 2564 Connection Point Oviedo, FL 32765 Annual Reports Report Year Flled Date 2020 2021 2022 Documenti Images 492022-A ANNUAL REPORT 04/2212021 -ANNUALI REPORT 08/18/2020- - ANNUAL REPORT 02912019 ANNGALE REPORT 41292018--A ANNUALE REPORI 03/30/2017 ANNUALE BEPORI 04/14:2016- - ANNUAL REPORI 04/26/2015 - ANNUALE REPORI 05/162014- CORLGDSMEM 08/18/2020 04/22/2021 04/29/2022 Vlewi imagel In PDF format View imagei inF PDF format View imagei in PDF format Vlewl Imagel In PDF format Viewi image in PDF format Viewi image in PDF format Viewi imagei in PDF formal Viewi imagei in PDF format Viewi imagel in PDF format ut-sicstan Viewi imagei in PDF format KRO SEMINOLE COUNTY BUSINESS TAX RECEIPT POE BOX630, SANFORD, FL3 32772.4 407-665-1000 WWW.SEMINOLECOUNTYTAX VALID THROUGH 09/30/24 CATHCART CONSTRUCTION COWPANY/FLORIDALLC Account #: 157615 2564 CONNECTON PT OVIEDO, FL 32765 MATTHEWTBLANTON (OFFICER) Receipt #: WEB#202309283151 REGULATED License #- GCG051005 Qualifier-, JOHN THOMAS CATHCART Amount Paid: $45.00 Date Paid: 09/28/2023 BUSINESS OWNER, PLEASE NOTE THE FOLLOWING: I DISPLAY THE ABOVE RECEIPT PROMINENTLY: This Business Taxi Receipt shall be displayed conspicuously at the place of business in such a manner that it can be open to the view of the public and subject toi inspection by all duly authorized officers of the County. Upon failure to do so the business shall be subject to the payment of another business tax for the same business or profession. Florida Statutes, all Business Tax Receipts shall - RENEW THIS TAX BEFORE IT EXPIRES: Pursuant to 30th of the be issued by the Tax Collector beginning July 1st of each year, and it shall expire on September succeeding year. Those Business Tax Receipts issued as renewal accounts beginning October 1st shall be delinquent and subject to a delinquency penalty of 10% for the month of October, plus an additional 5% penalty for each month of delinquency thereafter until paid; provided that the total penalty shall not exceed 25% of the business tax for the delinquent establishment (Florida Statute [FS] 205.053111). A25% penalty shall be imposed on any individual engaged in any new business or profession without first This Business Tax Receipt is only a receipt for business taxes paid. It does not permit the taxpayer to violate any existing regulatory or zoning laws of the state, county, or municipality, nor does it exempt the taxpayer from any other required licenses, registrations, certifications, or permits. Business Tax requirements are REPORT ALL CHANGES: The holder of this Business Tax Receipt is required to report a change in the following: Ownership, Business Location, Mailing Address, or any other information that would alter the status of the current year's information. This includes, but is not limited to, the loss ofo or a change in a State or Regulatory License which was used to qualify for the business identified on the current County Business Tax Receipt. If you have any changes to report, contact the Business Tax Department at 407-665-7636. obtaining a Seminole County Business Tax receipt ([FS] 205.053 [21). subject olegsiabve-cnange: CATHCART CONSTRUCTION COWPANY/FLORIDALLC POBOX1 195788 WINTER SPRINGS, FL 32719 Justin Williams Professional Experience: General Superintendent and weekly activities. Ensure customer satisfaction. Train team members. Project Superintendent Cathcart Construction Company - Florida, LLC Management of multiple infrastructure projects January 2021-P Present Communicate with project managers, foremen, ands subcontractors to coordinate, direct and delegate daily Supervise projects to complete on-schedule and meet budget. December 2019-J January 2021 Supervise various infrastructure projects. Coordinate project schedule withs subcontractors: and CCC workforce Focus on client's construction needs andi requirements. Key projects included emergency repair jobs, storm! basin project, etc. 2016-2019 Jon M. Hall -S Superintendent Creation ofa 40-acre retention pond includes installing a gravity walla and dock utilizing sheet piles. Clearing, underground utilities, earthwork, and paving at Sendero Cove Phase 2. Overseeing site work to construct commercial complex at Viera Commercial Centeri including excavating & hauling 1.25 million cubicy yards of dirt, installing lift stations to depths upt to 35'using slider rails systems, source &i install underground utilities, and oversaw concrete & paving work. Ensuring BMPS are used create: a safe and efficient working environment. Attending progress meetings with engineers, city, and county officials. Coordinating crews, subcontractors, vendors, and material supplies. 2013-2015 Jr. Davis Construction - Superintendent Simultaneously overseeing four projects. and Water Lines at Disney! Springs. Total projects valued 301 million, includingi installation of C-Boxes, Baffle Boxes, Sewer Manholes, Lift Stations, 2010-2013 RCS Construction = Foreman / Superintendent Ensured BMPs are used to create a safe ande efficient working environment. Attended progress meetings with engineers, city, and county officials. Coordinated operating crews and: subcontractors. Oversaw lift station ands storm pipe installation projects. licenses/Certificates: Confined Space Competent Person SWPPP Certified Inspector Corey Hearn 430 Clough Avenue, Lakel Helen Florida 32744 Ma5o.0Hmsetaasn Profile Corey Hearn is an experienced pipe superintendent that has worked in the industry for 10 years. He is well-versed in his ability to interpreting plans, ability to forecast scheduling, troubleshoot unforeseen issues to keep a project on schedule and budget, and to maintain understanding of the project goal. Areas of Expertise Team Leadership Strategici thinking Troubleshooting Issues Coordinating Multiple Projects Employment Cathcart Construction Company- - Florida, LLC, Superintendent, 2020-A Present Responsibilities include but are not limited to: Schedule with Project Manager During pre-construction to establish manpower required in Work with Project Manager to ensure project stays on schedule and assists in getting all field for projects. Oversee project with onsite subcontractors, contact daily/ /weekly. Develop project schedule in conjunction with Project Manager. submittals, /shop drawings, etc. reviewed and submitted. Assist Project Managerwith work orders and back charges. Assist on material delivery scheduling daily/ weekly. Assist Project Manager with project billing. Meet with owners and design professionals as required. Work with subcontractors' to maintain! job schedule. Maintain superintendent's reports and associated paperwork daily. Review project invoices from subcontractors and suppliers with Project Manager. Hold daily safety meetings and retain paperwork for records. Review job sites for cleanliness and assist safety director to insure asafe workplace per Orlando Utilities Commission Hughey and Garland Avenues Water Main Replacement The project consists off furnishing and installation of approximately: 80 LFof4-inch, 1000 LFof6-inch, 750LFof8-inch, 1801 LFof12-inch, 500LFof16-inch, and 3,1001 LFof20-inch ductile iron water mains. Project includes the removal of approximately 7601 LF of water company and OSHA standards daily. Selected Projects: main ranging ins size from 6-inch to 24-inch. Central Florida Expressway Authority McCoy Road Facility Improvements This project was an upgrade to the Central Florida Expressway Authority/sfacilityt to improve the sewer: system and water main system. The project consisted of the installation ofal lift station, over 3000 LF off force main, and 800LFofwatermain. ACM Development, LLC, Pipe Foreman/Superintendent, 2018-2020 Work with at team to keep projects on schedule and budget. Manage multiple crews to ensure worki is done with high quality. Communicate with owners to ensure customer service. Responsibilities include but are not limited to: Coordinate withi inspectors. Work with Subcontractors. Selected projects: Infinity Park Trinity Park Installed and underground utilities for ani industrial park that consisted of storm drain, Installed and underground utilities for an industrial park that consisted of storm drain, sewer, fire lines, water main. sewer, fire lines, water main. C&H Development, Inc., Pipe Foreman, 2013-2018 Responsibilities include but are not limited to: Distribute work assignments to crew members and employees. Supervised and ran pipe crew ensuring quality of storm, sanitary, and wateri installation Regularly report project status to superintendent, site engineers, and other officials. Installed all underground utilities fort three grade schools that consisted ofs storm drain, followed expected standards. Selected projects: Certifications sewer, fire line, water main, and reclaim water main. United Rental - Confined! Space in Construction United Rental- - Excavation! Safety Training for Competent Persons OSHA-10-hour Certification CCC Cathcart Construction Company - Florida, LLC- Mount Olive Road Force Main Extension Subcontractors & Suppliers Subcontractors: TB Landmark-Horzonta: Directional Drilling Central Florida Underground-Jack. & Bore Superior Asphalt-Paving Suppliers: Core & Main-F Pipe, Valves, and fittings le - 4 - D N o 5 : - CCC Cathcart Construction Company 10561 Willa! Springs Drive - Winter Springs- -Florida-32708 -Florida, LLC- References Trey Sisk Construction Project Manager TSisk@alamonte.org City of Altamonte Springs 950 Calabria Drive Altamonte Springs, FL32714 (407)571-8572 Charlie Conklin, P.E. Project Manager/I Design Engineer CalsCasliaabatimiast City of Orlando 400 S. Orange Avenue Orlando, FL3 32801 321-229-0310 cell Jon C. Williams City Manager iwillams@ewgdn.com City of Winter Garden 300 West Plant Street Winter Garden, FL34787 (407) 656-4111 ext. 2263 Robert' T. Masiku Design & Construction Manager Rost.Masisdksimmss City of Kissimmee 101 Church Street, Suite 301 Kissimmee, Florida 34741 (407)518-2174 Alan Oyler, P.E. Project Manager II imolsr@ripolorimione City ofOrlando 400S. Orange. Ave. Orlando, FL32801 (407) 246-2573 Steve Cockerham Engineer Manager Vice President siahndishtican Neel-Schaffer, Inc. 23011 Lucien Way, Suite 300 Maitland, FL32751 (662)404-4012 Mike Parker Public Works Director mparker@oakland.gov Town of Oakland 36501 NE1 12th Avenue Oakland Park, FL33334 (407)656-11176 ext.2302 Shad! M. Smith, P.E. Director of Public Works/City Engineer smith@longwoodrlorg City ofLongwood 907E.SR434 Longwood,FL32750 (407)260-3447 Troy Mitchell Civil) Engineer Toymichell@half.com Halff Associates, Inc. 9021 N Sinclair Ave Tavares, FL32778 (352)557-9231 Jayl Morris, P.E. Vice President imoris@cphcorp.com CPHI Inc. 1117ERobinson St. Orlando, FL32801 (407)797-6211 TOP WORK PLACES 2023 Ouuno-Secntined Cathcart Construction Company-Florida, LLG CCIC ASafety Company That Builds Infrastructure Projects 1056 Willa Springs Dr Winter Springs, FL32708 (407)629-2900 Experience 1) Lakeshore Utilities Relocation - This project was a Utilities relocation project for a trail installation. The Watermain relocation consisted of 1100L LF of open cut 12" PVC, 780L LF of open cut 12" DI, 780 LF of12" HDPE directional drill, and multiple line stops. The Reclaim Watermain consisted of 4300 LF of open cut 12" DI, 2300 LFofopen cut 16" DI, 1800LFof a. TOHO Water Authority - 951 Martin Luther King Blvd Kissimmee, FL 34741 C. Jay Morris - Vice President -( (407)797-6211 -j imoris@cphcorp.com 16" HDPE directional drill, and multiple line stops. b. Contract Amount $6,162,765.00 d. Completion Date Nov 2023 2) Walnut St Force Main - This project was a Force Main extension with 1980 LFof14" HDPE directional drill and 2680 LF of12" PVC open cut. The project utilized 8 gate valves, multiple a. Toho Water Authority - 951 Martin Luther King Blvd Kissimmee, FL 34741 Micah Smart - Engineer II-( (407)483-3851 - Msmart@tohowater.com fittings, and a 12" double line stop bypass to make connections. b. Contract. Amount $1,159,650.00 d. Completion Date June. 2023 3) Urick St Force Main Extension - This Project was a force main upgrade that installed 3240 LF of8" PVC and 4880 LFof 10" PVC via open cut. There was also 680 LF of 10" HDPE and 2120 LF of12" HDPE installed via directional drill. 19 ARV we needed with the force main install. The restoration required asphalt roadway, concrete sidewalk, and concrete driveways. a. City of Fruitland Park - 506 W. Berkman Street Fruitland Park, FL: 34731 b. Contact Amount $2,608,685.00 d. Completion Date March 2023 Robb Dicus - Public Works Director - (352) 360-6795 -! RDeus@nuntancparkor 4) Cottonwood Fire Protection Improvements = This Project was an upgrade to the watermain system byi installing 3800L LF of6 6" watermain, 56 services, and repairs to the roadway. a. City ofLeesburg. - 501 West Meadow Street, Leesburg FL 34749 C. Ryan Gerdon - Administrative Coordinator - (352)705-0248- b. Contract Amount $528,175.00 yan.gerdon@leesburgtlonda.gov d. Completion Date March 2023 5) Amanda ST Extension Construction = This project performed the installation of 2434LF of 4"water main, 2525 LF of 8" water main, 469 LF of 4" directional drill, 2097 LF of 8" sewer, a. City of Altamonte Springs - 225 Newburyport Avenue, Altamonte Springs, FL32701 . Trey Sisk - Construction Manager- -(407)571-8572- -lsiskQalamonte.org 475 LFof8 8" sewer, 1600 LF of1 18" RCP, and 1900LFof24" RCP. b. Contract Amount $3,752,212.41 d. Completion Date September 2022 6) Windward Square Service Line Replacement- - This project was an improvement to the water main system ini the Windward Square complex. The upgrades consisted of2 240 services with services lines, new meters, and meter boxes. The restoration consisted of over 500 SYof sidewalk replacement, 1000 SY of concrete driveways, and sod as needed. a. City of Casselberry - 95 Triplet Lake Drive, Casselberry, FL32707 Jiovani Charres - Utilities Engineer- -(407)262-7725 ext 1761 - b. Contract Amount $1,878,300.00 charescessebemog d. Completion Date May 2023 CATEGORY B-LIFT STATION CONSTRUCTION AND REHABILITATION 1) GOAA LS221 MCO Airport- - This project was a Force Main extension with 1980LF of14" HDPE directional drill and 2680 LF of12" PVC open cut. The project utilized 8 gate valves, multiple fittings, and a 12" double line stop bypass to make connections. a. City of Orlando - 400 S. Orange Avenue - Orlando, FL 32801 b. Contract Amount $135,891.00 d. Completion Date August 2022 Charlie Conklin = Project Manager - 321-229-0310-C Charle.Conklin@ctyoforlando.net 2) Maitland LS 12- This Project was a force main upgrade that installed 3240 LF of 8" PVC and 4880 LF of 10" PVC via open cut. There was also 680L LF of1 10" HDPE and 2120LF of12" HDPE installed via directional drill. 19 ARV we needed with the force main install. The restoration required asphalt roadway, concrete sidewalk, and concrete driveways. a. City of Maitland = 1827 Fennell St Maitland, FL 32751 Karen McCullen - Public Works Director - 407-875-2829- b. Contact Amount $98,500.00 kmccullen@itsmymattand.com d. Completion Date July 2023 3) McCoy Road Facility Improvements - This project was a newi installation of a Lift Station, 2983 LF of 4" PVC Force Main, and 1000 LF of various sizes of waterline. a. Central Florida Expressway Authority - 4974 Orl Tower Rd, Orlando, FL 32807 b. Contact Amount $651,254.45 d. Completion Date November 2022 Chas Star- - Engineer -( (321)397-7820-0 Cstarr@rkk.com 4) Orange City Blue Springs Sewer - This project was al Force Main extension, new gravity sewers and two new lift stations. We also reconstructed the roadway after finishing the repairs. a. City of Orange City - 205 E Graves Avenue - Orange City, FL 32763 b. Contact Amount $3,949,852.12 d. Completion Date February 2024 C. Mariluz Diaz - Construction Engineer -086)775-5472-mdla@orangeclylgov CATEGORY C-WATER AND WASTEWATER PLANTS 1) Orlando Conserv 36-inch Reclaim Water Main Extension - Installed 2700 LFof36" RWM and 1100 LF of conduit duck bank. a. City of Orlando - 400 S. Orange Avenue - Orlando, FL 32801 C. Greg Sharp = Construction: Manager - (407)770-9375- b. Contact Amount $1,937,023.72 eahapachosunent d. Completion Date December 2022 2) Iron Bridge 36-Inch Valve Replacement- - Scheduled Emergency replacement of 36-inch reclaim water main valve. a. City of Orlando = 400 S. Orange Avenue = Orlando, FL 32801 b. Contact Amount $345,198.00 d. Completion Date November 2023 Peter Holzer - Construction Manager = 407-246-3312 - alerdchaerencors CATEGORY D-RAWWATER WELLS AND RAW WATERMAINS 1) Lake Arnold Drainage Wells - Consisted of installing 12-inch drain wells to replace the existing 20-inch drain well and stabilizing the ground around the existing drain well and removing the existing drain well box structure with the exception. of the bottom slab. a. City of Orlando - 400 S. Orange Avenue - Orlando, FL 32801 b. Contract Amount $599,924.00 C. Charlie Conklin - Project Manager - 321-229-0310- GhneComineetpbnnne 2) Orlando Conserv 36-inch Reclaim Water Main Extension - Installed 2700 LF of 36" RWM and 1100 LF of conduit duck bank. a. City of Orlando - 400 S. Orange. Avenue - Orlando, FL 32801 C. Greg Sharp - Construction Manager-( (407)770-9375- b. Contact Amount $1,937,023.72 gregorysharp@citvoforlando.ner d. Completion Date December 2022 EVerify Companyl IDI Number: 1454842 THE E-VERIFY FOR EMPLOYERS ARTICLEI URPOSEAMDALTHOAITN MEMORANDUM OF UNDERSTANDING The partiest to this agreement are thel Department of Homeland Security (DHS) and Cathcart Construction (Employer). The purpose of this agreement ist to setf forth terms and conditions which thel Employer willi follow E-Verifyi is a program thate electronically confirms an employee's eligibility to work ini the United States after completion of Forml I-9, Employment Eligibility Verification (Form I-9). This Memorandum ofUnderstanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities oft the Authority for thel E-Verify programi is found in Titlel IV, Subtitle A, oft the Illegall Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L.: 104-208, 110 Stat. 3009, as amended (8 U.S.C.51324a note)." The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility' Executive Order 12989, as amended, provide authorityf for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verifyt the employment eligibility of certain employees working on Federal while participatingi in E-Verify. Employer, the Social Security Administration (SSA), and DHS. Verification": and contracts. ARTICLEI I RESPONSIBILITIES A.RESPONSIBILITIESOFTHEEMPLOYER 1. The Employer agrees to display thet following notices supplied by DHS in ap prominent place thati is clearly visible to prospective employees and all employees who arei to be verified throught the system: a. Notice of E-Verify Participation b. Notice of Rightt tol Work 2. The Employer agrees to provide tot the SSA: and DHS the names, titles, addresses, and telephone numbers oft the Employer representatives' tol be contacted about E-Verify. The Employer also agrees to keep such information current by providing updatedi information to SSA and DHS whenever the representatives' contact 3. Thel Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee'sE-Verify: accessift the employeri is separated from the information changes. company orr no longer needs access to E-Verify. Page 1 of1 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVerilfy Company IDI Number: 1454842 4. The Employer agrees tol become familiar with and comply with ther most recent version oft the E-Verify 5.1 Thel Employer agrees that any Employer Representative who will create E-Verify cases will complete the a. The Employer agrees that all Employer representatives' willt take the refresher tutorials when prompted by E-Verifyi in order to continue using E-Verify. Failure to completearefsherutonalw will User Manual. E-VerifyTutorial beforet thati individual creates any cases. prevent the Employer Representative from continued use ofE-Verify. 6.T The Employer agrees to comply with currentF Form! I-9 procedures, with two exceptions: a. Ifan employee presents a' "List B" identity document, the Employer agrees to only accept" "List B" documents that contain a photo. (List B documents identifiedi in 8 C.F.R. $274a.2/6)/(4XB)): can! be presented duringt the Form I-9 process to establish identity.) Ifa ane employee objectst to the photo requirement forr religiousr reasons, the Employer should contact E-Verify at 888-464-4218. b. Ifane employee presents al DHS Form 1-551 (Permanent Resident Card), FormI-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Forml I-9, the Employer agrees to make ap photocopy of the document andt to retain the photocopy with the employee'sF Forml I-9. Thel Employer will use the photocopy to verifyt the photo andt to assist DHS withi its review ofp photo mismatches that employees contest. DHS mayi in thet future designate other documents Note: Subject onlyt tot thee exceptions noted previouslyi in this paragraph, employees still retaint the right top present any List A, or List Ba and List C, document/s) to complete the Forml-9. 7. The Employer agrees to record the case verification number ont thee employee'sForm! 1-90 or to print the screen containing the case verification number and attachi itt tot the employee'sForm I-9. 8. Thel Employer agrees that, althoughi it participates in E-Verify, the! Employer has a responsibility to complete, retain, and make available fori inspection Formsl I-91 thatrelate to its employees, or from other requirements ofa applicable regulations or laws, including the obligation to comply witht the anti- discrimination requirements of section 274B oft the INAI with respect tol Form I-9 procedures. a. Thei following modified requirements: aret the only exceptions to an Employer's obligation to not employ unauthorized workers and complyv with the anti-discrimination provision oft the INA:( (1) ListE B identity documents musti have photos, as described in paragraph 6 above; (2) When an Employer confirms thei identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes ar rebuttable presumption thati ith has not violated section: 274A(a)(1)(A) oft the Immigration and Nationality Act (INA) with respect tot thel hiring oft that employee; (3) Ift the Employer receives ai final nonconfirmation for an employee, but continues to employt that person, the Employer must notify DHS andi the Employer is subject to ac civil money penalty between $550 and $1,1001 fore each failuret to notify DHS of continued employment following: a final nonconfirmation; (4) Ift the Employer continues to employ an employee after receivinga at final nonconfirmation, thent the Employeri is subject that activatei the photo screening tool. toarebuttable presumption thati it has knowingly Page 2 of17 E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company IDI Number: 1454842 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no EVerifyparticipantis civilly or criminally! liable under any lawf for any action takeni in good faith based oni information provided b. DHSI reserves ther right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized byl law, including site visits, to ensure proper usec of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been! hired, meaningt that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create ani E-Verify case for new employees within three Employer business days after each employeel has been! hired (after both Sections la and20 of Form 1-9! have been completed), andi to complete as many: steps of the E-Verify process as are necessary: according to the E-Verify User Manual. IfE E-Verifyis temporarily unavailable, the three-day time period will be extended until iti is again operational in order to accommodate the Employersattempting. ing good faith,t to makei inquiries during the period ofunavailability. 10. The Employer agrees nott to use E-Verify forp pre-employment: screening ofj job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not 11. The Employer must use E-Verifyf for all new employees. Thel Employer willr not verifys selectively and will not verify employees hired beforet the effective date of this MOU. Employers who are Federal contractors may 12. The Employer agrees tot follow appropriate procedures (see Articlel HI below) regarding tentative nonconfirmations. Thel Employer must promptly notify employees in private of thet finding and provide them with the notice and letter containing information: specific toi the employee'sEVerify case. The Employer agreest to provide both thel English and the translated notice andl letter for employees with limited English proficiencyt to employees. Thel Employer agrees to provide written referral instructions to employees and instruct affected employees tol bring the! English copy of thel letter to the SSA. The Employer must allow employees to contest thet finding, and not take adverse action against employeesif they chooset to contest the finding, while their casei is still pending. Further, when employees contest at tentative nonconfirmationbased (see Articlel III.B. below) to contact DHS with information necessaryt to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHSi is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. $274a.1(0)) that the employee is not work authorized. The Employer understands that ani initial inability oft the SSA or DHS automated verification: system to verifywork (indicating the needi fora additional time for theg government to resolve a case), or thei finding of ap photo mismatch, does note establish, and should not bei interpreted as, evidence that the employee is not work authorized. In any ofs such cases, the employee must be provided af full andi fair opportunity to contest the finding, andi if he or she does 50, thee employee may not bei terminated or suffer any adverse employment through thel E-Verify. authorize. qualifyfor exceptions tot thisi requirement as describedi in Article II.B of this MOU. upon a photo mismatch, the Employer must take additional: steps authorization, at tentative nonconfirmation, a case in continuance consequences based upont the employee's perceived employment eligibility status Page 30 of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerilfy Company ID Number: 1454842 (including denying, reducing, or extending work hours, delaying or preventing training, requiringa an employee to worki inj poorer conditions, withholding pay, refusing to assign the employee toa aFederal contract or other assignment, or otherwise assumingt that he or shei isunauthorized to work) untila and unless secondary verification by SSA or DHS has been completed and af final nonconfirmation! has beeni issued. Ifthe employee does not choose to contest at tentative nonconfirmation or ap photo mismatch ori ifasecondary verification is completed and ai final nonconfirmation isi issued, then thel Employer can find the employeei is not work authorized: andi terminate the employee's employment. Employers ore employees with questions about at final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 14. Thel Employer agrees to comply with Titlel VII oft the Civil Rights Act of: 1964 and section: 274B oft the INA asa applicable byr not discriminating unlawfully against anyi individuali in' hiring, firing, employment eligibility verification, or recruitment orr referral practices! because ofh his or her national origin or citizenship status, or byc committing discriminatory documentary practices. Thel Employer understands thats suchi illegal practices caninclude selective verification or use of E-Verify except as provided inj part D! below, or discharging or refusing tol hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. Thel Employer further understands that any violation of thei immigration-related unfair employment practices provisions in section 274B oft thel INA could subject the Employer to civilp penalties, back pay awards, and other sanctions, and violations of Title) VII could subject the Employer tol back pay awards, compensatory and punitive damages. Violations of either section 274B oft the INA orl Title Vilr may also lead tot thet termination of itsp participation in E-Verify. Ifthe Employer has any questions relating to the anti-discrimination provision,i its should contact OSC ati 1-800-255-8155 or 1-800-237-2515 (TDD). 15. Thel Employer agrees thati it will uset thei information itr receives from E-Verify onlyt to confirm the employment eligibility of employees as authorized byt this MOU. The Employer agrees thati it will safeguard thisi information, andi means ofa accesst to it (such as PINS andj passwords), to ensure that itis not used for any other purpose and as necessary to protect its confidentiality, including ensuring that itisr not disseminated to any person other1 than employees oft the Employer who are authorized to perform the Employersresponsibiltes under this MOU, except for such dissemination as may! be authorizedi in advance 16. The Employer agrees to notify DHS immediatelyi ini the event of al breach of personali information. Breaches are defined as loss ofcontrol or unauthorized: access to E-Verify personal data. Alls suspected or confirmed! breaches should ber reported by calling 1-888-464-4218 or viae email at EVenlyOuscsdhsgoy. Please use' "Privacy Incident- - Password" int the subject line ofy your email when sending al breach reportto 17. The Employer acknowledges that thei information itr receives from SSA is governed by thel Privacy Act (5 U.S.C. S5 552a()(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a). Any person who obtains this information under false pretenses or uses itf for any purpose other than as providedf fori ini this MOU may be 18. Thel Employer agrees to cooperate with DHS and! SSAi int their compliance monitoring: and evaluation of (worker hotline). by SSAor DHS fort legitimate purposes. E-Verify. subject to criminal penalties. E-Verify, whichi includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company IDI Number: 1454842 reasonable notice, to review Forms I-9 and other employment records and to interview ita andi its employees regarding the Employer's use ofE-Verify, andt to respond in a prompt and accurate manner to DHS requests 19. Thel Employer shall not make any false or unauthorized claims or references abouti its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services asf federally-approved, federally-certified, or federalyrecognized, or usel language witha a similari intent on itsy website or other materials provided tot the public. Enteringi into this MOU does not mean that E-Verify 20. Thel Employer shall nots state ini its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtainingt thep prior 21. Thel Employer agrees that EVerifytrademarks: and logos may be used only under license by DHS/USCIS (see! M-795/Web) and, other than pursuant tot thes specific terms of such license, may not be used in any manner that might implyi that thel Employer'ss services, products, websites, or publications are: sponsored 22. Thel Employer understands thati ifit uses E-Verify proceduresf for any purpose other than as authorized byt this MOU, thel Employer may be: subject to appropriate legal action and termination of its participationin forinformation relating tot their participation in E-Verify. endorses or authorizes) your E-Verify: services and any claim tot that effect ist false. written consent of DHS. by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. E-Verify accordingt to this! MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. Ifthel Employeri isa al Federal contractor with the FARI E-Verify clause subjectt to the employment verification termsi in Subpart 22.18 oft the FAR, it will becomet familiar with and comply with ther most current version oft thel E-Verify User Manual for Federal Contractors as well as the E-Verify! Supplemental Guidet for 2. Inaddition tot the responsibilities of every employer outlinedi int this MOU, thel Employer understands that verify the employment eligibility of any" "employee assigned tot the contract" (as definedi in FAR: 22.1801). Once an employee has been verified through E-Verify by thel Employer, the Employer may not create a a. An Employer that is not enrolledi in E-Verify as al Federal contractor at thet time ofac contract award must enroll as al Federal contractori in thel E-Verify program within: 30 calendar days ofc contract award and, within 90 days of enrollment, begint to verify employment eligibility of newl hires using E-Verify. The Employer must verifyt those employees who are working ini the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification ofr new! hires must! bei initiated within threel business days after thel hire date. Once enrolled in E-Verify as aF Federal contractor, the Employer must! begin verification ofe employees assigned tot the contract within 90 calendar days after the date ofenrollment or within: 30 days of an employee's assignment to the Federal Contractors. verification terms in Subpart 22.18 of the FARi itmust ifitisa a Federal contractor: subject to the employment second case fort the employee through E-Verify. contract, whichever datei islater. Page 50 of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerilfy Company IDI Number: 1454842 b. Employers enrolled in E-Verify as al Federal contractor for 90 days or more at thet time ofac contract award must use E-Verifyt to begin verification of employment eligibility for new hires oft the Employer who are workingi in the United States, whether or not assignedt to the contract, within three business days after the date of hire. Ift the Employer is enrolled in E-Verify as a Federal contractorf for 90 calendar days or less at thet time ofc contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify toi initiate verification of new! hires oft the contractor who are working ini the United States, whether or not assigned tot the contract. Such verification ofr new! hires must be initiated within three business days after the date of hire. An Employer enrolled as al Federal contractori in E-Verify must begin verification ofe each employee assigned tot the contract within 900 calendar days after date of contract Federal contractors that arei institutions oft higher education (as defined at: 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performingy under a takeover agreement enteredi into with al Federal agency underap performance bond may chooset to only verify new and existing employees assigned tot the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification ofe employees assigned to the contract within 90 calendar days after the date ofe enrollment or within 30 days of an employee's assignment tot the d. Upon enrollment, Employers who are Federal contractors may electt to verify employmente eligibility ofalle existinge employees workingi in the United! States who were hired after November 6, 1986, instead ofverifying only those employees assigned to a covered Federal contract. After enrollment, Employers award or within 30 days after assignmentt to the contract, whichever is later. contract, whichever datei is later. must elect to verify existing stafff following DHS procedures and begin EVerifyverification: of alle existing employees within: 180 days after the election. e. The! Employer may use a previously completed Form I-9 as thel basis for creating an E-Verify casef for ane employee assigned to ac contract as long as: That Form I-9i is complete (including the! SSN) and complies with Article IIL.A.6, ii. The employee's work authorization has not expired, and iii. Thel Employer has reviewed the Form I-9i information eitheri in person ori in communications with the employee to ensure that the employee's Section 1, Form I-9 attestation has not changed (including, but not limited to, al lawful permanent resident alien having become a naturalized f. - The Employer shall complete ar new Form I-9 consistent with Article II.A.6 or update previous U.S. citizen). the Form! 1-91 to provide the necessary information if: The Employer cannot determine that Form 1-9 complies with Articlel II.A.6, ii. The employee's basis for worka authorization as attestedi in Section 1h has expired or changed, or iti. Thel Form I-9 contains no SSN ori is otherwisel incomplete. Note: IfSection! 10 of Form I-9i is otherwise valid and up-to-date and thet form otherwise compliesv with Page 6 of17E E-Verify MOU for Employers Revision Date 06/01/13 EVerilfy Company IDI Number: 1454842 Article II.C.5, but reflects documentation (such asaU.S. passport or Form I-551) that expired after completing Form 1-9, the Employer shall not require the production ofa additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or supersedingi instructions that g. Thel Employer agrees nott to require a second verification using E-Verify of any assigned employee whol has previously been verified as ar newly hired employee under this MOUC or to authorize verification ofa any existing employeel by any Employer thati is not al Federal contractor based on this 3. Thel Employer understands thati ifitisaF Federal contractor, its compliance with this MOUisa performance requirement under thet terms oft thef Federal contract or subcontract, andi the Employer consents tot the release ofi information relating to compliance withi its verficationreponsbilites under this MOU1 to contracting officers or other officials authorized tor review the Emplboyer'scomplancewtln Federal may be provided ont this subject in the E-Verify User Manual. Article. contractingrequrements, C.RESPONSIBILITIESOFS SSA 1. SSA agrees to allow DHS to compare data provided byt the Employer against SSA's database. SSA sends DHS confirmation thati the data: sent either matches or does not match thei information in SSA'sdatabase. 2. SSA agrees to safeguard thei information thel Employer provides through E-Verify procedures. SSA also agrees to limit access to suchi information, as is appropriatel byl law, toi individuals responsible fort the verification of Social Security numbers or responsible for evaluation of E-Verify or such other personsor entities who mayb be authorized by SSA as governed byt thel Privacy Act (5 U.S.C. 5552a), the Social Security Act 3. SSA agrees to provide case results fromi its database within three Federal Government work days of the 4. SSA agrees to update SSAI records as necessaryift the employee who contests the SSA1 tentative nonconfirmation' visits an! SSA field office and provides ther required evidence. Ifthe employee visits an! SSA field office within the eight Federal Government) work days from the date ofreferralt to SSA, SSA agrees to update SSAI records, ifa appropriate, within the eight-day period unless SSA determines that more than eight days may ber necessary. Ins such cases, SSA will provide additionali instructions to the employee. Ifthe employee does not visit SSA int thet time allowed, E-Verify may provide af final nonconfirmation: tot the Note:Ifa an Employer experiencestechnical, problems, or has a policy question, the employer should contact (42 U.S.C. 1306(a)), and SSAI regulations (20 CFR Part 401). initialinquiry. E-Verify provides thei information to the Employer. employer. E-Verify at: 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected datal from DHS databases to enablei the Employer to conduct, to the extent authorized byt this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerilfy Company IDI Number: 1454842 b.F Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives tol be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements forboth SSA 4. DHS agrees toi train Employers on alli important changes madet to E-Verify through the use of mandatory refresher tutorials and updates tot the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refreshert tutorials. 5. DHS agrees to providet to the Employer a notice, whichindicates the Employer's participation in E-Verify. DHS also agrees to provide to thel Employer anti-discrimination notices issued byt the Office of Special Counsel forl Immigration-Retated Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of 6. DHS agrees toi issue each of the Employer's E-Verify users a unique useri identification number and 7. DHS agrees to safeguard thei information the Employer provides, and tol limit access tos suchi information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used onlyt to verifyt the accuracy of Social Security numbers and employment eligibility, to enforce thel INA: and Federal criminal laws, andt to administer 8. DHS agrees to provide ar means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation ofe employees' employment eligibility 9. DHS agrees to provide ar memsoliseomdayvericaton (including updating DHS records) for employees who contest DHS tentative nonconfirmations. and photor mismatcht tentative nonconfirmations. Thisp provides final confirmation or nonconfirmation oft the employees' employment eligibility within 10F Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may! be necessary. In and DHS, including restrictions on the use ofE-Verify. Justice. password that permits them to logi int to E-Verify. Federal contracting requirements. within three Federal Government work days oft thei initiali inquiry. such cases, DHS will provide additionaly verification instructions. ARTICLEIII REFERRALOFINDIVIDVALSTOSSAANDDRS A. REFERRAL TOSSA 1. Ift the Employer receives at tentative nonconfirmation: issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notifyemployeesi in private oft thei finding: and provide them with the notice and letter containingi information specific to the employee'sEVerify case. Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company ID Number: 1454842 The Employer also agrees to provide both the English andi thet translated notice and lettert fore employees with limited English proficiencyt to employees. The Employer agrees to provide written referral instructions toe employees andi instruct affected employees tol bring the English copy oft thel letter tot the SSA. The Employermust: allow employees to contest thet finding, and nott take adverse action against employeesif 2. The Employer agreest to obtain the employee's response about whether he or she will contest thet tentative nonconfirmation: as soon as possible after the Employer receives thet tentative nonconfirmation. Onlyt the employee may determine whether he or shev will contest thet tentative nonconfirmation. 3. After at tentative nonconfirmation, thel Employer will refer employees to SSA field offices only as directed byE-Verify. Thel Employer must record the case verification number, review the employeei information submitted to E-Verifyt to identify any errors, andi find out whether the employee contests thet tentative nonconfirmation. Thel Employer willt transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA forv verification againi ift thisreviewi indicates ar needt to do so. 4. Thel Employer willi instruct the employee to visit an: SSA office within eight Federal Government work days. SSAI wille electronicallyt transmit ther result of the referral tot thel Employer within 101 Federal Government work 5. While waiting for case results, thel Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees nott to askt the employee to obtain a printout from the Social Security Administration they choose to contest thef finding, whilet their casei is still pending. days oft the referral unlessi it determines that more than 10 days is necessary. number database (the! Numident) or otherv written verification of the! SSN from the SSA. B. REFERRAL TO DHS 1. Ifthe Employer receives at tentative nonconfirmation: issued by DHS, thel Employer must promptly notify employees in private oft thet finding and provide them with ther notice andl letter containingi information specific to the employee'sE E-Verify case. Thel Employer also agrees to provide both the English and the translated notice and letteri for employees with limited English proficiency to employees. Thel Employer must allowe employees to contest thef finding, andi noti take adverse action against employees ift they choose to 2. The Employer agrees to obtain thee employee'sr response about whether he or she will contest thet tentative nonconfirmation: as soon as possible after the Employer receivest thet tentative nonconfirmation. Only the employee may determine whether he ors she will contest thet tentative nonconfirmation. 3.1 The! Employer agrees to referi individuals to DHS only when the employee chooses to contest at tentative 4. Ifthee employee contests at tentative nonconfirmation issued by DHS, the Employer willi instruct the contest thet finding, whilet their casei is still pending. nonconfirmation. Page 9 of1 17 E-Verify MOU for Employers Revision Date 06/01/13 EVerilfy Company! IDI Number: 1454842 Government work days. nonconfirmations, generally. cardt tol DHS for review! by: employee to contact DHS through its toll-freel hotline (as found ont ther referral letter) within eight Federal 5. Ifthe Employer finds ap photor mismatch, the Employer must provide the photo mismatchi tentative nonconfirmation notice and follow the instructions outlined in paragraphlo oft this sectioni for tentative 6. Thel Employer agrees thati ifa an employee contests at tentative nonconfirmation based upon ap photo mismatch, the Employer will: send a copy oft the employee'sForm! I-551, Form! 1-766, U.S. Passport, or passport a. Scanning and uploading the document, or b. Sendingaphotocopy of the document by express mail (furnished and paid for byt the employer). 7. The Employer understands thatit ifitcannot determine whether therei is ap photo match/mismatch, the Employer must forwardi the employee's documentation to DHS as describedi in the preceding paragraph. The Employer agrees to resolve the case as specified byt the DHS representativer who will determine the photo 8. DHS wille electronically transmit the result of ther referral tot the! Employer within 10 Federal Government 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. match or mismatch. work days oft the referral unlessi it determines that moret than 10 daysi is necessary. ARTICLEMV SERVICEPROVISIONS A. NOSERVICEFEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU.The Employer is responsiblet for providinge equipment needed to makei inquiries. To access E-Verify, an Employer will need aj personal computer withl Internet access. ARTICLEV MODIFICATIONANDTERMINATION A.MODIFICATION 1. This MOUis effective upon the signature ofa all parties and shall continue in effect for as long ast the SSA and DHS operates thel E-Verify program unless modified in writing byt the mutual consent of all parties. 2. Any and all E-Verify system enhancements by! DHS or SSA, including but not limited to! E-Verify checking against additional: data sources andi instituting newy verification policies or procedures, will be covered under this MOU and will not cause ther needi for as supplemental MOU that outlines these changes. Page 10 of17 E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company IDI Number: 1454842 B.TERMINATION 1. Thel Employer mayt terminate this MOU andi its participation in E-Verify at any time upon 30 days prior 2. Notwithstanding. Article V, partAd oft this MOU, DHS mayt terminatet this MOU, andt thereby the Employer's participation in E-Verify, with or without notice at any timei if deemed necessary! because oft the requirements ofl law or policy, or upon ac determination by SSA or DHS that there has been al breach of systemi integrityor security! by the Employer, or ai failure ont thep part oft the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands thati ifitisaF Federal contractor, termination ofthis! MOU by any party for any reason may negatively affect the performance ofi its contractual responsibilities. Similarly, the Employer understands thati ifitisi in a state where E-Verify is mandatory, termination oft this bya any party MOUr may negatively affect thel Employer's business. 3. An Employer thati is a Federal contractor may terminate this MOU when thel Federal contract that requires itsp participation in E-Verify ist terminated or completed. Ins such cases, thel Federal contractor must provide written notice to DHS. Ifa an Employer that isaF Federal contractor fails to provide such notice, thent that Employer willr remain an E-Verify participant, willr remain bound! byt the terms oft this MOU that apply to non- Federal contractor participants, and will ber required to uset the E-Verifyprocedurest to verify the employment 4. The Employer agrees that E-Verify is not liablet for any! losses, financial or otherwise, ift the Employeri is writtennotice: tot the other parties. eligibility ofa all newly hired employees. terminated from E-Verify. ARTICLEVI PARTIES this MOU contractor(s), and SSA and A. Some or all SSA and DHSI responsibilities under may! be performed by DHS may adjust verificationi responsibilities between each other as necessary. Bys separate agreement with B. Nothing ini this MOUI isi intended, or should! be construed, to create any right or benefit, substantive or procedural, enforceable at law! by any third party against thel United! States, its agencies, officers, or C. The Employer may not assign, directly ori indirectly, whether by operation of law, change of control or merger, all or any part ofi itsr rights or obligations under this MOU without the prior written consent ofD DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, ort transfer D. Each party shall bes solely responsible for defending any claim or action against it arising out of orrelated to E-Verify or this MOU, whether civil or criminal, andi for any liabilitywherefrom, including (but not limited to) any dispute between the Employer and any other person ore entity regarding the applicability of Section 403(d) DHS, SSAH has agreed to perform its responsibilities: as described int this MOU. employees, or against the Employer, its agents, officers, or employees. any oft ther rights, duties, or obligations herein is void. of IIRIRA to any action taken or allegedly taken byt the Employer. Page 11 of 17 E-Verify MOU for Employers] Revision Date 06/01/13 EVerify Company! IDI Number: 1454842 E.The Employer understands' that its participation! in E-Verify is not confidential information and may! be disclosed as authorized or required by! law and DHS or SSA policy, including but not! limited to, Congressional oversight, E-Verify publicity andi media inquiries, determinations of compliance with Federal contractual requirements, and responses toi inquiries under the Freedom of Information Act( (FOIA). F. Thei individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf oft the Employer and DHST respectively. The Employer understands that anyi inaccurate: statement, representation, data or other information provided to DHSI may subject the Employer, its subcontractors, its employees, or its representativest to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.T Theforegoing constitutes thef full agreement on this subject between DHS andi the Employer. Tol be accepted as an EVerifyparticipant; yous should only sign the Employer's Section oft the signature page. Ifyoul have any questions, contact E-Verify at1-888-464-4218. Page 12 of17E E-Verify MOU for Employers Revision Date 06/01/13 EVerilfy Company ID Number: 1454842 Approved by: Employer Cathcart Construction Company- Florida Name (Please Type or Print) Matthew Blanton Signature Electronically Signed Title Date 09/30/2019 Department of Homeland! Security-Verification Division Name (Please Type or Print) USCIS Verification! Division Signature Electronically Signed Title Date 09/30/2019 Page 13 of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company IDI Number: 1454842 Information Required fort the E-Verify Program Informationrelatingi to your Company: Cathcart Construction Company Florida Company Name 2564 Connection! Point Oviedo, FL: 32765 Company Facility Address Company Alternate Address County or Parish SEMINOLE Employer Identification Number 464740152 North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 237 Cathcart Construction Company- Florida 100t to 499 1site(s) Page 140f17E-Verifyl MOU for Employers Revision Date 06/01/13 EVerify Company ID Number: 1454842 Arey youy verifying for moret than 1 site? Ifyes, please provide the number of sites verifiedi fori in each State: FL 1 Page 15 of17E-Verify MOU for Employers I Revision Date 06/01/13 EVerify Company IDI Number: 1454842 Informationrelatingt to thel Program Administrator(s) for your Company on policyquestions or operational problems: Name Fax Email Name Fax Email Name Fax Email Claudia Bosquez 3212034900 Cathv Owen 4072034900 Matthew Blanton 3212034900 Phone Number 407629290016 dauda@cathoantconsrvucioncompany.com cathy@caihcantonsiructoncompanv.com Phonel Number 407629290010 Phone Number 407629290021 mbianton@cathcarcomsinuctioncompan.com Page 16 of17E-Verify MOU for Employers Revision Date 06/01/13 EVerilfy Company! IDI Number: 1454842 This list represents thet first 20 Program Administrators listed fort this company. Page 17 of17 E-Verify MOU for Employers F Revision Date 06/01/13 205 East Orange Street, Suite #110 ChastainSkillman DECM Lakeland, FL 33801 863-646-1402 Via Email September 26, 2024 Ms. Patricia Jackson City of Polk City 123 Broadway Blvd. SE Polk City, FL3 33868 RE: Mount Olive Force Main Extension Project Award Recommendation CSI File No. 1029.002 Dear Ms. Jackson: Chastain Skillman! DCCM (CS) has received bid packages submitted to the City of Polk City for the Mount Olive Force Main Extension project. Two bids were received and are listed below with the Engineer's Opinion of Probable Construction Cost (OPCC). Bidder Bid $2,603,624.00 $2,860,663.80 $3,500,000.00 Cathcart Construction Company Mid South, Inc. Engineer's OPCC We have reviewed the submitted bid packages and did find a mathematical errori in Cathcart Construction Company's (CCC) bid. CS contacted CCC and they provided clarification of the mathematical error that did not affect their bid price (copy attached). All other required submittals were included, and no discrepancies found. The low bid was approximately $896,396.00 less than the Engineer's OPCC. Cathcart Construction Company has recently successfully completed another CS project. We recommend the City award the contract to Cathcart Construction Company ChastainSkilman OCCM Should youl have any questions or require additional information, please do not hesitate to contact me at (863)646-1402 or Vleer@dccm.com Sincerely, Chasgainsailiman/DCCM 415 Vaughan S. Leer, P.E. Attachment Asst. Director' Water &' Wastewater Engineering 2 CCC Cathcart Construction Company 1056 Willa Springs Drive -Winter Springs Florida-32708 Florida, LLC- September 9, 2024 Vaughan Leer, PE Chastain-Skillman 205 E Orange St Ste 110 Lakeland, FL: 33801 Assistant Director of Water-Wastewater Engineering Viae email: Mer@chasanalmancon RE: Polk City Bid- Mount Olive Road Force Main Extension. /CSI Project No.: 1029.002 Mr. Leer- Please accept this letter as confirmation of the clerical error on Bid Item 1A-4"F PVC Pipe. The actual bid extension for this line item should read $1,225.00. Reducing the total Bid Price to $2,603,624.00. Please let me know ify youl have any questions or need additional information. Matt T.E Blanton President d TOP WORK PLACES 2023 Orlandos City of Polk City Mount Olive Force Main Extension Bid Opening-September 4, 2024 2:00 pm Bidder Bid Price Swell Construction K3 Directional Drilling Cathcart Construction Company Mid South Inc. ISCO Inc. o0 8o 2,604,674 2,Bbala3 Metro Equipment Company EZC Contracting Cacique Utilities City Commission Meeting October 15, 2024 Voyles Loop Lift Station AGENDA ITEM #: 3 INFORMATION ONLY X ACTION REQUESTED ISSUE: Voyles Loop Lift Station ATTACHMENT: Bid Document submitted by Hinterland Group Email from Craig Fuller ANALYSIS: There was a phone conference held with DEP regarding Cardinal Hill Project. During this phone conference, DEP stated they are not amenable to granting an extension for the In-Kind Project.. Ifthe approved project cannot be completed by the deadline of January 22, 2025, then the assessed civil penalty of $17,000 shall be paid to DEP by that same date. Ift the current approved In-Kind Project is no longer viable, Polk City must submit a new proposed In-Kind Project for DEP's approval that can be The Voyles Loop Lift Station ist the In-kind Project that the City Commission selected and DEP approved There was one bid received from Hinterland Group in the amount of $394,760. The bid came in $150,000 higher than the Engineer's estimated budget of $210,000 to $250,000. The Engineer recommends rebidding Voyles Loop Rehab as the difference in price is significantly greater ($150k) than the penalty ($17k). Even if a rebid came in at $300 - $350, that would be a large savings. Additionally, with time being what itis, it's challenging to order and receive items as quickly as needed for any decent sized project. Attorney Cloud concurs with the Engineer. Please see attached email. completed by January 22, 2025. regarding the Consent Order, which comes with a deadline of January 22, 2025. STAFF RECOMMENDATION: Iti is the staffs recommendation to rebid the' Voyles Loop In-Kind Project. a a a o o @ 2 S 5 = PROJECT No. CSDG PROJECT No. 354-003005 CPPY BID NAME: Voyles Loop Lift Station Maintenance Repairs HG. Job No. 24-0181-00 BID DUE-1 Tuesday, September 17, 2024 @ 2:00 PM SUBMITTED TO: City of Polk City Public Works Department 123 Broadway Blvd SE Polk City, FL 33868 (863)984-1375 Eso COP SUBMITTED BY: Hinterland Group Inc. 2051 W Blue Heron Blvd Riviera Beach, FL 33404 - HINTERLAND 561-640-3503 GROUP INC. Email: info@hinterlandgroup.com COPY Bidders Name Hinterland Group Inc. SECTION 004153 BID FORM VOYLES LOOP LIFT STATION MAINTENANCE REPAIRS CSDG Project No. 354-003005 THIS BID IS SUBMITTED TO: POLKCITY PUBLIC WORKS DEPARTMENT 123 BROADWAY BOULEVARD SE POLKCITY, FLORIDA 33868 Place Polk CityPublic' Works Department Project No. 354-003005 Proposal of_ Hinterland Group Inc. Date 09/16/2024 (hereinafter called "Bidder") (ac corporation partnership [Jindividual [Jdoing business as Hinterland Group Inc. to the Polk City Public Works Department hereafter called "Owner". The bidder, in compliance with your invitation for bids for the construction of a Voyles Loop Lift Station Maintenance Repairs in Polk City, Florida having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with allo oft the conditions surrounding the construction oft the proposed projecti including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, ofv which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the Project within 120 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive calendar day thereafter as hereinafter provided in Article 12 of the General Conditions. Bidderacknowledges receipt of the following addendum: N/A Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-1 Bid Form Bidders Name Hinterland Group Inc. BASE PROPOSAL: Bidder agrees to perform all oft the work described int the specifications and BID TOTAL: $Three Hundred Ninety Four Thousand Seven Hundred Sixty Dollars and Zero Cents ($394,760.00) Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in shown on the plans for the following price: (Written Total Amount) words will govern. Addenda Receipt Acknowledgment Addendum No. N/A Date Initials Bidder understands that the Owner reserves the right to reject any or all bids and to waive any Upon receipt of written notice, the acceptance of this bid, Bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the General informalities in the bidding. conditions. 5%of ($Bid Amt) The bid security attached in the sum of Five Percent of Bid Amount is to become the property of the Owner in the event contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner causedthereby. Respectfully submitted: By: a (Signature) (Title) Chase Rogers. COO & Senior Estimator 2051 W Blue Heron Blvd, Riviera Beach, FL 33404 (Business Address and Zip Code) G) (SEAL ifbidi Evgigpion) : Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-2 Bid Form dHG MINUTES OFSPECALMEETNG OF HINTERLANDGROUPI INC. Minutes of Special Meeting of Hinterland Group Inc. held at 2051 W. Blue Heron Blvd., 2023. Riviera Beach. Florida 33404 on this 5 day of Apcil The President called the meeting to consider the foliowing business: The authorization of Onmotion 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. and all documentation with regard to the Company. Chase Rogers and Danny Duke, Jr., to sign any There being noi further business, the meeting was adjourned. Dated. April 195,3023 Daniel DukémAPresident HE Hinterland Group Inc. STATE OF. FLORIDA COUNTY OF. PALM BEACH w.DanelD.k,! Cd8 Notary Public Printed Name:. LORLEuID My Commission Expires:. 819/362l0 The foregoing instrument was acknowledged before met this 5dayof. April 2023 LORIGUILD MYCOMMISSON:ZENS EXPRES:AtgusP.2028 Hinterland Group Inc. Corporate Office 2051W Blue Heron Blvd., Riviera Beach, FL 33404* Ph 561-640-3503 - Fax 561-640-3504 Bidders Name Hinterland Group Inc. SUBCONTRACTORS Int thei form below, the BIDDER shall list all Subcontractorsi to be used ont this projecti ift the BIDDER is awarded the Contract for this project. CLASSIFICATION OF WORK NAME. AND ADDRESS OF SUBCONTRACTOR None Foreseen Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-3 Bid Form Bidders Name Hinterland Group Inc. QUESTIONNAIRE Questionnaire sheet to be filled in by BIDDER. The undersigned guarantees thei truth and accuracy of all statements and answers herein contained: 1. How many years has your organization been in business as a generalcontractor? 2. List any public works contracts you have performed with any governmental agency having a value in excess of $25,000 within the last 5-10 years: 18+ years Please view the attached completed projects. 3. Were all contracts listed in No. 2 above completed within the time period without extensions? No, extensions were issued as needed 4. Were liquidated damages incurred by the contractor for non-timely completion and, the extent to which additional time extensions were granted on all contracts that were not so timely completed? No Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-4 Bid Form HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 199,676.05 $ 119,001.24 $ 30,088.75 $ 50,131.53 $ 391,710.00 $ 467,819.50 $ 382,420.95 $ 687,999.88 $ 704,205.19 $ 129,699.40 $ 143,884.58 $ 45,990.30 $ 37,014.55 $ 310,932.50 $ 891,591.23 $ 997,356.30 $ 975,552.75 $ 128,450.00 $ 477,912.52 $ 57,100.00 47,295.00 $ $ 62,283.00 $ 62,584.00 $ 59,580.00 $ 506,000.00 $ 275,000.00 $ 846,024.50 $ 531,643.60 $ 345,147.49 $ 255,889.00 $ 80,008.00 $ 56,950.00 $ 229,640.01 $ 91,340.00 $ 21,946.00 $ 42,817.00 $ 19,435.00 $ 23,405.00 $ 13,144.00 $ 1,963.20 $ 11,795.00 9 62,980.00 $ 343,521.00 $ 38,915.00 $ 16,345.00 $ 53,169.29 $ 83,150.72 $ 83,638.06 $ 57,599.73 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Davie - Lift Station #9 Rehab LS 8220 Gravity Sewer Pipe LS# 244 Lining WO#5-6185 Winding Brook-PBC Deerfield Rehab Lift Stations Lift Station S-08 Replacement Lift Station 41 Upgrades Gator Blvd Water Main Priority Aerial Canal Crossing Pahokee PBC Airport & PEEHokey Lift Station #8105 PBC-61st St N Water Services PBC-LOX Groves Park LS &FM Lift Station C-18 Rehab Lift Station 7 &81 Improvement Master Pump Station Rehab System IMVIII Generator Lift Station T-26 Rehab Lift Station S-05 Rehab LS Generator Master Lift Station 91 Rehabilitation Storm Pump Station - WPBPD WO: #10-L LS98 Rehab Sewer Lift Station 22 Rehab Lift Station #1 Rehabilitation Lift Station7-17WW07 Generator Replacements Replacement Lift Station 21 915 NE 3rd Avenue 3318 SE 6th Avenue NE 30th & Coral Shores Drive NW: 21st Avenue - CCTV 54 inch NE 9th Ave - Drainage Ft. Laud Guava Isle Drive - CIPP Compass Lane Drainage-CIPP Ft. Laud 3200 NE: 29th Fleet Parking - Ft. Laud TO#12-NE 33 Ave NE 34 St Storm TO #13-630 Isle of Palms TO#16-FTL-Heron & Venice CIPP FTL-TO#19 SE14th Street FTL-412 SE 17th Street CIPP E5U37 - Drainage Repair PBC Lift Station Cleaning PBC-LS Cleaning-Var Loc CIPP WO# 15 Conneste Road WO# 21 Sunset Dr WO# 23 Kokomo - North WO# 24 Kokomo - South 2020 Davie, Town of 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Deerfield Beach 2020 Winter Garden 2020 St. Johns County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Brevard County Board of County Comm 2020 City of Clearwater 2020 City of Clewiston 2020 Davie, Town of 2020 Brevard County Board of County Comm 2020 Atlantis 2020 City of West Palm Beach 2020 2020 Cooper City Utilities 2020 City of Holly Hill 2020 Cooper City Utilities 2020 Sunrise 2020 Palm Beach County 2020 SSNOCWTA 2020 Cooper City Utilities 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fortl Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fortl Lauderdale 2020 Palm Beach County 2020 Palm Beach County 2020 Bradenton 2020 Palm Beach County 2020 Paim Beach County Replace of West Palm Beach City HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 38,114.59 $ 54,465.01 $ 15,583.79 $ 23,930.62 $ 17,631.50 $ 44,310.78 $ 448,005.51 $ 48,029.58 $ 20,493.45 $ 15,828.28 $ 19,217.06 $ 12,820.38 $ 15,538.16 $ 42,828.38 $ 50,682.78 $ 13,197.06 $ 29,706.53 $ 11,407.06 $ 16,888.36 $ 16,506.23 $ 43,009.82 $ 69,116.75 $ 13,124.42 $ 42,878.89 $ 6,561.33 $ 48,539.78 $ 79,827.61 $ 37,758.39 $ 4.275.00 $ 25,757.99 $ 16,850.03 $ 59,845.72 $ 582,356.09 $ 44,182.56 $ 69,238.76 $ 23,027.87 $ 26,253.06 $ 35,361.40 $ 16,937.53 $ 7,930.96 $ 9,136.31 $ 4,165.96 $ 75,102.61 $ 26,212.35 $ 58,031.15 $ 52,492.79 $ 82,895.47 $ 52,828.19 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME WO# 25 Center St CIPP WO# 27 Brian Way WO# 28 Edgehill Road WO# 29 Flamango Lake Dr WO# 30 Limestone Creek Road WO# 31 Military Trail and 61st WO# 32 Lawrence Rd Drainage WO# 33 3261 Atlantic Rd WO# 34 19598 Trails End Terr-1 WO# 35 19506 Trails End" Terr-W WO# 36 19582 Trails End Terr-3 WO# 37 6361 Wood Lake Road WO# 39 19650 Red Maple Rd Loxahatchee River PH1 Loxahatchee River PH2 WO# 42 6558 Woodlake Rd WO# 436 6126 Woodlake WO; #44 6632 Woodlake Rd WO# 45 Lawrence 66 &2 24 WO# 46 Santaluces HS-Lawrence WO# 47 Indiantown EAST WO# 48 Indiantown WEST WO# 49 6528 Woodlake Rd WO #50 6662 Lawrence Wood Ct WO #52 6464 Woodlake Rd WO#53 Alder Drive & Foxwood Ln WO#54 Willow Pond Road WO#55 Pinehurst Dr & 10th Ave Center St & 52 Way- PBC Toney Penna & Central - PBC Bush Rd and Toney Pena - PBC Kingston Dr- CIPP PBC-WO#60 Central&.Jupiter CIPP WO#61-7479 Central Industrial WO#62 Orchard' Way & Woodbine WO#63-PBC-Davis Rd & Berkshire WO# 64-PBCE-155th PI8 & 70th Tr WO# 65-904 Flamango Lake Dr PBC-WO#66 Jog Road WO#68-Orleans Ct Emergency PBC-WO#69-LoX Riv Floating P8C-WOH71-Congress N: 26th St WO#73-Foxwood Circle-CIPP WO#76-Charleston & Heathley Dr WO#80-10087 Trailwood- CIPP WO#83-4679 Brooks Ave CIPP WO#86-Balmoral Blvd CIPP WO#87-3861 Barkis Ave CIPP 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Paim Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County WO#74-Roebuck Rd & RockingCiPP $ 35,479.33 HINTERLAND GROUP INC Completed Jobs/Projects -P Past Three years DOLLAR AMOUNTO OF WORK PERFORMED $ 19,229.56 $ 9,967.45 $ 54,411.07 $ 195,172.81 $ 282,837.00 $ 227,153.98 $ 28,704.43 $ 36,920.00 $ 38,162.00 $ 68,040.00 $ 12,810.00 $ 26,094.00 $ 255,372.00 $ 42,114.21 $ 163,256.00 $ 28,740.00 $ 120,710.00 $ 47,952.00 $ 29,298.00 $ 68,134.00 $ 27,566.00 $ 88,380.00 $ 312,247.75 $ 1,066,701.46 $ 932,993.89 $ 52,614.70 $ 13,041.90 $ 6,585.60 $ 40,303.90 $ 150,446.95 $ 57,197.75 $ 226,888.45 $ 45,051.33 $ 108,420.15 $ 55,695.21 $ 342,028.37 $ 44,362.50 $ 24,600.00 $ 37,700.00 $ 46,950.00 $ 34,300.00 $ 488,840.00 $ 131,446.75 $ 12,710.00 $ 11,165.00 $ 11,945.00 $ 202,511.25 $ 334,857.25 $ 120,575.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME PBC-4684 Brook Dr-CIPP PBC- Woolbright8Seacres: CIPP PBC-3064 Florida Blvd CIPP Lift Station T-04 Rehab Spruce Avenue -WO# 04 Avila & Grandview & Park WO#5 Sanitary SewerStorm Pilot-WO#7 Spruce Ave-47th and 53rd WO#8 Henrietta Ave - 7th & 9th WO#9 CWPB-WOHS-Hllerest Blvd CIPP CWPB-Roseland Dr-Phase 1 CIPP CWPB-Roseland Dr-Phase 2 CIPP Pinewood Stormwater Replace Replace 24in ARVI MH Pinewood #2 - PBC WPB-LS 97 Emergency Repair MH & LS Rehab- Citrus County Clay County CIPP Services Campridge Lane CR220/Angora Bay Lining CIPP Clay County-PO: #5 CIPP Clay-CR15A Quad Culvert CIPP Sanitary Sewer & Manholes WUD 16-027-2017 Telemetry Palm Beach Cnty Lining 17-016 US 27 Sebring FDOT- US 98 Sebring Ashton Dr & US98 US 98 Sebring Lakeview Dr-CIPP FDOT-Desilting E1Q95-R2 Electrical Improvemnts LS 1043 Lift Station 8148 Rehab SW 5th St Gravity Main SW 3rd St Gravity WTP 8 Gravity Sewer LS 8116 Gravity Sewer Red Road Emergency Repair SW 100th Avenue Emergency Miramar Pkwy and Sykes FM Emer SW 69th FM 10in- Miramar Red Rd & Miramar Pkwy 8in Homestead 1&I-CIPP Coral Shores 5-Locations CIPP 110 39th StCtNW- CIPP 201 Mangellan- CIPP CR6 675- CIPP Flamingo Cay CIPP Manatee-Various Areas- CIPP Manatee-48 & 72Lining CIPP 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Brevard County Board of County Comm 2020 Dania Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City ofWest Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 Citrus County Utility Operations 2020 Citrus County Utility Operations 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 City of Clearwater 2020 Palm Beach County 2020 FDOTD District 1 2020 FDOT District1 2020 FDOT District 1 2020 FDOT District 1 2020 FDOT District 1 2020 FDOT District 4 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 City ofMiramar 2020 City of Miramar 2020 City of Miramar 2020 City of Miramar 2020 Homestead 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 350,419.25 $ 281,430.25 $ 251,918.00 $ 234,490.00 $ 353,735.00 $ 232,405.00 $ 249,952.00 $ 23,400.00 $ 249,611.00 $ 386,406.40 $ 99,944.60 $ 201,339.76 $ 71,306.00 $ 56,145.00 $ 22,212.00 $ 237,478.30 $ 66,740.33 $ 274,134.93 $ 86,124.00 $ 125,423.00 $ 63,298.00 $ 80,085.00 $ 51,082.30 $ 201,680.20 $ 15,260.00 $ 262,304.28 $ 117,598.96 $ 336,979.50 $ 112,800.00 $ 7,455.00 $ 72,479.00 $ 26,973.00 $ 8,911.00 $ 7,824.00 $ 2.304.00 $ 9,970.00 $ 4,580.00 $ 1,469.00 $ 4,159.00 $ 5,350.00 $ 16,180.36 $ 14.310.00 $ 43,500.00 $ 25,600.00 $ 11,700.00 $ 456,176.10 $ 95,000.00 $ 123,280.00 $ 785,158.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Manatee- HickoryHammock CIPP Manatee-Radclffe Place-CIPP 8-L Locations- Polk 17-326 Asherwoods - Avon Park CIPP Lake Marion W-Laynewade CIPP CIPP Hcoy-LakeeHSBPPNCON PBG-S SW Infrastructure- 2019 PBG-Dorian Emergency Pumps PBG SW Infrastructure: 2019R Pipe Lining- Charlotte 01 Pipe Lining- Charlotte 03 Pipel Lining-Charlotte 04 CIPP Charlotte - P02018003451 Chariotte 07-P02018003659 CIPP Charlotte 08-P02019000288 CIPP Charlotte 09 Navigator CIPP Charlotte 10-P02019001302 CIPP Charlotte 11-P02019001461 CIPP Pipe Lining- Charlotte 12 CIPP Charlotte 13-P02019001431 CIPP Charlotte 14-P02019001980 CIPP Charlotte 15- CIPP Charlotte 16-2019002651 CIPP Charlotte 17-CIPP Charlotte 18- CIPP Charlotte 19-CIPP Charlotte 21- CIPP Cape Coral PO# 46977 CIPP Cape Coral- - PO# 47850 CIPP Cape Coral- PO# 48056 Progresso Village Stormwater SW 4th Ave Progresso Riverland Road Basins CIPP FTL-SS & Basin Peele WTP- CIPP FTL-DSD Fire House CIPP FTL-DSDI Build CIPP FTL-Mills Pond Park CIPP FTL-Fire Station 3-FS49 CIPP FTL-US Customs- CIPP FTL-Joseph Carter Park CIPP SWA- Pipe Valve Replacement SWA-LW-Park Ridge Outfall L-14 Point Repair- Lauderhill NW5 50th & NW22F Pt Repair Lift Station # 54 Lauderdale By The Sea CIPP2017 Sanitary Sewer Lateral-Emerg CypressLake III- HOA Cypress Lakes Master Assoc 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Polk County 2020 Polk County 2020 Polk County 2020 Palm Beach Gardens 2020 Palm Beach Gardens 2020 Palm Beach Gardens 2020 Solid Waste Authority PBC 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Cape Coral 2020 Cape Coral 2020 Cape Coral 2020 Cape Coral 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Solid' Waste Authority PBC 2020 Solid Waste Authority PBC 2020 Lauderhill 2020 Lauderhill 2020 Lauderdale-Sy-Tne-sea 2020 Cityof West Palm Beach 2020 Deerfield Beach HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNTG OF WORK PERFORMED $ 10,706.00 $ 44,629.62 $ 33,850.00 $ 35,260.00 $ 28,805.00 $ 4,925.00 $ 79,685.00 $ 11,685.00 $ 36,508.00 $ 41,754.02 $ 26,088.00 $ 9,386.16 $ 4.393.76 $ 118,237.50 $ 105,275.00 $ 3,590.00 $ 3,590.00 $ 79,112.50 $ 17,263.70 $ 41,200.00 $ 123,413.79 $ 29,860.00 $ 530,838.79 $ 48,987.00 $ 86,106.00 $ 57,385.00 $ 46,006.64 $ 110,110.00 $ 18,603.20 $ 6,500.00 $ 755,702.11 $ 93,080.00 $ 3,111.75 $ 14,470.00 $ 222,660.00 $ 346,491.92 $ 63,398.93 $ 273,866.95 $ 83,823.14 $ 26,601.07 $ 13,340.00 $ 354,708.74 $ 9,794.79 $ 23,950.00 $ 76,052.07 $ 291,387.28 $ 54,012.16 $ 9,709.48 $ 74,649.72 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Cypress Lakes Plat 9 LS 8146 Canal Bank Atlantic Emergency 14 FM Valve Winikoff 2nd Repair Southern & Arden Emergency Pahokee WWTPLeak Stop FL Turnpike Main Break BG WWTP Leak Stop PBC Haverhill Rd WM- Emerg SN Military Trail ER Repair BG WWP Grit Separator Coating Hagen ETPS Flow Meter Hagen WAS 2-3Flow Meter 18" Aerial Emerg- PBC 18" Aerial Emerg-North-PBC PBC-Pahokee WWTP Pipe #2 Leak PBC-Pahokee WWTP Pipe #3 Leak PBC-LS 151 Gravity Repair PBC-Belle Glade 20in FlowMeter Lift Station 139 Minor Rehab Sand Dollar LS3&4F Repairs Lift Station #38 Rehab 8 Lift Stations Miramar LS17 Hibiscus & Baynon Park Avenue Storm Water Video Inspections Cypress Drive 60" CCTV Lake ParkKalmia8Flagler CIPP Lake Park-Joint Seal Cyp CIPP Lift Station #44 - CWPB Blue Cypress Lake Rd Culvert LSV Wet Wells & WWTP 22nd Ave West 18 in Storm CMP FTL-Emergency Pumping CIPP Loxahatchee - Phase 2 Loxahatchee Manhole Coating Loxahatchee Penn Park CIPP Jupiter Harbor-LS 97858 CIPP LRD-Jupiter-MH Rehab #2 LRD-L LS #001- Circle WI Rd CIPP Earman River Trans Pump Stat Airport Asphalt Repair Drain Repair- - Airfield PBC-PBIA: Airport Parking Lot Seminole County 7 LS Rehab MH and LS Rehabilitation CWPB Lift Station 73 Rehab FPUA Rehab 20 Manholes 2020 Cypress Lake HOA 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Mulberry, City of 2020 Sunrise 2020 St.J Johns County 2020 Bradenton 2020 Altamonte Springs 2020 City of Miramar 2020 City of Delray Beach 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Granite Property Development 2020 City of West Palm Beach 2020 Hollywood, City of 2020 North Lauderdale, Cityof 2020 Fort Lauderdale 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Village of North Palm Beach 2020 West Palm Beach, Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Seminole County 2020 Sebring HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 28,627.26 $ 70,528.44 $ 13,783.20 $ 6,129.20 $ 11,402.32 $ 33,575.00 $ 99,764.00 $ 54,915.00 $ 32,540.00 $ 49,110.00 $ 23,400.00 $ 1,044,626.41 $ 49,290.00 $ 25,428.00 $ 25,075.00 $ 25,810.00 $ 44,550.00 $ 33,060.00 $ 79,180.00 $ 23,260.00 $ 20,675.00 $ 919,779.48 $ 9,300.00 $ 17,664.95 $ 19,780.00 $ 12,020.00 $ 38,325.00 $ 249,505.00 $ 78,357.00 $ 9,148.50 $ 35,102.50 $ 17,500.00 $ 184,872.00 $ 246,331.60 $ 122,175.00 $ 100,760.00 $ 41,900.00 $ 25,900.00 $ 13,380.00 $ 15,900.00 $ 33,900.00 $ 24,950.00 $ 9,190.00 $ 102,022.50 $ 26.434.00 $ 8,700.00 $ 14,070.00 $ 30,000.00 $ 40,300.00 YEAR COMPLETED WHERE LOCATED CIY-COUNTY JOB NAME FPUA-5 MH's End of Fiscal 2019 FPUA-MHI Rehab 2020 Round #1 FPUA- MHI Rebhab 2020 R1-2 FPUA-FY 2020 MH 62-07 FPUA-FY 2020 Round 3 Final Manhole Rehab- Tarpon Springs Canoe Creek Drainage Delmar St: 36in Exfiltration SE Lanham SE Indian St CIPP Gomez and Soundings CIPP Palm Lake Park MC Sugar Hill Outfall-CIPP NE Jensen Beach CIPP SWI Murphy Road Liner CIPP MC-Rio Nature Park-. Jensen Martin-SW Carl Metz Lane CIPP Martin-NE Barbaral Dr CIPP Martin-NE Silvia& JB Blvd CIPP Martin- SE Bayshore Terr CIPP Emerg Sewer Repair - Seaport WI Main Irrigation Pump Station Lift Station 40-Top Replace Rock Creek Manholes Utilities Complex Electrical Lift Station #16 Piping Emergency- Belle Glade SEPTIC Greenwood Boulevard Garden Lakes Regency Oaks Deerfield MH Rehab 2018 Lands End & Spoonbill Road Rehab & Infrastructure - 0983 Delray- SS & SW Rehab- CIPP Brevard- 300 N Courtenay Pkwy Seminole Tribe- CIPP Legacy Cove Manhole Rehab Leilani Heights MHI Rehab Port Salemo MH Rehab Martin-Port Sewall MH Rehab Martin-Mariner Sands MHI Rehab Martin- Miles Grant MHI Rehab Martin-Pinelake Village MHF Re Lift Station #10- Cooper Largo-Cove Lane SSWR- CIPP LS# 80- Top Slab Lauderhil-LS#21 Repair Lauderhill-LS #44 Emergency Lauderhill-LS 53 2020 City of West Palm Beach 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 StLucie West Services District 2020 St. Lucie West Services District 2020 Martin County Board of County Comm 2020 Cooper City Utilities 2020 Brevard County Board of County Comm 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Palm Beach County 2020 Seminole County 2020 Deerfield Beach 2020 Mangonia Park 2020 Deerfield Beach 2020 Town of Manalapan 2020 City of Delray Beach 2020 City of Delray Beach 2020 Brevard County Board of County Comm 2020 The Seminole Tribe of Florida 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 City of Largo 2020 FDOT District 4 2020 Cooper City Utilities 2020 Lauderhill HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNTO OF WORK PERFORMED $ 19,800.00 $ 8,900.00 $ 89,947.20 $ 81,981.41 $ 9,452.00 $ 52,862.00 $ 50,529.50 $ 656,385.89 $ 326,649.36 $ 6,000.00 $ 10,869.95 $ 62,470.02 $ 11,993.06 $ 57,400.00 $ 9,330.00 $ 57,200.00 $ 87,123.50 $ 26,424.00 $ 13,707.00 $ 15,032.00 $ 101,822.00 $ 7,255.00 $ 5,000.00 $ 53,182.00 $ 66,880.00 $ 315,400.00 $ 64,834.00 $ 106,354.00 $ 22,800.00 $ 14,250.00 $ 2,650.00 $ 18,500.00 $ 6,465.00 $ 6,649.50 $ 7,825.13 $ 8,193.90 $ 7,669.20 $ 1.782.00 $ 6,897.00 $ 2,881.00 $ 297,000.00 $ 49,923.00 $ 9,800.00 $ 8,244.00 $ 33,612.00 $ 40,299.00 $ 3,150.00 $ 131,256.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Lauderhill-LS #38 Emerg Bypass Lauderhil-Emerg Vac Services Lift Station #4 Minor Rehab Water/Sewer Lines Abandoment Pescaya Village Lift Station #83- - Rehab Flotech FDOT Kent PS-05) Village Palm Spring 8in Gravity Sewer-Zephyhils Global Liner Repairs Kanner Highway Stuart Stuart-E Madison Ave MH&CIPP Stuart-Colorado. Ave CIPP Seacoast- - Sanitary LS Cresthaven Lift Station - Emer Lift Station 5133 Emer Repairs Civil Sur- Polk County CIPP Ft. Laud- SS Storm CIPP FTL-Clean & TVF PS23 CIPP Delray-Comorant Outfall Repair Delray-Racquet Club Jaeger Dr Delray-NE 1st Court Wastop Ins Village Palm Springs-Price LS ER Repair- Lake Clark Gardens Lake Park- Palmetto Dr SW CIPP Santa Rosa County CIPP Cooper-SS Rehab 2019-7058 CIPP Cooper-SW 88th Terr CIPP Cooper-Rock Creek MH Cooper-Stonebridge. Pkwy MH River Ridge Grout- CIPP River Ridge-18451 LakesideCIPP River Ridge- 30" Clean & CCTV Weston-Emerg Water Serv Repair Weston- Passion' Vine Cir WM Weston-1200 Leeward Way Weston-4259 Seneca Ave Weston-1259 Seagrape Circle Weston-1108 Waterbrook! Lane Weston-1212 Terrystone Court Naples-PO# 19-00790-00 CIPP Napes-POH19.0849.00 CIPP Naples-PO# 1900938-00 CIPP Naples-PO# 1900937-00 CIPP Naples- PO# 2000361-00 CIPP Naples-PO: 2000753-00 CIPP Mangonia Park- Emer Pump CIPP ECUA-A-5! North-Phase 1 CCTV 2020 Lauderhill 2020 Lauderhill 2020 Lauderhill 2020 Lauderhill 2020 City of Lauderdale Lakes 2020 Mangonia Park 2020 Aramis Alvarez Architect 2020 The Seminole Tribe of Florida 2020 The Seminole Tribe of Florida Loxahatchee River District 2020 One Time Customers 2020 Indian River County 2020 City of Stuart 2020 City of Stuart 2020 Seacoast Utility Authority 2020 Polk County 2020 Village of Palm Springs 2020 Palm Beach County 2020 CivilSurv Design Group Inc. 2020 Fort Lauderdale 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 Village of Palm Springs 2020 Village of Palm Springs 2020 Lake Park, Town of 2020 Santa Rosa County 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 KLOO Management, LLC 2020 KLOO Management, LLC 2020 KLOO Management, LLC 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of! Naples 2020 City of Naples 2020 City of Naples 2020 City of Naples 2020 City of Naples 2020 Mangonia Park 2020 Emerald Coast Utilities Authority 2020 ECUAPesOBSmmENd CIPP $ 84,656.00 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 29,515.50 $ 165,533.00 $ 221,205.00 $ 7,805.00 $ 44,750.00 $ 35,000.00 $ 8,606.00 $ 6,616.00 $ 8,954.00 $ 1,650.00 12,152.52 $ 32,032.14 $ 27,800.00 $ 23,900.00 $ 10,171.00 $ 856.40 $ 33,256.85 $ 30,711.90 $ 86,657.10 e$ 2,400.00 $ 7,559.98 $ 12,650.00 $ 68,300.00 $ 12,560.00 $ 26,880.00 $ 18,850.00 $ 16,243.60 $ 13,200.00 $ 2,841.00 $ 71,585.00 $ 14,033.90 $ 27,550.00 $ 9,950.00 $ 6,400.00 $ 4,484.00 $ 16,290.00 $ 8,680.00 $ 13,340.00 $ 29,000.00 $ 14,350.00 $ 3,500.00 $ 16,000.00 $ 75,270.00 $ 70,364.00 $ 92,005.00 6,000.00 $ $ 4,800.00 $ 4,990.00 $ 4,990.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Harbour Town Estate Storm CIPP Greenacres-Dranage Imp Ph5 5 TOPB-E-1Lif Station Imp IRC-Vero-WWTP MHI Reh Lox River Dist- LS 62 Emer Gen Lox River Dist- LS 43 Emer Gen PBC-WO#1- Kingston Dr ADA PBC-WO#2- Northtree Sub ADA PBC-Sandalfoot: Sub PH5 PBC-Maxwell Dr- End of Jog Rd STOF-mmokaee-Semt Casino CCTV $ STOF-lmmokalee-MH Rehab Palm Beach Traveler RVI Park FTL-Mills Pond Gravity Okeechobee-SE 40th Ave- CIPP CC-Naples- 95th Ave N CIPP Lee-110 Andros Street CIPP Lee-5980 Dickenson Court CIPP Lee- Bonita Beach Rd CIPP Oakmont Clean & CCTVCIPP LRD-Hurricane Clewiston-Emergenc Lauderhil-Emergenc CP Rep Stuart-Water & Wastewater Rep Stuart- Madison MH & CIPP Stuart-10th & Ocean CIPP Pospiech-Haines City 15" CIPP RD Plumb-3300 NE 36th St CIPP RD Plumbing-10200 W SR 84 CIPP RD Plumb-3300 NE 36th St CIPP Sarasota-Monica Parkway CIPP CG Plumb- 7851 Miller Rd CIPP Travelodge LS Diagnosis & Rep Pipers Land- Palm City 2 CIPP Pipers-West Guard Gate CIPP Pipers-Guard Gate Lining CIPP Delray-Ls 84- Emergency Riser Delray- LS 18 Rehab Deiray-Lift: Station 34A Noble-6795 Taft St- FMI Repair Manalapan-Emerg Jetting CIPP Mangonia- Emerg WM Repair PC-Trenchless Pipe Rehab CIPP NPBCID-Unit 31 Cleaning CIPP NPBCID-Unit 45 Cleaning CIPP Flotech-FTL Emergency CIPP LRD-IQ #507 Electrical Upgrade LRD-IQ #506 Electrical Upgrade LRD-IQ #501 Electrical Upgrade 2020 Emerald Coast Utilities Authority 2020 Emerald Coast Utilities Authority 2020 Harbour Landings Estates 2020 Town of Palm Beach 2020 Indian River County 2020 Indian River County 2020 The Village of Wellington 2020 Altamonte Springs 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Bay 2020 Seminole County 2020 The Seminole Tribe of Florida 2020 Palm Beach Traveler RVI Park 2020 The Seminole Tribe of Florida 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Douglas N. Higgens, Inc. 2020 Lee County Finance Dept. 2020 Lee County Finance Dept. 2020 Brevard County Board of County Comm 2020 Seacoast Utility Authority 2020 City of Clewiston 2020 Lauderhill 2020 Ranger Construction Industries 2020 City of Stuart 2020 City of Stuart 2020 Pospiech Contracting Inc. 2020 Palm Beach County 2020 RD Plumbing & Sewer, Inc. 2020 RD Plumbing & Sewer, Inc. 2020 Sarasota County Government 2020 Coral Gables Plumbing 2020 City of Miramar 2020 Piper's Landing Yacht&.Country Club 2020 Piper's Landing Yacht&.Country Club 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 Town ofLantana 2020 Village of Tequesta 2020 Palm Bay 2020 City of Palm Coast 2020 North Palm Beach County mprovement 2020 North Palm Beach County Improvement 2020 Flotech Environmental LLC Noble Properties, LTD. Loxahatchee River District Generators MLS Bypass 2020 2020 HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 3,100.00 $ 6,300.00 $ 16,309.53 $ 6,300.00 $ 16,428.00 $ 2,550.00 $ 59,400.00 $ 1,500.00 $ 3,600.00 $ 118,715.00 $ 28,513.50 $ 70,935.00 $ 3,300.00 $ 1,514,045.45 $ 1,013,382.38 $ 5,400.00 $ 11,361.00 $ 11,605.00 $ 46,154.15 $ 174,140.03 $ 35,624.00 $ 16,259.00 $ 34,948.00 $ 12,715.00 $ 17,450.00 $ 1,000.00 $ 30,406.85 $ 315,927.54 $ 94,395.00 $ 154,753.75 $ 25,747.43 $ 13,566.00 $ 14,400.00 $ 88,897.50 $ 3,590.00 $ 2,077,611.21 $ 22,509.00 $ 43,096.72 $ 53,596.96 $ 19,361.00 $ 31.292.00 $ 12,184.00 $ 50.720.00 $ 979,963.65 $ 81,275.50 $ 295,701.40 $ 2.050.00 $ 168,356.00 YEAR COMPLETED 2020 WHERE LOCATED CITY-COUNTY JOB NAME LRD-LS 180- Electrical Upgrade Delray-808 Seasage SW Pipe Stuart-St. Lucie Crescent CIPP WestCon-Tamarac: Clean & CCTV CBRE-Jupiter Vactor Serv CIPP Cypress Trails- Clean & TV B&C-162 Ivey Hall Road SC CIPP 421 Northlake- Vac Truck CIPP PB Shores- TV Outfall CIPP TALDwmpSadsbaoSews. CIPP SWA-Leachate Pipe Lining CIPP CWPB-Australlian Liner Repair Coastal Bay-Pump SU Dewatering Wellfield System 9 CD01 WMI Imp. Zone 2-3&4 FTL-10in Wastop Valve NE 31st FTL-SW 5th St & SW 2nd CIPP FTL-745 NE 20th Ave FTL-2140 Tanbark Lane CIPP PBC-5341 Pennock Point Rd WO#11 Sophia Dr Phase 1CIPP CWPB-WO#13-Bo0ker Ave CIPP CWPB-WO#14-36th. Street CIPP CWPB-622 & 715 Belvedere CIPP CWPB-306 Forest Hill Blvd CIPP CWPB-WO#20- PBL Lakes CIPP FDOT E1Q95-R1 Wd#3 E4S32-R1 NPDES MARTIN CIPP Manatee-3rd 49th & Mage CIPP Manatee-48th Ave W & 54th CIPP Manatee-Crescent. Dr&Gulf CIPP FTL- Holiday Park Ball CIPP SWA-MH& LS Inspections Winikoff Point Repair Pahokee WWTP-Pipe Repair Sanitary Sewer- Mulberry Lake Park- 704-722 W llex CIPP FPUA-LS39LSE 53 13th St FPUA- MH Rehab March 2021 Martin-Dixie & MLK CIPP Martin-Bent Banyan CIPP Martin-Circle & Hazard CCTV Martin-Dixie Jensen Held Grout Sykes Creek Regional WWTF Hollywood 8 FM Connection E5U98 - FDOT Drainage Repair LRD-LS 94 Drop Bowl Install CC- Cooper Estates CIPP Loxahatchee River District 2020 Loxahatchee River District 2020 PSI Technologies Inc. 2020 GML Coatings, LLC 2020 GML Coatings, LLC 2020 West Construction, Inc. 2020 Village of Tequesta 2020 Martin County Board of County Comm 2020 Town of Manalapan 2020 Brevard County Board of County Comm 2020 Polk County 2020 Palm Beach County 2020 Palm Beach Gardens 2020 Georgetown POA 2021 Palm Beach County 2021 Palm Beach 2021 Fort Lauderdale 2021 Fort Lauderdale 2021 Fort Lauderdale 2021 Fort Lauderdale 2021 Jupiter 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 Palm Beach 2021 Martin County 2021 Bradenton 2021 Manatee 2021 Manatee 2021 Fort Lauderdale 2021 West Palm Beach 2021 Palm Beach County 2021 Pahokee 2021 Mulberry 2021 Lake Park 2021 Fort Pierce 2021 Fort Pierce 2021 Stuart 2021 Stuart 2021 Martin County 2021 Stuart 2021 Brevard 2021 Hollywood 2021 FDOT District 5 2021 Jupiter 2021 Cooper City GML-Englewood- EBCO Punch CIPP $ 10,000.00 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 39,285.00 $ 31,250.00 $ 7,598.26 $ 4,785.00 $ 3,348.30 $ 2,431.00 $ 1,361.26 $ 12,874.41 $ 99,517.00 $ 23,076.00 $ 16,736.00 $ 223,806.00 $ 662,107.00 $ 5,132.50 $ 6,600.00 $ 4,079.25 $ 110,723.04 $ 197,057.50 $ 119,529.67 $ 118,387.28 $ 137,312.68 $ 403,956.21 $ 132,324.00 $ 29,087.50 $ 19,050.00 $ 39,480.00 $ 3,750.00 $ 5,673.61 $ 4,850.00 $ 192,882.00 $ 15,400.00 $ 19,469.50 $ 37,495.00 $ 750.00 $ 24,262.03 $ 5,000.00 $ 194,504.40 $ 9,750.00 $ 11,277.89 $ 79,796.00 $ 104,048.00 $ 92,580.00 $ 6,720.00 $ 56,408.00 23,860.00 $ $ 2,500.00 $ 240,370.00 $ 25,060.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Storm Sewer River Ridge - CIPP River Ridge- R Ridge Rd CIPP Weston-2609 Center Ct Drive Weston-4285 Diamond Dr Weston 3Village Rd Saddle Weston-598 Spinnaker Weston-1051 Laguna Springs Dr Weston FH install S.Post Rd Naples-4700 Gulf Shore CIPP Naples-71 Putter Point CIPP Naples-383 Harbour Drive CIPP ECUA-Pensacola CIPP Palm Bay- Culvert Pipe Unit 32 Seminole- Storm CCTV CIPP Cooper- LS3 30 Pipe Repair Lee-Winkler Rd CIPP Sarasota-Kensington U-1 CIPP Sarasota-kensington U-2 CIPP Sarasota-Kensington U-3 CIPP Sarasota-Strathmorevllas-CIPP Sarasota-kensington U-9 CIPP Zephyrhills- Lining 2020 CIPP Pipers Landing-Palm CityCIPP VPS-Cypress Emg Lateral Repair Lantana-Clean & CCTV Sea Pines Highland-A1A Crosswalk Landing Highland-Bell Lido Vactor LRD-LS 204- Replace FPL Wires LRD-IQ 34 Repair Polk- Various Locations CIPP Portage Landing HOA- NPB CIPP Maestre-Australian, Ave CIPP TOPB-Windsor Court CIPP PSI-Aviara Town Homes CIPP Stuart-Manhole Rehab Lanzo-Emerg Cutter Truck CIPP GML-Englewood Sewer CIPP WesiCon.MHCLeanour Riviera Hardesty-27th St BradentoncIPP Charlotte-Sunset: Blvd CIPP Charlotte-Antis Dr CIPP Charlotte- CountyLandfil Charotte-Brewton, Ave CIPP Charlotte. San Cristobal Ave Charlotte- 13284 Englewood Rd FLSKY-Cypress Trails-Survey Wellington-Montauk Dr CIPP CWR-Prima Vista StLucie CIPP 2021 River Ridge 2021 Tequesta 2021 Weston 2021 Weston 2021 Weston 2021 Weston 2021 Weston 2021 City of Weston 2021 Naples 2021 Naples 2021 Naples 2021 Pensacola 2021 Pensacola 2021 Palm Bay 2021 Seminole County 2021 Cooper City 2021 Lee 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Zephyrhills 2021 Palm City 2021 Village of Palm Springs 2021 Lantana 2021 Highland Beach 2021 Highland Beach 2021 Jupiter 2021 Jupiter 2021 Polk 2021 North Palm Beach 2021 West Palm Beach 2021 Palm Beach 2021 Lake Worth 2021 Stuart 2021 Wellington 2021 Englewood 2021 Riviera Beach 2021 Bradenton 2021 East Punta Gorda 2021 Rotunda Lakes 2021 Punta Gorda 2021 Englewood 2021 Boca Raton 2021 Wellington 2021 StLucie ECUA-Pensacola-WO: CIPP-2020-3 $ 570,559.00 2021 San Cristobal Ave, Punta Gorda FL 2021 13284 Englewood Rd, Port Charlotte FL HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 2,300.00 $ 24,023.00 $ 51,017.50 $ 15,480.00 $ 12,780.00 $ 1,762.50 $ 12,160.00 $ 6,000.00 $ 181,820.00 $ 4,150.00 $ 11,955.00 $ 9,930.00 $ 11,100.00 $ 139,100.00 $ 2,600.00 $ 83,160.00 $ 57,100.00 $ 3,233.00 $ 11,150.00 $ 35,100.00 $ 28,750.00 $ 15,575.00 $ 14,700.00 $ 3,400.00 $ 85,872.00 $ 5,500.00 $ 7,200.00 $ 7,300.00 $ 4,800.00 $ 210,288.50 $ 458,791.99 $ 33,665.03 $ 227,095.48 $ 1,560,938.05 $ 1,641.178.08 $ 153,377.95 $ 540,836.75 $ 205,691.70 $ 216,880.60 $ 129,041.88 $ 2,372,476.71 $ 56,939.50 $ 69,358.50 $ 250,710.00 $ 527,020.00 $ 84,710.00 $ 36,130.00 $ 57,310.00 $ 74,240.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Manalapan-Storm Cleaning CIPP Brevarc-ertaMepoure CIPP Polk- Lake Thomas Phase 1 CCTV Palm Bay-462 Breakwater CIPP LRD-Inject Well Pipe Repairs LRD-SE Cassia Asphalt Repair PBG-595 Riverside Dr CIPP Ocean Condo- 570 Ocean Dr CIPP MWI-Bethesda Hospital- Boynton MWI-Kings Point- - Delray Wellington-Mubery Place Wellington-Flying Cow Plantation-Pine Terr MH Rehab Lantana-Lantana Emerg Pumping PGAHOA- PGA National Clean&TV VNPB-Lightnouse Dr CIPP Miramar- Sewer Rehab at LS61 Bartow-2021 Sewer Main Re CIPP Bartow-2021 Manhole Rehab CIPP TGR- Golf Course Storm Clean StL Lucie- Sandia Ave CIPP StLucie- Gilson Road CIPP StL Lucie- Matthews Road CIPP LRD-LS 254 Clean & TV CIPP CWR-Breakfast Point Ph 4 CIPP PBC-WP 9 Concrete Work LCS-MHLeak! Repairs Clewiston- MLS Emerg ByPass TTGS PGA Village Ponte Verdra Sanitary Sewer MH PBC-60th PIV WM Stubs&Hydrants PBC Chicksaw Rd-Fire Hydrants PBC-Pahokee WM Replacement PBC-Aerial Canal Crossing P2 PBC-Sandpiper & Meadowlark WM PBC-Belle Glade-NE 1st & 2nd PBC-BG Utility Relocates PBC-Hamlin Ave Deflections-LoX PBC-12in FM- Sandalfoot Blvd PBC-FDOT Utility Adjust LS Nos. 114-123-125-132-148 Birch Road TO#5 TO#7-SW 9th Terr & SW5thF PI TO#14-SW/21s1 Terr Drainage TO#15-FTL Hector Park Storm FTL-1405 SWS 9th Drainage FTL-TO#20 NW 9th Ave & 6th St FTL-16 Isla Bahia CIPP FTL-400 SE 15th Street CIPP 2021 Manalapan 2021 Brevard 2021 Winterhaven 2021 Palm Bay 2021 Jupiter 2021 Jupiter 2021 Palm Beach Gardens 2021 Juno Beach 2021 Boynton Beach 2021 Delray 2021 Wellington 2021 Wellington 2021 Plantation 2021 Lantana 2021 Palm Beach Gardens 2021 North Palm Beach 2021 Miramar 2021 Bartow 2021 Bartow 2021 Jupiter 2021 Port St Lucie 2021 Port Stl Lucie 2021 Port Stl Lucie 2021 Jupiter 2021 Panama City 2021 Boca Raton 2021 Lake Clarke Shores 2021 Clewiston 2021 PGA Village, Port Stl Lucie, FL 2022 St. Johns County 2022 Palm Beach 2022 Lake Worth 2022 Pahokee 2022 Paim Beach County 2022 Royal Palm Beach 2022 Belle Glade 2022 Belle Glade 2022 Loxahatchee 2022 Boca Raton 2022 Delray Beach 2022 City of Sunrise 2022 Broward 2022 Broward 2022 FortL Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 FortLauderdale 2022 Fort Lauderdale HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 64,085.00 $ 55,871.00 $ 84,415.40 $ 65,852.57 $ 17,564.39 $ 31,286.34 $ 11,288.67 $ 6,632.69 $ 9,545.08 $ 17,091.70 $ 18,415.47 $ 8,261.10 $ 7,556.25 $ 7,741.99 $ 13,971.23 $ 17,935.99 $ 5,417.69 $ 1,800.00 $ 22,364.07 $ 21,768.15 $ 5,430.00 $ 21,560.38 $ 61,590.15 $ 77,096.71 $ 26,546.16 $ 62,875.00 $ 120,034.55 732,765.00 $ $ 988,967.05 $ 32,765.98 $ 48,326.00 $ 2,530,945.31 $ 47,800.00 $ 84,824.00 $ 7,201.30 $ 309,219.00 $ 569,950.00 $ 249,020.20 $ 174,870.00 $ 299,718.00 $ 287,610.18 $ 84,487.00 43,000.00 $ $ 16,000.00 $ 362,272.95 $ 207,274.98 $ 309,326.00 $ 471,220.00 $ 181,119.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME FTL-1201 Ponce De Leon FTL-34 Nurmi Dr FTL-112-121 Nurmi Dr WO#67-6869 Bayshore Dr PBC-WO#70-5718 Souchak Dr WO#75-Charleston & Lauden Dr WO#77-LW-4354 Melaleuca Lane WO#78-Melaleuca & Dell Ave WO79-LW-Lantana & Military Tr WO#81-6867 Hatteras Dr WO#82-6663 Hatteras Dr WO#84-Melaleuca & Lehto Ln WO#85-Melaleuca Ln & 40th Way PBC-Randolph Siding & 122nd Dr PBC-WOH89-12084 Dinghy Rd PBC-WO#92- Jog & Okeechobee PBC-Jupiter Village Rd PBC-Jupiter Farms Rd & 165thSt PBC-WO#97-Miner. Rd PBC-1112 Military Trail PBC-17611 Lake Park Rd PBC-6159 Camp Lee Rd PBC-18711 Rio) Vista Dr PBC-1493 Woodcrest Rd North PBC-19542 Harbor Rd S PBC- 2050 W Canal Sts PBC-17611 Lake Park Rd CWPB-LS#5 Emergency Tankering Lift Stations 5-7-10 WO#10-Henrietta 9th & PBL CIPP CWPB-Railroad Crossings CIPP Century Village and Westgate Citrus-LS and MH Rehab Manatee-Tallevast Rd CIPP Manatee-Cortez Plaza CCTVCIPP Polk County- CIPP Polk County Storm Lining -CIPP SW Infrastructure Main/Repair PBG-S SWI Infrastructure 2018 PBG-SW Infrastructure 2020 PBG-SW Repair PO 016169 CIPP PBG- Buttercup & Carnation PBG-Burns Road Emerg CIPP Pipe Lining. - Charlotte 02 Charlotte 22- CIPP Charlotte 23 CIPP Charlotte - 24 CIPP Charlotte-Rio De Jan 72in CIPP Cypress Lakes HOA-Plat 9 CIPP 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Lake Worth 2022 West Palm Beach 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Jupiter Farms 2022 Palm Beach Gardens 2022 West Palm Beach 2022 Jupiter 2022 Jupiter Farms 2022 Boynton Beach 2022 Jupiter 2022 Boca Raton 2022 West Palm Beach 2022 Jupiter 2022 West Palm Beach 2022 Jupiter 2022 25 W Canal St S, Belle Glade, FL 2022 Boca Raton 2022 West Palm Beach 2022 Broward 2022 West Palm Beach 2022 West Palm Beach 2022 Palm Beach County 2022 Homosassa 2022 Sarasota 2022 Bradenton 2022 Polk County 2022 Polk 2022 Palm Beach Gardens 2022 Palm Beach 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Charlotte County 2022 Port Charlotte 2022 Charlotte 2022 Charlotte 2022 Charlotte 2022 West Palm Beach HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 9,742.83 $ 17,875.00 $ 3,651.16 $ 10,242.77 $ 62,321.87 $ 20,100.00 $ 83,025.00 $ 15,075.00 $ 82,475.00 $ 11,875.00 $ 32,900.00 $ 52,200.00 $ 77,800.00 $ 47,900.00 $ 85,600.00 $ 7,300.00 $ 34,500.00 $ 8,250.00 $ 63,387.50 $ 222,750.00 $ 40,800.00 $ 44,850.00 32,100.00 $ $ 155,522.60 $ 27,252.83 $ 27,539.20 $ 13,685.00 $ 136,133.03 $ 189,310.95 $ 170,133.00 $ 18,985.00 $ 132,014.00 $ 71,282.00 $ 49,960.00 $ 1,019,717.60 $ 153,029.00 $ 29,536.00 $ 36,500.00 $ 35,699.00 $ 360,843.78 $ 249,986.00 $ 57,395.00 $ 147,548.76 $ 68,448.60 $ 196,143.30 $ 122,020.66 $ 71,312.30 $ 1,323,641.99 $ 2,608,599.01 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Hagen #3 SW 3rd St- 24in Valve Replace Hagen AB4 A Flow Meter PBC-Hagen Valve Ext Replace PBC-Parkview DrWM Pahokee PBC-Pahokee WWTP 8"CV PBC-LS 266 Emergency FM Repair PBC Pahokee Flow Meter PBC-Sansbury & Southern Emerg PBC-LS 8143 8in GMI Point Rep PBC-15N NE Ave D-Point Repair PBC-BG-933 SE 2nd St Point Rep PBC-1127 Main St-GM Replace PBC-1815 Main St-8in Point Rep PBC-Lake Shore Village Emerg PBC-LS 603 P1 Trap Install PBC-LS 981 Emergency Repairs PBC-Pahokee Holding Tank Riser PBC- Strathmore Gate 8in CIPP PBC-South Bay WM Emerg PBC-LS 1071 Piping Repairs PBC-LS2381 Piping Replacement PBC - LS rehab PBC HD emergency Lake Park-904 Jasmine Dr Lake Park-1600 Flagler Dr Lake Park-811 Northern DrJ Lift Station # 3-L Lining Loxahatchee Gravityl Line & MH Martin-Bypass Emergency Pump Martin-Golf Course Culvert Martin-HS SE Circle St CIPP Martin- Witham Field CIPP Martin- Alderman Ditch CIPP Hobe Heights Neighborhood Delray-Sewer Main Lining CIPP Delray-SW 11th Ave Emergency Delray-sW 11th Terrace Emerg Delray-720 NW: 3rd St Largo-Lif Station 2 SS CIPP FDOT E4T26 - Drainage Lauderhill- -LS 45 Repipe STOF-Holywood Osecola FM SIOFIS2WACNTE STOF-Osceola Circle 8in GM Rep STOF-HW Sand Filter Addition STOF- HW-Seminole Estates LS Orange-EWRF In-Plant PS Repl PBC-SS Collection Rehab CIPP 2022 Palm Beach County 2022 Palm Beach County 2022 Boynton 2022 Boynton Beach 2022 Pahokee 2022 Pahokee 2022 Lake Worth 2022 Pahokee 2022 Loxahatchee Groves 2022 Belle Glade 2022 Belle Glade 2022 Belle Glade 2022 Belle Glade 2022 Pahokee 2022 Lake Worth 2022 Boca Raton 2022 Boca Raton 2022 Pahokee 2022 Royal Palm Beach 2022 South Bay 2022 Boca Raton 2022 Greenacres 2022 Palm Beach Cty 2022 Delray Beach 2022 Lake Park 2022 Lake Park 2022 Lake Park 2022 Lauderdale 2022 Palm Beach 2022 Hobe Sound 2022 Stuart 2022 Hobe Sound 2022 Stuart 2022 2022 Martin 2022 Delray 2022 Delray Beach 2022 Delray Beach 2022 Delray Beach 2022 Largo 2022 FDOT4 2022 City of Lauderhill 2022 Hollywood 2022 Hollywood 2022 Fort Lauderdale 2022 Hollywood 2022 Hollywood 2022 Orange 2022 Palm Beach Indiantown HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 225,254.72 $ 155,777.60 $ 35,756.00 $ 9,473.00 $ 808,657.00 $ 62,375.00 $ 19,350.00 $ 15,500.00 $ 4,011.00 $ 22,245.30 $ 15,218.50 $ 52,470.49 $ 17,851.90 $ 6,707.80 $ 5,802.50 $ 1,237.50 $ 1,815.00 $ 1,732.50 $ 6,849.98 5,082.00 $ $ 3,991.82 $ 16,187.56 $ 20,406.75 $ 3,696.00 $ 9,170.88 $ 2,811.38 $ 11,531.19 $ 62,261.00 $ 35,590.00 $ 21,590.00 $ 481,716.00 $ 161,219.00 $ 290,995.00 $ 50,665.00 $ 87,571.00 $ 90,766.00 $ 121,570.00 $ 313,450.00 $ 259,050.00 $ 13,880.00 $ 1,603.00 $ 352,000.00 $ 89,024.00 $ 356,780.00 $ 134,289.78 $ 155,376.86 $ 270,016.23 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Loxahatchee-LS- 4,30 & 45 Rehab LRD- LS 101 LS 199LS56 LRD-LS #57 FM & Valve Replace LRD-LS 110 Rehab Polk County-SWRUSA-Ph. 1A CIPP Delray-NW 5th Street Box Cooper- Summertime Isles MHI P1 Cooper- Summertime Isles MH P2 19-0052-03 Weston WM Emer Weston-Lakeshore. and Eagle Run Weston-1410 Indian Trace Weston-2300 N Commerce Pkwy Weston-1871 Landing' Way Weston-3692 San Simeon Circle Weston- - 2027 Island Circle Weston-1095 Capistrano Weston-1123 Creekford Dr Weston-1032 Lido Ct Weston- ARVI MH Adj for Road Weston: - 1040 Weston- 2300 Columbia Weston- FHI Replacement Weston- FHI Flushing Weston - 1018 Bamboo Emerg Weston FH install Royal Palm Weston- 1130 Spyglass Weston-Country Isles Rd FM Emg Naples-3400 Gulfshore CIPP Naples-Annual Pipe Lining Srvs Naples 5th Ave S ECUA-Pensacola- 2020-4 CIPP IRC-Vero- LS27,5082122 IRC1S72421472148: &2 2149 IRC-WTP LS Rehab IRC SWWTF Main LS Rehab IRC- Central Plantl LS IRC-LS#8 Rehab Wellington-forcemain Replace Altamonte Springs-LSi #31 PBC-PBCE-Residenta. ADA Imp PBC-Jupter-Randopn Siding Rd Lake Worth-WITP Generator FTL-Intracoastal Dr18" Emer FTL-A7-Brickel! Ave Emergency STOF-RV Park Gravity Repl STOF-Master LS Rehab NLauderdale LS 12,13&20- CIPP 2022 Jupiter/Tequesta 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Polk 2022 Delray 2022 Summertime Isles, Cooper 2022 Summertime Isles, Cooper City FL 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston, FL 2022 14 Sandalwood Ln, Weston FL 2022 23 Columbia, Weston, FL 2022 City of Weston 2022 City of Weston 2022 118 Bamboo Ln, Weston FL 2022 City of Weston 2022 City of Weston 2022 23 Country Isles Rd, Weston 2022 Naples 2022 Naples, FL 2022 5th Ave South, Naples 2022 Pensacola 2022 Pensacola 2022 Vero 2022 Vero Beach 2022 Vero 2022 Vero 2022 256th St, Vero Beach, FL, USA 2022 Indian River County 2022 Wellington 2022 Altamonte Springs 2022 Palm Beach Gardens 2022 Jupiter Farms 2022 Lake Worth 2022 FortLauderdale 2022 FortLauderdale 2022 Clewiston 2022 Clewiston 2022 NLauderdale City FL Weston-2201 N Commerce Pkwy WM $ 11,992.64 Sandalwood Ln Ln ECUA-Pensacola-A5 Phase 2 CCTV $ 277,734.00 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 149,240.00 $ 526,833.92 $ 345,130.00- $ 20,120.00 $ 38,990.00 $ 91,648.00 $ 10,450.00 $ 65,926.05 $ 737,611.90 $ 81,419.02 $ 938,646.94 $ 540,698.96 $ 63,660.00 $ 628,416.00 $ 20,800.00 $ 106,310.00 $ 106,055.00 $ 17,320.00 $ 61,435.00 $ 54,725.00 $ 118,311.00 $ 69,522.00 $ 18,260.00 $ 124,680.00 $ 27,780.00 $ 39,825.00 $ 132,722.50 $ 19,985.00 $ 23,695.00 $ 80,808.00 $ 20,675.00 $ 71,788.00 $ 53,703.00 $ 680,648.10 $ 6,500.00 $ 45,200.00 $ 48,464.00 $ 37,100.00 $ 4,500.00 $ 4,600.00 $ 375,493.00 $ 71,903.60 $ 132,000.00 $ 18,235.00 $ 2,781.56 $ 3,826.91 $ 265,922.40 $ 2,000.00 $ 6,375.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Palm Coast- Pipe Rehab CIPP FTL-Replacement of PSD-38 Mangonia-Inst Sanitary Sewer M Cooper-LS #5 Top Slab Cooper-LS 41 Bypass Pump Pipe Cooper City- LS 50 Rehab Cooper- LS 20 Top Slab Lee-Bonita Beach Rd CIPP Melboume-Cliff Creek Storm Brevard-LS Rehab U-01 SUA-PGAWWTPI Pond Bypass Palm Bay- Culvert Pipe 23 &56 Miramar- LS #48 Rehab Titusville-PO 016222- CIPP Miramar-Parking Lot Repair Delray- LS#17 Rehab Delray-LS #84 Rehab Delray-LS 10A Discharge Pipe Delray- LS: #23 Rehab Delray Emergency Vactor PSL-Summit St Canal 8 Culvert Indialantic-Orlando Blvd SS VPS-TO# 285- LS Rehab VPS-Emergency Pumping VPS- 12in FM Emergency VPS-LS 39 Davis Rd Lantana- CIPP Lining Lantana-CIPP Lining 371ftx10in Highland Beach- 8in WMI Repair Highland-LS: #5 Rehab Highland- 1121 Bel Air Drive Highland-2624 S Ocean Blvdl LS Tequesta-Emerg Repair 12in RDM Palm Bay- Culvert C-39 & C-41R Lands End-Boca Raton CIPP NPBCID-Unit 38 Cleaning CIPP NPBCID-Unit 18 Cleaning CIPP NPBCID-Unit 3A Cleaning CIPP Noble- 6775 Taft Street CIPP LRD-LS 64 Meter Can Polk- Storm Sewer CIPP Ocean Ridge- Drainage Imp FPL-Filling Pool Disc CIPP IRC-Vero LS27 LRDI LS10 MH04 Rehab LRD LS43 MHO2 Coating GML-Englewood BHI Phase. 2 CIPP WestCon-Emerg Vac Conrad Crcle WestCon-71st. Ave Lots 849&1022 2022 Palm Coast 2022 Fort Lauderdale 2022 Mangonia Park 2022 Cooper 2022 Hollywood Fl 2022 Cooper City 2022 Cooper City 2022 Lee County 2022 Melbourne 2022 Brevard 2022 Palm Beach Gardens 2022 Palm Bay 2022 Miramar 2022 Titusville 2022 Miramar 2022 Delray Beach 2022 Delray Beach 2022 Delray Beach 2022 1218 SW 22nd Ave, Delray Beach, FL 2022 3421 Spanish Trail, Delray Beach FL 2022 Port St. Lucie 2022 Indialantic 2022 Village of Palm Springs 2022 Village of Palm Springs 2022 Palm Springs 2022 Village Palm Springs 2022 Lantana 2022 Town ofLantana 2022 Highland Beach 2022 Highland Beach 2022 Highland Beach 2022 Highland Beach 2022 Tequesta 2022 Palm Bay 2022 Boca Raton 2022 Jupiter 2022 Palm Beach Gardens 2022 Riviera Beach 2022 Hollywood 2022 Palm Beach Cty 2022 Polk 2022 Ocean Ridge 2022 Jensen Beach 2022 Vero Beach 2022 Palm Beach County 2022 Palm Beach County 2022 Englewood 2022 Lake Worth 2022 West Palm Beach 33444 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 81,500.00 $ 65,440.00 $ 257,195.00 $ 751,315.00 $ 39,310.00 $ 182,502.00 $ 479,641.00 $ 220,096.00 $ 176,026.00 $ 131,156.00 $ 29,472.00 $ 44,368.00 $ 27,308.00 $ 320,986.00 $ 58,280.00 $ 25,676.00 $ 242,600.00 $ 17,524.00 $ 15,772.00 $ 40,607.00 $ 13,486.00 $ 33,350.00 $ 26,340.00 $ 101,171.50 $ 56,550.00 $ 168,694.00 $ 843,907.07 $ 45,500.00 $ 213,234.06 $ 278,000.00 $ 179,483.40 $ 15,420.00 $ 5,530.00 $ 17,730.00 $ 17,465.00 $ 11,005.00 $ 10,380.00 $ 14,270.00 $ 27,435.00 $ 1,570.00 $ 34,020.00 $ 11,425.00 $ 11,323.25 $ 22,910.00 $ 91,894.50 $ 23,410.00 $ 4,100.00 $ 53,350.00 $ 119,050.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Lauderhil-NW: 24th&55th Emerg Tequesta-sWI Pipe Replacement Tequesta-SWI Pipe Lining CIPP SUA-Cabana Colony 4in WM Repl Chariotte-Sheehan Blvd CIPP Charlotte-Mark Twain Lane CIPP Charlotte-Lemon Bay CIPP Chariotte-Wimington Blvd CIPP Charlotte-4358 Meager Circle Charlotte-White MarshLane CIPP Charlotte-60 Oakland Hills Ct Charlotte-Astoria. Ave CIPP Charlotte - Deep Creek Charlotte-2405 Harbor Blvd Ph1 Charlotte- Ann Dever Park CIPP Charlotte 1421 Kingfisher Dr Charlotte-2405 Harbor Blvd Ph2 Charlotte 22312 Edgewater Dr Charlotte- 1631 Abalom St CIPP Charlotte-219 Tait" Terr 180226 Charlotte- 25747 Aysen Dr CIPP PBC-LS 980 Electrical Service Martin- Lift Station 326 Rehab Martin- Lift Station 310 Rehab LRD- LS291 Emerg Generator Clearwater- WO#03 Sunset PtRd Satellite Beach- Park Ave GBH Global- Pipe Lining CIPP FPUA- Fleetwood Low! Pressure Brevard-LS T-36 &T-69 Rehab Polk- Lake Thomas Phase 2 CIPP LRD-A1A 16in Arial Repairs LRD-Cypress DrLeak LRD-Emerg Fredrick Small Rd LRD-Emerg Ocean' Walk Blvd LRD-1529N Old Dixie Hwy LRD-Jupiter Park FM Repair LRD-Hertageoaks Gravity Sewer LRD-SE Barus Dr- Point Repair LRD-SE Mahogany Asphalt Repair LRD- Barus Lateral Repair 2 LRD- LS #200 Driveway LRD- 1160 Duval Emrg Sewer Clewiston- Emerg Sewer Repair PBG-Bamboo Dr CCTV PBG- Fire Station Top PBG- Burns Comm Ctr Aegen- Prawnbroker- Grease Century Village- Storm CIPP 2022 Lauderhill 2022 Tequesta 2022 Tequesta 2022 Palm Beach Gardens 2022 Port Charlotte 2022 Rotunda West 2022 Englewood 2022 Bradenton 2022 Port Charlotte 2022 Rotunda West 2022 Rotunda, FL 2022 Port Charlotte 2022 Charlotte County 2022 Port Charlotte 2022 Charlotte Cty 2022 Charlotte 2022 Charlotte Cty 2022 Charlotte Cty 2022 Punta Gorda Charlotte 2022 Charlotte Cty 2022 Charlotte Cty 2022 Boca Raton 2022 Jensen Beach 2022 Jensen Beach 2022 Jupiter 2022 Clearwater FL 2022 Satellite Beach 2022 Fort Lauderdale 2022 Fort Pierce 2022 Melbourne 2022 Winterhaven 2022 Jupiter 2022 Tequesta 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Tequesta 2022 Jupiter 2022 Palm Beach Cty 2022 Jupiter 2022 Clewiston 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Stuart 2022 West Palm Beach - Cty 2022 1961 Southeast Barus Drive, Tequesta, FL HINTERLAND GROUP INC Completed Jobs/Projects -Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 83,300.00 $ 23,422.05 $ 71,280.00 $ 8,500.00 $ 4,500.00 $ 12,300.00 $ 23,700.00 $ 30,470.00 $ 18,320.00 $ 6,300.00 $ 77,625.00 $ 78,850.00 $ 35,550.00 $ 955.00 $ 79,100.00 $ 14,950.00 $ 26,545.00 $ 3,900.00 $ 6,850.00 $ 89,595.00 $ 159,262.40 $ 8,000.00 $ 9,225.00 $ 12,650.00 $ 8,300.00 $ 362,681.00 $ 14,022.60 $ 43,430.90 $ 123,823.75 $ 14,760.00 $ 18,200.00 $ 9,500.00 $ 7.731.77 $ 42,160.00 $ 18,750.00 142,280.00 $ $ 9,600.00 $ 7,500.00 $ 59,029.00 $ 33,600.00 $ 23,744.00 $ 16,500.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Georgetown POA-24in CIPP Wellington- LS 19 Rehab Lantana Emerg Vac Services MWI-2740 SR715 Belle Glade MWI- STA-1W Canal Crossing MWI- 20505 SR 80 Wellington-Palmi Beach Point Wellington- HDD @ Shoreline Dr Wellington-HDD Wellingtn Lakes Lake Clark-Emerg Clean &TV Dania-Emerg Vactor Services LRD-1 LS 163 Emerg Generator Delray-1903 NE 2nd Ave Emerg Delray-700 Lago Rd CCTV Citrus-Emerg 8in WM Repair Miramar-LS 7 Rehab-Beekman Dr Atlantis-N Country Club CIPP Riverwalk HOA-Cleaniccrvwer RockCreek HOA-Lake PS Top Slab OUA-Hwy 441 WM-Okeechobee Lake Park- 344 Date Palm CIPP Clewiston-Emerg Line Jetting Parliament- Storm CCTV Clean PBC-Hillsboro Emerg 12" WMI Rep MWI-Well Point-10330 Nu Vista TRC-PGAI Village- WO#9 CIPP Nunno-McDonalds- Delrayi MH FEA- Clean TVMH Install CIPP Crosswinds HOA-CIPP Freshwind NEFCO-Lift Station Repair MWI-Plantation Publx WellPoint MWI-160 Isle of Venice Drw-p Lake Clark-Seminole Manor CCTV ASU-2300 PGA Bivd Clean & CCTV Lantana - N. ASt Emerg' Vactor Lantana - Lantana Rd & 8th Ave MWI - Wellington WP Install LandsEnd-Strm Drain Clean/CCTV Hollywood Plaza HOA- 18" CIPP Seaport HOA-F FM Emergency CoastndDev-Hibiscus Park 15" Delray Bch Dewatering 2022 Hobe Sound 2022 Wellington 2022 Lantana 2022 Belle Glade 2022 West Palm Beach 2022 Loxahatchee 2022 Wellington 2022 Wellington 2022 Wellington 2022 Lake Clark Shores 2022 Dania Beach 2022 Jupiter 2022 Delray 2022 Delray Beach 2022 Lecanto 2022 Miramar 2022 Atlantis 2022 Jupiter 2022 Cooper City 2022 Okeechobee 2022 Town ofl Lake Park 2022 Clewiston 2022 2427 Presidential Way, West Palm 2022 Boca Raton 2022 Wellington 2022 Port StLucie 2022 Delray Beach 2022 Hobe Sound 2022 16961 Freshwind Circle, Jupiter 2022 Riviera Beach 2022 165 Cleary Blvd, Plantation 2022 16 Isle of Venice Drive 2022 Lake Clarke Shores 2022 Palm City 2022 North A Street, Lantana 2022 Lantana Rd & 8th Ave 2022 Village of Wellington 2022 Boca Raton 2022 Hollywood,FL 2022 Seaport FL 2022 Martin County 2022 Delray Beach Beach FL FL Bidders Name Hinterland Group Inc. 5. Was the Surety on any Public Works Section 255.05 Bond ever notified that the BIDDER was in default in the performance of such contracts? And if such default notice was sO given, please indicate in detail how much claim default was resolved: No 6. Indicate the number of times in which arbitration or litigation ensued from any said Public Works contract within the last 5-10 years as well as the result of such arbitration of litigation (i.e., whether the same was settled or resolved by trial and who prevailed between the BIDDER and the governmental agency involved.): None 7. Please provide a history of similar projects you have completed, other than those listed in No. 2 above. Including Project Name, Owner (phone number), Value of Work Performed, and Percentage Completed. Please view the attached reference sheet 8. What is the last project of this nature that you have completed? Provide Owner's name and phone. Palm Beach County Water Utities-LS5209 Joseph Tanacredi -5 561-493-6138 anaged@pbowatercon Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-5 Bid Form dHG HINTERLANDORQUPINC References Name of Project: Lift Station Rehabilitation Continuing Construction Contract 2020 Owner with Contact Information: Palm Beach County WUD, 8100 Forest Hill Location of Project: Various Locations within Palm Beach County Completion Date: Annual Contract with Various Work Orders Brief Description of Scope: Rehab of wastewater submersible lift stations, including but not limited to, wetwell, valve vault and manhole repairs/replacemens, valve vault and manhole repairsireplacements, emergency by-pass, force main and gravity seweri installation, force main tie-ins, gate and check valve replacements, water service line installation, control panel/RTU Instalatonreplacemen, electrical conduit installation, concrete wetwell and valve vault top slab replacement, concrete pad installation, fencing, force main grouting and abandonment, gravity sewer point repairs, road/driveway, pavement restoration and force main line stop installation Contact Person: Duane Palumbo; DPalumbo@pbowatercom, 561-493-6144 Boulevard, West Palm Beach, FL 33413 Construction Value: $7,030,042.13 Name of Project: Lift Station 153 Improvements 4hFloor, West Palm Beach, FL: 33401 Construction Value: $752,244.67 Completion Date: March 2024 Owner with Contact Information: City ofWest Palm Beach, 401 Clematis Street, Location of Project: 8911 Okeechobee Blvd., West Palm Beach, FL Brief Description of Scope: Rehabilitation of one (1): oft the City's waste water lift stations. LS 153 was rehabilitated with improvements including wetwell refurbishment, new access hatches and associated fall protection, new discharge pipes and valves, and new, submersible, pumps with guiderail system. Contact Person: Randy Erysthee; RErvstnee@wpb.org: 561-494-1111 Name of Project: Lift Station #2 Rehabilitation Owner with Contact Information: City of Palm Bay, 120 Malabar Road SE, Palm Bay, FL 32907 Location of Project: 3058. Abbott Ave NE, Palm Bay, FL Construction Value: $155,405.88 Completion Date: May 2023 Brief Description of Scope: Rehabilitation ofl LS2i includes cleaning oft the existing valve pit; cleaning of the existing wetwell; lining/coating oft the wet well interior; replacement of the wetwell lid, pump pedestals, guide rails, discharge piping, plug valves, check valves, pump off, all associated valve pit piping and fittings, and related appurtenances; and all ancillary materials and labor to complete the work. Contact Person: Daniel Cardona, Engineer; danlelcardona@palmpaylonda.ory: 321-952-3410x7076 dHG HINTERLAND GROUPINC. Name of Project: IQ511 Pump Station Piping Improvements Owner with Contact Information: Loxahatchee River District, 2500 Jupiter Park Location of Project: Jupiter Village Rd and Central Blvd., Jupiter, FL: 33458 Brief Description of Scope: Installation of approx. 75L LF of 36in DIP reclaimed water main, bypass influent bay structure, connection to the existing wet well at the IQ-511 pump station and improvements at Diversion Structure "B" including replacement of a sluice gate, pedestal, stem cover, lighting and the addition ofa an electric actuator with associated power and controls. Contact Person: Kris Dean; kris.dean@lrecd.or: 561-723-8263 Drive, Jupiter, FL 33458 Construction Value: $521,945.00 Completion Date: May 2023 Name of Project: Lift Station #46 Rehab Cooper City, FL 33328 Construction Value: $104,290.00 Completion Date: December 2022 Owner with Contact Information: City of Cooper City, 9090 SW 50th Place, Location of Project: 8805 SW 56th PI, Cooper City, FL Brief Description of Scope: This is a lift station conversion that will include, new valve vault and the abandonment oft the existing dry can and relocation of electrical Contact Person: Steve Blanchard; sandhar@-sopercylo: components. 954-434-4300 Name of Project: Lift Station U-01 Rehabilitation Location of Project: 2925 Sonoma Way, Melbourne Construction Value: $81,419.00 Completion Date: April 2020 submersible sanitary sewer lift station. Owner with Contact Information: Brevard Board of County Commissioners Brief Description of Scope: Complete rehabilitation of an existing duplex, Contact Person: Owen Callard; 321-633-2089; OmenCalard@bearisor Bidders Name Hinterland Group Inc. 9. Have you ever failed to complete work awarded to you? If so, where and why? No 10. The following are named as three corporations or individuals for which you have performed work and to which you refer. Please view the attached reference sheet 11. Have you personally inspected the proposed work and have you a complete plan for its performance? Yes 12. Will you sublet any part of this work? Ifso, give details. No Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-6 Bid Form Bidders Name Hinterland Group Inc. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business, and the address of the place of business. If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. Ifa trade name, state the names of the individuals who do business under the trade name). Itis absolutely necessary that this information be furnished. Hinterland Group Inc. (Correct Name of BIDDER) Florida Corporation (a) The business isa (b) The address of principal place of business is: 2051 W Blue Heron Blvd. Riviera Beach, FL 33404 (c) The names of the corporate officers, or partners, or individuals doing business under a trade name are as follows: Daniel Duke III. President (BIDDER) Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-7 Bid Form State of Florida Department of State Icertify from the records ofthis office that HINTERLAND GROUP INC. isa corporation organized under the laws ofthe State of] Florida, filed on June 26, 2006. The document number oft this corporation is P06000086423. Ifurther certify that said corporation has paid all fees due this office through December 31, 2024, that its most recent annual report/uniform business report Ifurther certify that said corporation has not filed. Articles of Dissolution. was filed on April 8, 2024, and that its status is active. Given under my hand and the Great Seal ofthe State ofFlorida at Tallahassee, the Capital, this the. Second day ofAugust, 2024 E ERK Tracking Number: 5042124537CU follow thei instructions displayed. Toauthenticate this certificate,visit the following site,enter this number, andt then wawrgowaawwwww 5/23/24,3:39 PM Detail by Entity Name DIVISION OF CORPORATIONS Diveortof an effrial. Sute ofFlorides n Sby,org CORPORATIONS Departmentofs State 1 Division ofCorporations 1 SearchRecords 1 Search by Entity Name 1 Detail by Entity Name Florida Profit Corporation HINTERLAND GROUP INC. Filing. Information Document Number FEI/EIN Number Date Filed State Status Principal Address 2051 WESTBLUE! HERON BOULEVARD RIVIERABEACH, FL33404 Changed: 04/30/2018 Mailing,Address 2051 WEST! BLUE HERON BOULEVARD RIVIERABEACH, FL33404 Changed: 04/30/2018 RegisteredAgent Name & Address Wynne, Ryan J, Esq. 1015 WI 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, DANIELA, III 9921 W. 15TH STREET RIMERABEACH, FL33404 Annual Reports P06000086423 20-5156844 06/26/2006 FL ACTIVE 5/23/24, 3:39 PM Report Year 2022 2023 2024 Document Images 04/08/2024- -ANNUALE REPORT 04/05/2023- -ANNUAL REPORT 04/05/2022- -ANNUALI REPORT 03/08/2021- -A ANNUAL REPORT 03/02/2020- -A ANNUAL REPORT 02/01/2019- -A ANNUAL REPORT 04/30/2018- - Reg. Agent Change 01/16/2018- -A ANNUALI REPORI 04/12/2017. ANNUALJ REPORI 01/28/2016- -ANNUAL REPORT 11/20/2015- -Reg, Agent Change 01/23/2015: A ANNUALI REPORT 01/10/2014- ANNUALI REPORT 04/11/2013- -ANNUAL REPORT 04/09/2013 - Reg. Agent Change 04/19/2012- --ANNUALE REPORT 02/17/2011- -A ANNUAL REPORT 02/15/2010- -ANNUAL REPORT 04/16/2009- --ANNUALI REPORT 01/20/2008- --ANNUAL REPORT 01/09/2007- --ANNUALI REPORT 06/26/2006- - Domestic Profit Detail by Entity Name Filed Date 04/05/2022 04/05/2023 04/08/2024 Viewi image in PDF format Viewi imagei inf PDF format Viewi Imagei in PDF format Viewi imagel InF PDF format Viewi imagei inP PDF1 format Viewi imagel In PDF format Viewi imagei ink PDF format Viewi imagei inF PDFf format Viewi imagei in PDF format Viewi imagei in PDFt format Viewi image in PDFt format Viewi imagei in PDFI format Viewi image in PDF1 format Viewi imagei in PDFf format Viewi imagei in PDFI format Viewi imagel InF POF format Viewi imagei inF PDF format Viewi imagei inF PDF format Viewi imagei ini PDF format Viewi imagei inF PDF format Viewi imagei inF PDF format Viewi imagei in PDF format 02/13/2019- -AMENDED/ ANNUALE REPORT Viewi imagei inF PDF format FoaDesarmrant: oi Stats, Busror Coragrhpes h#ne-lleearh ennhiy ifmoasewvean Completion Time: The work will be substantially complete within One Hundred and Twenty (120) days after the date when the Contract Times commence to run, and completed and ready for final payment within 30 Additional Days after the substantial completion date. The Total Project Duration is 120 days after the date when the Contract Times commence to run. The project will be considered substantially complete when all portions of the new lines have been tested and approved by the Engineer, the lines are ready to be placed into service, and all restoration and roadway paving have been completed. The project will be considered complete and ready for final payment when, following substantial completion, thel ENGINEER on behalf of the OWNER confirms in writing that the CONTRACTOR has completed the Work in accordance with the contract, including completion of all punch list items, clean-up work and delivery of all required guarantees, warranties, licenses, releases and other required deliverables. Bidder: Hinterland Group Inc. By: Chase Rogers Title: COO & Senior Estimator Address: 2051 W Blue Heron Blvd., Riviera Beach, FL 33404 Attest Lori Guild END OF SBGTIONA EO Voyles Loop Lift Station Maintenance Repairs 354-003005 004153-8 Bid Form SECTION004313 BID BOND KNOWALL MEN BY THESE PRESENTS, thatwe, Hinterland Group Inc. as Principal and Contractor, and Atlantic Specialty Insurance Company hereinafter called Surety, are held and firmly bound unto Owner, a political entity of the State of Florida, and represented by its city manager/mayor called Owner, int the sum ofi five percent (5%) oft the total amount bid of: Five Percent of Bid Amount (Written Dollar Amount) dollars ($ 5% of Bid Amount lawful money of the United States of America, for the payment of which well and truly tol ber made, we bind ourselves, our heirs, executors, administrators, WHEREAS, the Principal contemplates submitting or has submitted, a bid to the Owner for the fumishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Proposal and the detailed Drawings and successors, and assigns, jointly and severally by thesepresents. Specifications, entitled: VOYLES LOOP LIFT STATION MAINTENANCE REPAIRS CSDG PROJECT No. 354-003005 WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the Base Bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract, within 10 consecutive calendar days after NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 10 consecutive calendar days after written notice of such acceptance, enters into a written Contract with Owner and furnishes the Performance and Payment Bonds, each in an amount equal to 100 percent of the Awarded Bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to Owner and the Surety herein agrees to pay said sum immediately upon demand oft the Owneri in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. written notice having been given oft the award of the Contract. Voyles Loop Lift Station Maintenance Repairs 354-003005 004313-1 Bid Bond IN WITNESS WHEREOF, the said Hinterland Group Inc. as Principal herein, has caused these presents to be signed in its name by its_ attested by its Project Director and Bid Administrator under its corporate seal, and the said Atlantic Specialty Insurance Company as Surety herein, has caused these presents to be signed in its nameby its_ Attomey-in-Fact and attestedi ini its name by its under its corporate seal, this_ 16 day of September A.D.,2024 Signed, sealed and delivered int the presenceo of: Ci ua PRINCIPAL: Hinterland Group Inc. A ISEAL) FLORPR BY: NAME: h Chase Rogers. ProiectDirector Atlantic Specialty Insurance Company Df WA Attorey-in-Fact Power-of-Attomey to be'attachéd) Dt Lori Guild, Bid Administrator As to Principal Surety y BY: LhL . BY: Resident. Agent Daniel F. Wagnerdr. Wagner, Secretary As END OF SECTION Voyles Loop Lift Station Maintenance Repairs 354-003005 0043.13-2 Bid Bond intact INSURANCE Power of Attorney KNOW ALLI MENI BY THESEI PRESENTS, that ATLANTIC: SPECIALTYI INSURANCE COMPANY, al New. York corporation withi its principal ber officei in Plymouth, named, itst true Minnesota, does hereby constitute and appoint: DanielE F. Wagner, Taylor D. Wagner, Daniel F. Wagner, Jr, each individuallyi ffthere indemnity, moret than anda oner allo other andl lawful Attomey-in-Fact, tor make, execute, seal and deliver, for: and oni itsb behalf as surety, anya anda all bonds, recognizances, contracts unlimited ofi andt thee execution ofs writings such obligatoryi in ther nature thereof; provided that nob bond or undertakinge executed under thisa authoritys shall exceedi ina oft amount these presents, thes sum shall of: be as binding upon: said Companya asif bonds, recognizances, contracts ofi indemnity, anda allo other writings obligatory inu the nature thereofi inp pursuance This Power of Attomey is made ande executed bya authority of the followingr resolutions adoptedb by the Boardo ofl Directors of ATLANTIC: SPECIALTY: INSURANCE COMPANY ont the twenty-hfth day of September, they had! been fullys signed by ana authorized officer oft the Company ands sealed witht the Company: seal. 2012: Resolved: That the President, any Senior Vice President or Vice-President: (eacha an" "Authorized Officer")r may execute fora andi inb behalfo oft the Companya anya and. allbonds, recognizances, contracts ofi indemnity, and all ather writings obligatoryi int ther nature thereof, anda affix thes sealo oft the Company thereto; affixt the andt Company, that the Authorized Officer maya appoint and authorize an Attomey-in-Fact: toe execute onb behalfo of the Company any and alls suchi instruments andt toa such Auorney-in- seal thereto; and thatt the Authorized Officerr may ata any time remove anys such Atomey-in-Fact: and revoke: allp power and authority givent to any Resolved: That the Attorey-in-Fact may bes glvenf fullp powera andi authority to execute fora andi int ther name and onb behalfo oft the Company any anda alll bonds, shall recognizances, contracts ofi indemnity, and allo other writings obligatory int ther nature thereof, anda any suchi Instrument executed authorizedt by anys such toV verify Attomey-in-Facts any affidavit bea ast binding upon the Company as ifsigneda and sealed! by an Authorized Officera and, further, the Attorney-in-Facti ish herebya thereof. required tob be attached tot bonds, recognizances; contracts ofi indemnity, and all other wridings obligatoryi in ther nature Fact. This power ofa attomey is signeda ands sealed by facsimile under the authority oft thef following Resolutiona adopted! by thel Board of Directors of ATLANTIC! SPECIALTY INSURANCE COMPANY ont thet twenty-fifth day of September, 2012: Resolved: That thes signature ofa an Authorized Officer, the signature oft the Secretary ort the Assistant Secretary, andi the Company seal mayb be affixedby bond, facsimilc to any power ofa attorncy ortoa any certificate relating thercto appointinga an Atomey-in-Faczi for purposes only ofe exccutinga ands sealinga any undertaking, recognizance ord other written obligationi int ther nature thereof, anda any suchs signature ands seal where so used, being herebya adoptedb by effecta the Company ast the original signature ofs such officera and the original seal ofthe Company, tobe valid and! binding upon the Company witht thes same force ande ast though manually affixed. WHEREOF, ATLANTIC! SPECIALTY: INSURANCE COMPANYI has caused these tol bes signed by anA Authorized Officera and thes seal oft the Company IN WITNESS presents tob bea affixedt thist wenty-seventh day of April,2 2020. PORATE SEAL 1986 By Ayphn Paul J.E Brehm, Senior Vicel President STATEC OF MINNESOTA HENNEPIN COUNTY Ont thist twenty-seventh day of April, 2020, beforer mer personally came Paul. J.1 Brehm, Senior Vicel President of ATLANTICS SPECIALTY thes execution INSURANCE of thes same, COMPANY, and beingb by to me me personally koown to! bed thei individual and officer describedi ina and who executedt the precedingi instrument, and! he acknowledged thes seal ofs said dulys swom, that! hei is thes said officer oft the Company: aforesaid, and that thes seal affixedt to thep precedingi instrument oft ist the signature ass such officer was dulya affixed and subscribed tot thes saidi instrument! by the authority anda att the direction Company. andt tbat thes said: seala andi the Company ALISONDWANN NASH-TROUT NOTARFPURLICAENRESOIA, My Commission Expires January3 31,2025 Notary) Public of ATLANTIC! SPECIALTY. INSURANCE COMPANY,a! New York Corporation, dob hereby certifyt that the foregoing, power ofa attorney isinf full 1,theu force undersigned, and! has notb been Secretary revoked, and, the resolutionss set forth above arer nowi inf force. Signed ands sealed. Dated_ 67k dayo of optenk20n4 ORPDI SEAL e 1986' Kanbsan Karal Barrow, Secretary This Power of Attomey expires Jamuary 31, 2025 143 Please direct bond verifications to rvmaxtnsanccon SECTION 1004513 CONTRACTORS QUALIFICATIONS FORM POLK CITY: We, Hinterland Group Inc. (Prime Contractor) hereby attest and swear that as CONTRACTORS forV VOYLES LOOPUFTSTATOMREPARS: CSDG Project No. 354-003005, that Daniel Duke III (Underground Contractor's Names) is the Florida Licensed Underground Contractor for this project and that this Underground Contractor fully complies with Florida regulation governing Underground Contractors and that: Prime Contractor a Underground Contractor L Signature: Title: Company License No. Expiration Date Signature: Title: Company Expiration Date Printed Name: Daniel Duke III Printed Name: Daniel Duke IIL President Hinterland Group Inc. CGC1520354 08/31/2026 President Hinterland Group Inc. License No. CUC1224634 08/31/2026 SWORN to and subscribed beforeme this_ 16 Signature of NOTARY PUBLIC State-ofFlarida at Large day of September 2024 C1a LORIGUILD MYCONESSONEHE2BIS EXPRES:AIgUt92028 (Notary Seal) My Commission expires: 08/09/2026 END OF SECTION Voyles Loop Lift Station Maintenance Repairs 354-003005 004513-1 Contractor's Qualifications N 9 2 S y N E U, 5 % V - 5 D a 5 N b N a 0 6 6 3 8 S 5 Z s o a O V E N - 2 E 8 6 Z a 3 E - a 6 2 9 / S S Z 1 E U - 1 & > a LL 5 6 € B S Z C E 2 D 3 6 3 6 E S Z / a O Z Y I 8 W 3 - S a 8 A a L ORID 3 - B D M 3 W 3 N U E L 9 L1 > a R 8 6 € 5 S B Z 5 5 I 5 5 2 a S 5 2 8 E A & - - L € I a € S L 5 6 Z sn - LORID - & 8 5 & L 6 € 8 a E 5 3 E 8 3 2 6 a J 0 E 5 la - a 0 3 P.O.Box 3353, West Palm Beach, FL3 33402-3353 **LOCATED. AT" 2051 W BLUE HERON BLVD RIVIERAI BEACH, FL 33404 ANNE M. GANNON www.pbctax.com Tel: (561)355-2264 CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach Counfy Serving you. OWNER DUKE DANIEL AMOSII CERTIFICATION# CBC1255077 RECEPT! DATEPAID B24.566498 08/22/2024 AMTP PAID $99.00 BILL# B40153658 TYPE OF BUSINESS BUILD DING CONTRACTOR This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2024/2025LOCAL BUSINESSTAXI RECEIPT LBTR Number: 2018108321 EXPIRES: 09/30/2025 Thisr receipt MUST be conspicuously displayed att thep place of business andi ins such ar manner as tot bec opent tot the view oft the HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WI BLUE HERON BLVD RIVIERA BEACH FL 33404-5003 public. P.O. Box 3353, West Palm Beach, FL: 33402-3353 *LOCATED. AT" 2051 W BLUE HERONI BLVD RIVIERA BEACH, FL3 33404 AMT PAID $99.00 ANNE M. GANNON www.pbctax.com Tel: (561)355-2264 CONSTITUTIONAL TAX COLLECTOR Seroing Paln Beach Coumty Serving you. OWNER DUKE! DANIEL/ AMOSII CERTIFICATION CGC1520354 RECEIPT #DATEF PAID B24.666431 08/22/2024 BILL# B40143951 TYPE OFE BUSINESS GENERAL CONTRACTOR This document is valid only when receipted byt thel Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 09/30/2025 2024/2025L LOCAL BUSINESS TAXRECEIPT LBTR Number: 2015082364 This receipt! MUSTbe conspicuously displayed att the place of business andi ins such ar manner as to be open tot the viewo oft the HINTERLAND GROUP! INC HINTERLAND GROUP INC 2051 WEST BLUE HERONI BLVD RIVIERA BEACH FL3 33404 EXPIRES: public. P.O. Box 3353, West Palm Beach, FL33402-3353 **LOCATED AT* HERON BLVD ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Benck County Serving you. Tel: 2051 WI BLUE RIVIERA BEACH, FL 33404 www.p pbctax.com (561)355-2264 OWNER CERTIFICATION# CUC1224634 RECEIPT #DATEPAID B24.666364 08/22/2024 AMTPAID $27.50 BILL# B40131491 TYPE OFB BUSINESS UNDERGROUNDUTLTYS DUKED DANIEL AMOSII EXCAVATION CONTRACTOR This document isv valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2024/2025LOCAL BUSINESSTAXRECEPT LBTR Number: 201139576 EXPIRES: 09/30/2025 This receipt MUSTE be conspicuously displayed att the place of business andi ins sucha a manner as to be open tot the view oft the HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST BLUE HERON BLVD RIVIERA BEACH FL3 33404 public. P.O. Box 3353, West Palm Beach, FL: 33402-3353 "LOCATED AT" ANNE M. GANNON www.pbctax.com Tel: (561)355-2264 2051 WI BLUE HERON BLVD RIVIERABEACH, FL 33404 CONSTITUTIONAL TAX COLLECTOR Serving Palm Beack County Serving you. TYPE OFB BUSINESS ELECTRICAL CONTRACTOR OWNER BREIG CHARLESJ CERTIFICATION# EC13003615 RECEIPT "DATEF PAID B24.6 666430 08/22/2024 AMTF PAIO 599.00 B40143952 BILL# This document is valid onlyy whenr receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2024/2025LOCAL BUSINESS TAXR RECEIPT LBTR Number: 2015082363 EXPIRES: 09/30/2025 This receipt MUSTE be conspicuously displayed att thep place of business andi ins such a manner ast tot be opent tot the view oft the HINTERLAND GROUP INC HINTERLAND GROUPI INC 2051 WESTI BLUE HERON BLVD RIVIERABEACHI FL 33404 public. CITY OF RIVIERA BEACH 600-W BLUE HERON BLVD: RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Yeàr. October 01, 2023 to Septemper 30, 2024 2051 Blue Heron Blyd W HINTERLAND GROUP. INC Issued: Vendor: 12988.1 BUSINESS/ADMINISTRATION OFC GENERAL CONTRCTOR PROFESSIONAL LICENSE TRANSPORTATION/DISIRS TRUCKS HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH EL. 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON: BLVD. RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 01, 2023 to Septémber 30,2024 2051. Blue Heron Blvd W HINTERLAND GROUP INC. Vendor: Issued: 12988.1 BUSINESS/ADMINISTRATION OFG GENERAL CONTRCTOR PROFESSIONAL LICENSE TRANSPORTATION/DISTRB TRUCKS HINTERLAND GROUP, INC 992 W 15TH ST RIVIERA, BEACH FL. 33404 MUST BE, POSTED CONSPICUQUSLY AT, YOUR, PLACE OE BUSINESS CITY OF: RIVIERA BEACH 600W. BLUE HERON BLVD. RIVIERA BEACH FL 33404. BUSINESS: TAX RECEIPT Permit Year. October: 01, 2023. to September 30; 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Vendor: Issued: 12988.1 OSINESACMINISTMATION OFC GENERAL CONTRCTOR. PROFESSIONAL LICENSE TRANEPORTATION/DISTRS TRUCKS HINTERLAND GROUP INC. 992 W 15TH-ST. RIVIERA BEACH FL. 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600: W BLUE HERON BLVD RIVIERA BEACH. FL 33404 CERTIFICATE OF USE Permit Year. October, 01, 2023. to September 30, 2024 2051 Blue Heron Blyd.w HINTERLAND GROUP INC Issued: Vendor: 12988.1 HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF. USE Permit Year October: 01, 2023: to September 30; 2024 2051 Blue Heron Blvd: W HINTERLAND GROUP INC. Issued: Vendor: 12988.1 HINTERLAND GROUP INÇ 992 W 15TH: ST RIVIERA BEACH FL. 33404 MUST BE: POSTED CONSPICUOUSIY AT YOUR: PLACE OF BUSINESS CITY OF. RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH. FL 33404 CERTIFICATE OF USE Permit Year October 01y 2023 to September 30, 2024 2051. Blue Heron Blvd W HINTERLAND: GROUPINC. Issued: Vendor: 12988.1 HINTERLAND GROUP INC 992 W. 15TH ST: RIVIERA BEACH, FL 33404 MUST BE POSTED CONSPICUOUSLY AT. YOUR PLACE OF BUSINESS SECTION 006239 DISADVANTAGED BUSINESS ENTERPRISE FORM VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise Hispanic Minority Business Enterprise Other Minority Business Enterprise Woman's Business Enterprise Non-minority Vendor NAME OF FIRM: BY: ADDRESS: () () () Specify:. Hinterland Group Inc. seRogers, COO & Senior Estimator sgnaure) 2051 W Blue Heron Blvd. Riviera Beach. FL 33404 SMA (Title) SEAL p TELEPHONENO: 561-640-3503 CITYLICENSE#. N/A STAFBUICANSE#CBCIS20A4/CICI2Z64 (ifa applicable) (ifa applicable) CERT. OF INSURANCE ENCLOSED? AUTHORIZED NAME TYPED: Chase Rogers YES_V NO_ & Senior Estimator 09/16/2024 AUTHORIZEDS SIGNATURE: END OF SECTION" 6 Voyles Loop Lift Station Maintenance Repairs 354-003005 006239-1 Minority Business Form DATE MMDONYY) 1/31/2024 CERTIFICATE OF LIABILITY INSURANCE ACORD THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS AI OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE. AFFORDED BY THE POLICIES CERTIFICATE DOES NOT AFFIRMATIVELY CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A REPRESENTATIVE OR PRODUCER, AND1 THE CERTIFICATE HOLDER. thet terms and conditions oft the policy, certain policies may require an endorsement. SUBROGATIONI ISV WAIVED, subjectt to IMPORTANT: Ifthe certificate! holder is an ADDITIONAL INSURED, the policy(ies) must! Astatement be endorsed. ont certificate does not conferrightstot the this certificate holder inl lieu ofs such endorsement(s). PRODUCER Shore Insurance Inc. South 955 SE Central Parkway Stuart FL3 34994 INSURED CONTACT NAME: POMEEm772)4 E-MAIL ADDRESS: INSURERA A: The Charter Oak INSURERD: INSURERE: INSURERF: 426-9973 INSURERIS) AFFORDING COVERAGE FALN Na-(772) 872-5870 NAICE 25615 38318 Fire Insurance Company INSURERE B: Travelers Property Casualty Company ofA Amer 25674 INSURERC: Starr Indemnity & Liability Company Hinterland Group Inc. 2051 West Blue Heron Blvd Riviera! Beach, FL33404 THIS IS TO CERTIFYI THAT THE POLICIES OF INDICATED. NOTWITHSTANDING. ANY REQUIREMENT, TERM INSURANCE. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS TYPE OFI INSURANCE X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR XJ XCU Coverage! Included XJ Primary/Non Contributory GENL AGGREGATE! LIMITA APPLIES PER: POLICY xE Loc OTHER: AUTOMOBILELABLITY A x ANYAUTO ALLOWNED AUTOS X HIREDA AUTOS x NON-OWNED AUTOS UMBRELLAI LIAB x OCCUR EXCESS LIAB OED RETENTIONS WORKERS COMPENSATION ANDE EMPLOYERS LIABILITY ANY OFFICERMEMBERI TOAPATESACUNA EXCLUDED? (Mandatory! in! NH) fyes, descnbey under SCRIPTION OFS OPERATIONS below C INLAND MARINE REVISION NUMBER: COVERAGES TR A CERTIFICATE INSURANCEL NUMBER: LISTEDE BELG OW HAVE BEENI ISSUED TOT THEI INSUREDI NAMED/ ABOVE! FORT THEF POLICY PERIOD ORC CONDITION OFA ANY CONTRACT OROTHER DOCUMENTI WITHF RESPECTT TOV WHICHT THIS BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE ISSUED ORI MAY PERTAIN, THE SHOWN AFFORDED MAY BEEN REDUCEDE BY PAID CLAIMS. HAVE POLICYEFF POLICYE EXP IMMDOMY MMIDDAMYY ADDLISUBR INSDI wyn x x POLICY NUMBER LIMITS s1,000,000 EACHO OCCURRENCE DAMAGE TOF RENTED s300,000 PREMISES (Eancurenca) PERSOMALSAPVNIVRY $1,000,000 GENERAL AGGREGATE s2,000,000 PRODUCTS- COMPIOP AGG s2,000,000 ÇOMBINEDS SINGLE LIMIT 51,000,000 Ea accidenl). BODILYI INJURY (Per person) $ PROPERTY DAMAGE (Par ccident). EACHO OCCURRENCE AGGREGATE BFATE Tp ELE EACHA ACCIDENT ELD DISEASE-FAENPLOYE S EL DISEASE -POLICYLMIT Scheduled Equip. $5,115,498 DT.C02M5389.COF2 01/31/2024 01/31/2025 MED EXPI (Any one person) s10,000 SCHEDULED AUTOS 01/31/2024 01/31/2025 BODILYI INJURY (Per accident) S x x 810.2W54575524266 $ $ $4,000,000 $4,000,000 B CLAIMS-MADE Y/N NIA x CUP-27683165-24NF 01/31/2024 01/31/2025 s ITA100065347424 1/31/2024 1/31/2025 Installation Floater $100,000/$500,0 no obligation orl liability of any kind upont the insurer its on blanket form only ifr required by written contract DESCRIPTION OF OPERATONS/LOCATONSA VEHICLES (ACORD 101, Additional Remarks Schedule, may! be attachedit ifr mores spacei is required) cancelled before the expiration date thereof, thei issuing Insurer wille endeavor to mail 30 days written Certificate Holder is an additional insured onl blanket form only Ifr required by written contract'agreement: Should any oft the above policies be agents or representatives. CERTIFICATE! HOLDER notice tot the certificate holder named tot the left, but failure to do so shall impose the Insured executed priort to injury or damage. AV Waiver of Subrogation Is provided agreement with the insured executed priort to Injury or damage. Coveragei is primaryimoncontibutony to required by written contractiagreement with the Insured executed priort to injury or damage. with additional insureds when! iti is CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH1 THEF POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE / FOR BIDDING PURPOSES ONLY 01 1988-2014. ACORD CORPORATION. All rights reserved. muifms ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD DATE( (MMIDDNYYY) 01/31/2024 CERTIFICATE OF LIABILITY INSURANCE ACORD OF INFORMATION ONLYAND CONFERS NOI RIGHTS UPON THE CERTIFICATE HOLDER. THIS THIS CERTIFICATE IS ISSUED AS AI MATTER OR ALTER THE COVERAGE AFFORDED BY THE POLICIES CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED IMPORTANT: Ifthe certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. IFSUBROGATIONI certificate does not confer tot the BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A REPRESENTATIVE ORF PRODUCER, AND' THE CERTIFICATE HOLDER. IS WAIVED, subject to rightst FAK Na:(772) 872-5870 the terms and conditions oft the policy, certain policies may requlre ane endorsement. Astatement ont this certificate holder Inl lieu of such endorsements). CONTACT PHONE E-MAIL. HON.Ex772) ADDRESS: INSURERB: INSURERCI INSURERD: INSURERE: INSURERF: PRODUCER South Shore Insurance Inc. 955 SE Central Parkway Stuart FL34994 INSURED 426-9973 INSURERIS) AFFORDING COVERAGE NAIC: 10385 INSURERA:F FFVA Mutual Insurance Company Hinterland Group Inc. 2051 West Blue! Heron Blvd Riviera Beach, FL: 33404 THISI 1S TO CERTIFY THAT THE POLICIES CERTIFICATE MAY BE ISSUED ORI MAY PERTAIN, THEI TYPE OF INSURANCE COMMERCIAL GENERALI LIABILITY JCLAIMS-MADE OCCUR GENLA AGGREGATELIMIT APPLIES PER: POLICY pEr JLoc OTHER: AUTOMOBILELABILTY ANYA AUTO ALLO AUTOS OWNED HIRED AUTOS UMBRELLALIAB EXCESS LIAB DED RETENTIONS WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY OFFICERMEMBERI RASCSPMSTEREPCINE EXCLUDED? (Mandatory! in NH) fyes, describe under ESCRIPTION OFC OPERATIONS! below CERTIFICATE NUMBER: ADDLSUBR INSDwD! REVISION NUMBER: COVERAGES INSR TR OFI INSURANCELISTED: BELOW HAVE BEENI ISSUED TOTHE INSURED NAMEDA ABOVE FOR1 THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITHI RESPECT TOV WHICHTHIS INDICATED. NOTWITHSTANDING ANY REQUIREMENTE INSURANCE. AFFORDED BY1 THE POLICIES DESCRIBED HEREIN IS SUBJECT1 TO ALL THE TERMS, MAYI POLICY NUMBER REDUCED BY PAID CLAIMS. POLICYE NDOYYY MMDDMYYYY EXCLUSIONS, AND CONDITIONS OF SUCHF POLICIES. LIMITS SHOWNI HAVE BEEN EFF POLICYEXP LIMITS EACHOCCURRENCE DAMAGE TOR RENTED PREMISES. (Ea accumence) MED EXP(Any one person) $ PERSONAL BADVINJURY S GENERALA AGGREGATE PRODUCTS- .COMP/OPA AGG COMBINED SINGLEL LIMIT $ Faa accident) BODILYI INJURY (Per person) $ BODILY INJURY (Pera accident) $ PROPERTY DAMAGE (Pera accidant). EACHOCCURRENCE AGGREGATE X STATUTE PER. ELE EACHACCIDENT EL. DISEASE. -POLICYLMIT s1.000,000 SCHEDULED AUTOS NON-OWNED AUTOS OCCUR CLAIMS-MADE YIN PH s1,000,000 N NIA X WCB40-0805462-2024A 1/31/2024 1/31/2025 EL. DISEASE EAE EMPLOYEE s1,000.000 DESCRIPTION OF OPERATIONS/LOCATIOCATIONS/VEMICLES (ACORD 101, Additional Remarks Schedule, may bea attachedi ifn mores spacei is required) notice to the certificate holder named to thel left, but failure to dos so shalli impose no obligation or liability any upon the be cancelled before the expiration date thereof, the issuing Insurer wille endeavor to mail: 30 days written Al Waiver of Subrogation is provided on! blanket form only ifr required by written contractiagreement with the Should any of above policies agents or representatives. insured executed prior toi injury or damage. CERTIFICATE HOLDER of kind thei insurer, its CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITHTHEP POLICY PROVISIONS. AUTHORIZED! REPRESENTATIME FOR BIDDING PURPOSES ONLY Aumnulvmar 01 1988-2014. ACORD CORPORATION. AllI rights reserved. ACORD 25 (2014/01) The ACORD name and logo are reglstered marks of ACORD SECTION 007319 ACKNOWLEDGEMENT OF CONFORMANCE WITH O.S.H.A. STANDARDS TO POLK CITY: We, Hinterland Group Inc. (Prime Contractor) hereby acknowledge and agree. that as CONTRACTORS for the VOYLES LOOP LIFT STATION MAINTENANCE REPAIRS; CSDG Project No. 354-003005, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless POLK CITY and CivilSurv Design Group against any and all liability, claims, damages, losses and expenses they may incur due to the failure of MEheoEN (Subcontractor's Names) to comply with such act or regulation. Hinterland Group Inc. CONTRACTOR 3 SEAL) Estpiatge & Cn Auld ATTEST BY: Chase Rogers, COO & Senior 09/16/2024 DATE ATTEST END OFSECTION Voyles Loop Lift Station Maintenance Repairs 354-003005 007319-1 Acknowledgement O.S.H.A. of Conformance Standards w/ SECTION 0073 19.1 BIDDER'S AFFIDAVIT IN COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT CHAPTER5538055364, FLORIDA STATUTES) STATE OF FLORIDA POLKCITY ) )ss. BEFORE ME, the undersigned authority, personally appeared Chase Rogers who being duly swom deposes and says as follows: That he/she is duly authorized representative of Hinterland Group Inc. this Bidder's Affidavit. and such (Owner) (Partner) (President or other Corporate Officer) has full authority to execute 1. The full legal name and business address oft the person or entity submitting this bid: Hinterland Group Inc 2051 W Blue Heron Blvd. Riviera Beach, FL 33404 2. By submission of this bid and subsequent execution of this Contract, the undersigned Bidder certifies that as successful Bidder (Contractor) all trench excavation done within his control (by his own forces or by his Subcontractors) shall be accomplished in strict adherence with OSHA trench safety standards contained in 29 C.F.R., S. 1926.650, Subpart P, including all subsequent revisions or updates to these standards as adopted 3. The undersigned Bidder certifies that as successful Bidder (Contractor) he has obtained or will obtain identical certification from his proposed Subcontractors that will perform trench excavation prior to award of the subcontracts and that he will retain such certifications in his files for a period of not less than three years following finala acceptance. The Bidder acknowledges that included in the various items listed in the Schedule of Prices Bid and in the Total Amount Bid are costs for complying with the Florida Trench Safety Act (Chapter 553.60-553.64, Florida Statutes). The bidder further identifies the by the Department of Labor and Employment Security. 4. costs to be summarized below*: Voyles Loop Lift Station Maintenance Repairs 354-003005 007319.1-1 Bidder's Affidavit in Compliance with Florida Trench Safety Act Trench Safety Measure A. BENIHING B. C. D. Units of Measure LF Unit Quantity /00 Unit Cost ".0o - Extended Cost Aio.vo TOTAL: #Ivo.00 Method of Compliance (Specify). BEMHENb September 16 20_24 - NAME OFAFRANT-Chase Rogers FORRH COO & Senior Estimator SWORN to and subscribéd, before met this 16 day of September Cdil 2024 NOTARY PUBLIC, State of Florida at Large LORIGUILD MYCOWMSSONEHHZ2STS EXPIRES:A August9,2026 (Notary Seal) My Commission expires: 08/09/2026 *Bidders: Add extra sheet(s), if needed. non-responsive and rejected by POLKCITY IfBidderfails to complete and execute this swom statementlaffidavit, his Bid may be declared END OF SECTION Voyles Loop Lift Station Maintenance Repairs 354-003005 007319.1-2 Bidder's Affidavit in Compliance with Florida Trench Act Safety SECTION 00731 19.2 DRUG FREE WORKI PLACE FORM The undersigned vendor in accordance with Florida Statute 287-087 hereby certifies that Hinterland Group Inc. does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations ofsuchprohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees 3. Give each employee engaged in providing the commodities or contractual services that are 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orr rehabilitation programi if such is available int the employeés.communiy. byanyemployee Make a good faith effort to continue to maintain a drug-free workplace through 2. for drug abuse violations. proposed a copy of the statement specified in subsection (1). no later than five (5) days after such conviction. 5. whoi is soconvicted. 6. implementation of this section. As the person authorized to sign the statement, Ic certify that this firm complies fully with the above requirements. Hinterland Groupl Inc. A Signature Chase Rogers COO & Senior Estimator ENDESETON Voyles Loop Lift Station Maintenance Repairs 354-003005 007319.2-1 Drug Free Work Place Form Locations: Palm Beach = Cocoa - Stuart COMPANY QUALIFICATION & CERTIFICATION PACKAGE FLORIDA'S LEADER inthe Water andWaste Water Service Industry WWW.HINTERLANDGROUP.COM CORPORATE OFFICE: 2051 W Blue Heron Blvd, Riviera Beach, FL33404 561-640-3503 PH 561-640-3504 FX INFO@HINTERLANDGROUP.COM COMPANY QUALIFICATION & CERTIFICATION PACKAGE a COVER PAGE Corporate Resume Minutes of Special Meeting Page 3 Page 4 Page 5 Page 6 Page 8 Page 9 Page 10 13 Page 25 Page Page 27 Page 32 Page 34 Page 42 Page 57 58 Page Page 60 Department of State Letter of Incorporation Sunbiz Information Insurance Information Bondability Letter State Licenses Business Tax Receipt FDOT Certificate of Qualification Reference Letters Pre-Qualified Vendor Owned Equipment Prior Experience CIPP Roster Installed Liner Quantities CIPP Prior Experience 2 2051 W. Blue Heron Blvd. Riviera Beach, FL33404 ww.hnterangroup.com dHG HINTERLAND GROUP INC. CORPORATE RESUME DANIEL A. DUKE, III President & CEO 561-640-3503 Daniel began his career working on land development projects with his father, and came to realize his passion for the underground industry. In 2006, Daniel III and his father, Daniel Jr, decided to dive into the underground industry full bore and started Hinterland Group out of a small office space in Cocoa, FL. Daniel and his father served as the field crew through the first few years as Hinterland Group developed. Through hard work and dedication to the best final product possible and customer satisfaction the company has grown exponentially over they years. Daniel has worked on projects ofe every nature relatedt tot the undergroundi industry over the years, including alli facets of water, waste water and storm water. Daniel remains al key role player at Hinterland Group and stays involved with all the daily operations. His oversight with all the projects ensures that thet final product and customer that HG was built on continue to carry on through every project the company completes. CHASE R. ROGERS, E.I. COO & Senior Estimator Chase has been with thel HG team since 2008, ini its very early stages. Prior to working at HG Chase had spent several years in the construction industry working for both residential contractors and an industrial electrical contractor. Chase began his career at HGI halfway through his collegiate career as ai field: staff member working on lift station rehabilitation. Sincet then, he has played many roles in the company both int thet field ande eventually into the office. Chase obtained his Bachelor's degree in civil engineering from the University of Central Florida, before making the transition into the office and has since become al key staff member for HG. He covered the role of Estimator and Project Managerf for many years as HG expanded its scope ofs services and coverage area. As the need for more management grew, Chase has fallen into a managerial role for the company, overseeing the estimating and contract procurement departments and helping to coordinate scheduling and crews witht the project management: team. Chase has worked on all facets of the underground industry over the years from type of lift station project imaginable, has Twenty-Seven: years of directe experience including various lift station installations, gravity and force main sewer installations. He provides direct daily supervision of superintendents and skilled labor, management of project schedules, asset management and logistics for entire water andi waste water treatment plants, and every Stormwater and drainage projects, to large pipeline projects, wastewater company personnel and equipment fleet. CHARLES BREIG Electrical Contractor Charles has over 40 years of commercial electrical experience through out the state of Florida. He currently holds al Floridal Electrical: Contractors License (EC13003615). Charles joined the HGI team in June 2006. PAGE 1 2051 W. Blue Heron! Blvd. Riviera Beach, FL 33404 ww.hmerandgroup.com dE HINTERLAND GROUP INC. 561-640-3503 CORPORATE RESUME-continued THOMAS LAESSIG Master Electrician Thomas is a Florida State Licensed Electrician (EC13003753) with over 30 years of commercial and industrial electrical experience. Prior to working for HG, Thomas spent several years as an electrician, then Electrical Superintendent, as well as Electrical Project Manager. Thomas then ran! his own electrical company for many years. Thomas is well-versed in coordinating with all team members and providing daily supervision to ensure that all electrical projects are efficiently completed. ALFREDO RAMIREZ Director of Field Operations several years with another firmi in Alfredo began working with! HG in 2009 as af field crew member, after spending the industry. Alfredo began his career at HG specializing in wetwell and manhole rehab and coating. Alfredo eventually became thel leader of his crew ands spent several years ast thel Foremant forl large water and waste water projects. As HG continued to grow, his experience in thet field brought Alfredoi into the role of Superintendent: and now the Director of Field Operations. Alfredo supervises all crews ensuring they're meeting all project goals and expectations, assists with scheduling, and assists crews when needed. With this experience, he can effectively communicate with clients and! bridge the gap between the clients, project managers andf field personnel. PAGE 2 2051 W. Blue Heron Blvd. Riviera Beach, FL3 33404 Gdis-lehnenancgoup.on DANIEL A. DUKE III 561-640-3503 President & CEO PERSONAL PROFILE Daniel began his career working on land development projects with his father, and came to realize his passion for the underground industry. In 2006, Daniel III and! his father, Daniel Jr, decided to divei into the underground industry full bore and started Hinterland Group out of a small office space in Cocoa, FL. Daniel and his father served as the worked on projects of every nature related to the undergroundi industry over the years, and including involved with all the. waste water and storm water. Daniel remains al key role player at Hinterland Group stays daily operations. His oversight with all the projects ensures that the final product and customer that HG built as Hinterland developed. Group hard work: and dedication to the best Through exponentially over the years. Daniel has field crew through the first fewy years final product possible and customer satisfaction the company has grown continue to carry on through every project the company completes. all facets of water, was on QUALIFICATIONS Florida General Contractor's License (CGC1520354) Florida Certified Building Contractor's License (CBC1255077) PROJECT RELATED BACKGROUND Florida Certified Underground and Excavation Contractor License (CUC1224634) ORANGE COUNTY EWRF IN PLANT PUMP STATION REPLACEMENT Project Owner: Orange County Project Location: Orlando, FL station with three (3) 47 HP Flygt or existing valve vault and existing force maina Project Owner: Village of North Palm Beach Project Location: North Palm Beach, FL Project Value: $1,323,642.00 Role: Project Manager pumps. The Process 395 North In-Plant Pump Station Replaçement Furnishing and installation of a new: triplex pumps ofa new sanitary sewer manhole and 65 linear feet of 16" DIP force main and 48 linear feet of24" PVC'SDR2.6 of gravity sewer. The conversion of the existing pump station wet well into gravity sewer manhole. Demolition ABS submersible Installation of a new 12 feet diameter wet well manifold with appurtenances. Installation structure. Furnishing and Installation of the above ground flanged piping NORTH PALM BEACH EARMAN RIVER TRANSFER PUMP STATION Project Value: $346,680.00 Role: Project Manager detection station to confirm that there is wateri int the wet well. Installation of a water switch int ther main mops pump PALM BEACH COUNTY GATOR BLVD WATERMAIN EXTENSION Project Owner: Palm Beach County Project Location: Belle Glade, FL complete and functional water system. Project Value: $792,003.00 Role: Project Manager Installation of approximately- 4,000 Linear Feet of 12" water main on Gator Blvdi from E Sugarhouse Road to Duda Road in Belle Glade andi included fire hydrants, appurtenances, fittings and all necessary connections to provide a dHG HINTERLAND GROUP INC. Hinterland Group, Inc. - www.hinterlandgroup.com 2051 W. Blue Heron Blvd. Riviera Beach, FL: 33404 gemghnesandppup.on CHASE R. ROGERS, E.1. 561-640-3503 COO & Senior Estimator PERSONAL PROFILE Chase has been with the HG team since 2008, in its very early stages. Prior to working at HG Chase had spent several years in the construction industry working for both residential contractors and an industrial electrical contractor. Chase began his career at HG halfway through his collegiate careera as a field staff member working on lift station rehabilitation. Since then, he has played many roles in the company both inthe field and eventually into the office. Chase obtained his Bachelor's degree in civil engineering from the University of Central Florida, before making the transition into the office and has since become a key staff member for HG. He covered the role of Estimator and Project Manager for many years as HG expanded its scope of services and coverage area. As the need for more management grew Chase has fallen into a managerial role for the company, overseeing the estimating and contract procurement departments and helping to coordinate scheduling and crews with the project management team. Chase has worked on all facets of the underground industry over the years from Stormwater and drainage projects, to large pipeline projects, water and waste water treatment plants, and every type of lift station project imaginable. QUALIFICATIONS: Engineering Intern, E.I. Member of ASCE OSHA Confined Space Training Intermediate MOT certification Bachelor's Degree in Civil Engineering from University of Central Florida PROJECT RELATED BACKGROUND Project Owner: City of West Palm Beach Project Location: West Palm Beach, FL STRUCTURAL REPAIR OF THE FLOW EQUALIZATION BASIN AT ECR Project Value: $528,587.00 Role: On Site Foreman Complete rehabilitation oft thet flow equalization basin at the City of West Palm Beach East Central Regional Water Reclamation Facility. Dewatering and cleaning/removal of all silt and sediment from the EQ basin, leak stopping throughout, repairs to damaged and spalling concrete and replacement of piping fort the EQI basin floor pumps. PUMP REPLACEMENT FOR THE RAW WATER BOOSTER PUMP STATION Project Owner: Collier County Project Location: Naples, FL Project Value: $653,400.00 Role: Project Manager Removal and Replacement of four 300HP split case pumps and their associated VFD drives. All 18" and 24" piping and valves were replaced to accommodate the new pumps. CUDJOE INNER ISLANDS - MASTER PUMPING STATIONS Project Owner: Florida Keys Aqueduct Authority Project Value: $2,313,374.00 Project Location: Cudjoe Key, FL Role: Project Manager Removal and Replacement of four 300HP split case pumps and their associated' VFD drives. All 18" and 24" piping and valves were replaced to accommodate the new pumps. dHG HINTERLAND GROUP INC. Hinterland Group, Inc. I www.hinterlandgroup.com 2051 W. Blue Heron Bivd. Riviera Beach, FL3 33404 ogerehnenangoupron THOMAS LAESSIG 561-640-3503 Master Electrician PERSONAL PROFILE Thomas is al Florida State Licensed Electrician (EC13003753) with over 30 years of commercial andi industrial electrical experience. Prior to working for HG, Thomas spent several years as an electrician, then Electrical Superintendent, as well as Electrical Project Manager. Then ranl his own electrical company for many years. With this knowledge, Thomas is well-versed in coordinating with alli team members and providing daily supervision to ensure that all electrical projects are efficiently completed. QUALIFICATIONS: Florida Certified Electrical Contractors License (EC13003753) PROJECT RELATED BACKGROUND SPRINGTREE GOLF COURSE Project Owner: City of Sunrise 12 new raw water wells all directional bore. PALM BEACH COUNTY WATER TREATMENT PLANT Project Owner: Palm Beach County 8 new raw water wells, new sandf filter, and 11 chemical pump upgrades. MASTER PUMP STATION 1 REHABILITATION Project Owner: Loxahatchee River District Rehabilitation ofmaster pump station 1. ECRI PUMP STATION UPGRADE Project Owner: City of West Palm Beach Upgrades to 4 existing Deep Well Pump Stations PBC WTP NEW SCRUBBER STATION Project Owner: Palm Beach County 3expansion odor controls CAMINO REAL DRAWBRIDGE REHABILITATION Project Owner: Palm Beach County Rehabilitation of PBC Camino Real drawbridge. dHE HINTERLAND GROUP INC. Hinterland Group, Inc. www.hinterlandgroup.com 2051 W. Blue Heron Blvd. Riviera Beach, FL33404 cgem@hmenandgoupen ALFREDO RAMIREZ Director of Field Operations PERSONAL PROFILE 561-640-3503 Alfredo began working with HGi in 2009 as ai field crew member, afters spending several years with another firmi in the industry. Alfredo began his career at HG specializing in wetwell and manhole rehab and coating. Alfredo eventually becamet thel leader of his crew ands spent several years ast the Foreman for large water and waste water projects. As HG continued to grow, his experience int thet field brought Alfredo intot the role of Superintendent. and nowt the! Director of Field Operations. Alfredo supervises all crews ensuring they're meeting all project goals and expectations, assists with scheduling, and assists crews when needed. With this experience, he can effectively communicate with clients and bridge the gap between the clients, project managers and field personnel. AVALIFICATIONS: OSHA Confined Space Training Advanced MOT certification PROJECT RELATED BACKGROUND Project Owner: City of West Palm Beach Project Location: West Palm Beach, FL STRUCTURAL REPAIR OF THE FLOW EQUALIZATION BASIN AT ECR Project Value: $528,587.00 Role: Site Superintendent Complete rehabilitation of thet flow equalization basin at the City of West Palm Beach East Central Regional Water Reclamation Facility. Dewatering and cleaning/removal of all silt and sediment from the EQ basin, leak stopping throughout, repairs to damaged and spalling concrete and replacement of piping for thel EQI basin floor pumps. PUMP REPLACEMENT FOR THE RAW WATER BOOSTER PUMP STATION Project Owner: Collier County Project Location: Naples, FL Project Value: $653,400.00 Role: Site Superintendent Removal and Replacement of four 300HP split case pumps and their associated VFD drives. All 18" and 24" piping and valves were replaçed to accommodate the new pumps. CUDJOE INNER ISLANDS - MASTER PUMPING STATIONS Project Owner: Florida Keys Aqueduct Authority Project Value: $2,313,374.00 Project Location: Cudjoe Key, FL, Role: Site Superintendent Removal and Replacement oft four 300HP split case pumps andt their associated' VFD drives. All 18" and 24" piping and valves were replaced to accommodate the new pumps. dHG HINTERLAND GROUP INC. Hinterland Group, Inc. I www.hinterlandgroup.com dHG HINTERLANDGROUPINC Emergency Contact List Name Title Operations President Estimator &s Safety HR & Compliance Office Phone Cell Phone Email Address Alfredo Ramirez Director of Field 561-640-3503 321-258-1161 ARamirez@hinteriandgroup.com Daniel Duke III 561-640-3503 954-649-4930 DDuke1@hinterlandgroup.com Chase Rogers COO & Senior 561-640-3503 561-543-9680 CRogers@hinterladgroup.com Joe Myer Director of Health 561-640-3503 518-965-4680 Mer@hnerenaroupcen Julie Gwinner Senior Director of 561-267-8092 561-379-6447 Gwinner@hinterlandgroup.com Hinterland Group, Inc. 2051 W Blue Heron Blvd., Riviera Beach, FL33404 Ph:561-640-3503 I Fax: 561-640-3504 nlo@hintelandsroupcon lyww.hntetanceroupcon dHG MINUTES OF SPECIAL MEETING OF HINTERLAND GROUPINC. Minutes of Special Meeting of Hinterland Group Inc. held at 2051) W. Blue Heron Blvd.. Riviera Beach. Florida 33404 on this 5 day of_Apail 2023. The President called the meeting to consider the following business:The authorization of and all documentation with regard to the Company. Chase Rogers and Danny Duke, Jr., to sign any to approve the authorization. On motion duly made and carried, the meeting proceeded There being no further business, the meeting wasi adjourned. Chase Rogers and Danny Duke, Jr., have the authority to sign all documents as stated above. Dated. Apa185,2023 Daniel E DukémPresident Hinterland Group Inc. STATE OF. FLORIDA COUNTYC OF. PAL/ BEACH w.Dane/Dak, Notary Public Caw Printed Name:. LoRikuD My Commission Expires:. 819/262 The foregoing instrument was acknowledged before me this 5day of April 2023 LORIGUILD MYCOWMSSON:H28TS EXPIRES:Augut9,228 Hinterland Group Inc. Corporate Office 2051W Blue Heron Blvd., Riviera Beach, FL 33404- Ph 561-640-3503 . Fax 561-640-3504 State ofFlorida Department of State Icertify from the records of this office that HINTERLAND GROUP INC. isa corporation organized under the laws of the State ofFlorida, filed on June 26, 2006. The document number oft this corporation is P06000086423. Ifurther certify that said corporation has paid all fees due this office through December 31, 2024, that its most recent annual report/uniform business report Ifurther certify that said corporation has not filed Articles of Dissolution. was filed on April 8, 2024, and that its status is active. Given under my hand and the Great Seal of the, State of Florida at Tallahassee, the Capital, this the Second day ofAugust, 2024 THE EMg Secretary ofState Tracking Number: 5042124537CU follow thei instructions displayed. To authenticate this certificate,visit the following site,enter this number, and then w---rwcaawt.w 5/23/24, 3:39F PM Detail by Entity Name DIVISION OF CORPORATIONS Dmmvet 1 ats M-PFMPTA Snfe,org CORPORATICND Department ofState I DMisena/Coraraions 1 Search Records 1 Searchb by EntiyN Name I Detail by Entity Name Floridal Profit Corporation HINTERLAND GROUP INC. Filing Information Document Number FEIEIN Number Date Filed State Status Principal Address 2051 WEST BLUE HERON BOULEVARD RIVIERABEACH, FL: 33404 Changed: 04/30/2018 Maillng. Address 2051 WEST BLUE HERON BOULEVARD RIVIERABEACH, FL33404 Changed: 04/30/2018 Registered Agent Name & Address Wynne, Ryan J, Esq. 1015 WI Indiantown Road Suite 101-A Jupiter, FL33458 Name Changed: 02/13/2019 Address Changed: 02/13/2019 Officer/Director Detail Name & Address Titlel PSTD DUKE, DANIELA,II 992' W. 15THSTREET RMERABEACH, FL33404 Annual Reports P06000086423 20-5156844 06/26/2006 FL ACTIVE - 1/2 Detailb by Entity Name 5/23/24,3 3:39PM 2022 2023 2024 Document Images 06,082026-ANNUALE REPORT 04/05/2023- --ANNUALF REPORT 04/05/2022. -ANNUALBEPORI 03/08/2021 -ANNUALI REPORT 0302/2020- ANNUALE REPORT 92/01/2019- ANNUALE REPORT 04/30/2018- -Reg. Agent Change 01/16/2018- ANNUALI REPORT 04/12/2017- A ANNUALI REPORT 01/28/2016- A ANNUALI REPORT 11/20/2015: - Reg, Agent Change 01/23/2015- - ANNUAL REPORT 01/10/2014. A ANNUALE REPORT 04/11/2013- -A ANNUAL REPORT 04/09/2013-F Reg. Agent Change 04192012-ANNUAI REPORT 02/17/2011 -ANNUALREPORI 92152010-ANNUALF REPORT 04/16/2009 -A ANNUAL REPORT 01/20/2008- -ANNUALI REPORT 01/09/2007. -A ANNUAL REPORT 06/28/2006. - Domestic Profit Report Year Filed Date 04/05/2022 04/05/2023 04/08/2024 Vewi imagei in PDF format Viewi imagei inF PDF format Viewl Image inF PDF format Viewi imagei in PDF format Viewi imagei inf PDF format View imagel InF PDF format Viewi imagei in PDFf format Viewi image inF PDF format Viewi image inF PDF format Viewi imagel InF PDFf format Viewi imagei inF PDF format Viewi image in PDF format Viewi imagei in PDF format Viewi imagei in PDF format Viewi imagei in PDF format Viewi imagei inF PDF format Viewi image InF PDF format Viewl Imagei in PDF format Viewi imagei in PDF format Viewi imagei in PDF format Viewi imagei inF PDFf format Viewi image in PDF format 02/13/2019 AMENDEDA ANNUALI REPORI Viewi imagei inF PDF1 format 2/2 ---- 2/1/22, 10:02AM My Company Profilel IE-Verify An official website of the United States government Here's howy youl know EVerify Menu = My Company Account My Company Profile Company Information Company Name Hinterland Group, Inc. Doing Business As (DBA) Company! ID 1579646 Enrollment Date 08/21/2020 Employer IDI Number 205156844 DUNS Number Total Number of Employees 100to4 499 NAICS Code 237 Sector 1/3 mpsjleveriyusiagowiacunlcomprypote 2/122,10:02AM Construction Subsector My Company Profile IE-Verify Heavy and Civil Engineering Construction Edit Company Information Employer Category Employer Category None of these categories apply Edit Employer Category Company Locations Physical Address 2051 W Blue Heron Blvd Riviera Beach, FL 33404 Mailing Address Same as Physical Address Edit Company Locations Hiring Sites We have implemented. a new policy and require more information for existing and future hiring sites. 2/3 mpsleeryusiagowiasunvcomparypone 2/1/22, 10:02AM Number of Sites 1 My Company Profilel IE-Verify Edit Hiring Sites Company Access and MOU My Company is Configured to: Verify Its Own Employees Memorandum of Understanding View Current MOU US.Department of Homeland Security US.Citizenshipand Immigration Services Accessibility Plug-ins 3/3 epsleverfyusdagowaceuntcompanypone DATE (MMDDNYYYY) 1/31/2024 CERTIFICATE OF LIABILITY INSURANCE ACORD ISSUED AS AMATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS THIS CERTIFICATE IS AFFIRMATIVELY ORI NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES IMPORTANT: Ifthe certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. Ifs certificate does noto conferr rights tot the CERTIFICATE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT REPRESENTATIVE ORI PRODUCER, AND THE CERTIFICATE HOLDER. certificate holder in! lieu ofs such endorsement(s). SUBROGATIONI IS WAIVED, subjectt to thet terms ando conditions oft the policy, certain policies may require ane endorsement. As statement onthis CONTACT NAME: PHONE 3C NE.E1772) ADDRESS: INSURERB: INSURERD: INSURERE: INSURERF: PRODUCER South Shore Insurancel 955 SE Central Parkway Stuart FL: 34994 INSURED 426-9973 INSURERISIA AFFORDING COVERAGE 872-5870 NAIC! 25615 38318 Inc. TFaT) INSURERA: The Charter Oak Fire Insurance Company INSURERO C: Starrl Indemnity &L Liability Company Travelers Property Casualty Company of Amer 25674 Hinterland Group! Inc. 2051 West Blue Heron Blvd Riviera Beach, FL3 33404 CERTIFICATE NUMBER: POLICIES OF INSURANCE! ADDLISUBR INSD_wVD x REVISION NUMBER: COVERAGES THIS IS TO CERTIFY THATT THE INDICATED. NOTWITHSTANDING ANY CERTIFICATE MAY BE ISSUED ORI MAY PERTAIN, LIMITS EXCLUSIONS AND CONDITIONS OF SUCHF POLICIES. NSRI TYPE OFI INSURANCE LTR X COMMERCIAL GENERALI LIABILITY CLAIMS-MADE JOCCUR X XCU Coverage Included X Primary/Non Contributory GENLA AGGREGATE LIMIT APPLIESF PER: poucY X Jseer LOC OTHER AUTOMOBILELABLITY A X ANY AUTO ALLOWNED AUTOS HIREDA AUTOS UMBRELLA LIAB x OCCUR B EXCESS LIAB DED RETENTIONS WORKERS COMPENSATION ANDI EMPLOYERS LIABILITY ANY OFFICERMEMBERI RENCAPSTSPOIe EXCLUDED? (Mandatoryin' NH) fyes. descrbes under APTONDFOPERATIONS: below C INLANDI MARINE Should any of the above policies agents or representatives. CERTIFICATE HOLDER BELOWH HAVE BEENI ISSUED1 TOT THEI INSUREDI NAMED ABOVE FOR THEF POLICYE PERIOD REQUIREMENT, TERM LISTEDE OR CONDITION OF ANY CONTRACT OR OTHERI DOCUMENT WITHE RESPECT TOV WHICHTHIS THE INSURANCE AFFORDEDI BY1 THEF POLICIES DESCRIBED! HEREINI IS SUBJECT TO ALL THE TERMS, MAY BEENF REDUCED BYF PAID CLAIMS. SHOWNN HAVEE POLICYEFF POLICYEXP POLICYNUMBER MMDDMY LIMITS $1,000,000 $1,000,000 EACHOCCURRENCE AGE TORENTED s300,000 PREMSENIEACERCAL PERSONAL BADVINJURY GENERALA AGGREGATE $2,000,000 PRODUCTS-COMPOPA AGG $2,000,000 COMBINED SINGLE LMIT $1,000,000 fEaa accident). BODILYI INJURY (Perperson) $ BODILY INJURY (Pera accident) $ PROPERTY DAMAGE Pera EACHOCCURRENCE $4,000.000 RFAUTE TP ELE EACHACCIDENT EL DISEASE. EAEMPLOYEE $ E.L DISEASE- POLICYY UMIT Scheduled Equip. $5,115,498 DT.C0-WI55388.COP24 01/31/2024 01/31/2025 MED EXP (Anyo oneperson) $10,000 SCHEDULED x x 8102W545755:2426. 01/31/2024 01/31/2025 AUTOS NON-OWNED AUTOS CLAIMSMADE IN, N/A X $ $4,000,000 CUP-2T683165-24-NF 01/31/2024 01/31/2025 AGGREGATE s ITA100065347424 1/31/2024 1/31/2025 Installation Floater $100,000/5500,00 DESCRIPTION OFC OPERATIONS LOCATIONS/ /VEHICLES (ACORD 101, Additional Remarks Schedule, mayb bea attachedi ifr mores spacel is requlred) notice tot the certificate holder named tot thel left, butf failure to dos sos shalli impose no obligation liability any! upont be cancelled before the expiration date thereof, thei issuing insurer will endeavor tor mail 30 days written Certificate Holderi is ana additional insured on blanket form only ifr required by written contract'agreement. with or of kind the insureri its on blanket form only ifr required by written contract! thei insured executed priort toi injury or damage. A Waiver of Subrogation is provided agreement with thei insured executed priort toi injury or damage. Coverage required by written contractagreement with thei insured executed prior toi injury or damage. wheni itis isp primanymon-contrbuton, to additional insureds CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH1 THE POLICY PROVISIONS. AUTHORIZEDI REPRESENTATIVE FOR BIDDING PURPOSES ONLY unnislmmar 01988-20141 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD DATE (MMIDDYYYY) 01/31/2024 CERTIFICATE OF LIABILITY INSURANCE ACORD AS Al MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE! HOLDER. THIS THIS CERTIFICATE ISI ISSUED BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT REPRESENTATIVE ORI PRODUCER, AND THE CERTFICATEHOLDER IMPORTANT: Ifthe certificate! holderi is an the terms and conditions oft the policy, certain policies may require ane certificate holder inl lieu ofs such endorsement(s). OR THE COVERAGE. AFFORDED BY THE POLICIES CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND ALTER BETWEEN THE ISSUING INSURER(S), AUTHORIZED ADDITIONAL INSURED, the policy(ies) must be endorsed. Ifs SUBROGATIONI ISV WAIVED, subjectt to endorsement. As statement ont this certificate does not confer rightst tot the CONTACT FMEKEE Ex1772) E-MAIL ADDRESS: INSURERB: INSURERC: INSURERD: INSURERE: INSURERF: PRODUCER South Shore Insurance Inc. 955 SE Centrai Parkway Stuart FL: 34994 INSURED 426-9973 INSURERIS)A AFFORDING ÇOVERAGE FAN No.772),872-5870 NAICE 10385 INSURERA: FFVA Mutual Insurance Company Hinterland Group Inc. 2051 West Blue Heron Blvd Rivieral Beach, FL3 33404 CERTIFICATE NUMBER: ADDLISUBR wVDI REVISION NUMBER: COVERAGES NSF INSURANCE LISTEDE BELOWH HAVE BEENI ISSUEDI TOT THE INSUREDI NAMED ABOVE FOR1 THEF POLICY PERIOD INSURANCE. AFFORDED BY1 THE POLICIES DESCRIBED! HEREINI IS SUBJECT TOA ALL THE TERMS, THISIST TO CERTIFY THATI THEF POLICIESOF! REQUIREMENT TERMO OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOV WHICHTHIS INDICATED. NOTWITHSTANDING/ ANY EXCLUSIONS. AND CONDITIONS OF SUCHF POLICIES. LIMITS TYPEOFI INSURANCE COMMERCIAL GENERALI LIABILITY CLAIMS-MADE OCCUR GENLA AGGREGATELIMIT. APPLIES PER: POuCY JSEg LOC OTHER AUTOMOBILEL LIABILITY ANYA AUTO ALLOWNED AUTOS HIREDA AUTOS AUTOS UMBRELLAI LIAB EXCESSL LIAB DED RETENTIONS WORKERS COMPENSATION ANDEMPLOYERSI LIABILITY ANY CMEOAPASTANGAOINe EXCLUDED? A OFFICERMEMBERI (Mandatoryit n NH) fyes. describe under SCRIPTION OF OPERATIONSbloW CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE SHOWN MAY HAVE BEENF REDUCEDI BY PAID CLAIMS. POLICY EFF POLICYEXP MMDD MWODMYY LIMITS POLICY NUMBER EACHOCCURRE DAMAGE TOR RENTED PREMISES (Fa accurence) MEDEXP (Anyo onep person) PERSONALSADVINURY $ GENERAL AGGREGATE PRODUCTS -COMPIOPA AGG COMBINEDS SINGLE LIMIT Enz accident) BODILY INJURY (Perperson) BODILY! INJURY (Pera accident) PROPERTY DAMAGE (Per accident) EACHO OCCURRENCE AGGREGATE XAUTE EL EACHACCIDENT ELD DISEASE. -EAEMPLOYEE $1,000,000 ELOISEASE. POLICY LIMIT 5 SCHEDULED AUTOS NON-OWNED OCCUR CLAIMS-MADE N NIAX TPH $1,000.000 $1,000,000 WCB4008054622024A 1/31/2024 1/31/2025 DESCRIPTION OF OPERATIONS /LOCATIONS IVEHICLES (ACORD 101, Additional Remarks Schedule, may be attached! Ifmores spaceis is required) notice tot the certificate holder namedt to thel left, butf failuret to dos so shalli impose obligation be cancelled before the expiration date thereof, the issuing insurer will endeavor tor mail 30 days written Should any oft the above! policies insured executed prior toi injury or damage. CERTIFICATE HOLDER no orl liability of any kind upont thei insurer, its with the agents or representatives. AV Waiver of Subrogation is provided on blanket form only if required by written contractlagreement: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITHTHE POLICY PROVISIONS. AUTHORIZEDI REPRESENTATIVE FOR BIDDING PURPOSES ONLY KJNL> Aumuslumar 01 1988-2014/ ACORD CORPORATION. Allr rights reserved. ACORD 25( (2014/01) The ACORDI name and logo are registered marks of ACORD WAGNER BONDING & INSURANCE, INC. June 21,2024 RE: Hinterland Group Inc. To whom it may concern, We are the bonding agent for Hinterland Group Inc. They are bonded by Atlantic Specialty Insurance Company, an A+XV" rated surety in the AMI Best Guide. Hinterland Group Inc. has an excellent reputation in the community. While each project is approved on it's own merits, Hinterland Group Inc. has the ability to! bond: single projectsi in excess of$25,000,000 with an aggregate limit of$100,000,000. We welcome the opportunity to execute the necessary bonds provided they meet the current underwriting guidelines and the provisions are acceptable to both Hinterland Should youl have any questions or concerns, please do not hesitate to call. Group Inc. and Atlantic Specialty Insurance Company. Sincerely, Wagner Bonding &1 Insurance, Inc. 3s Taylor Wagner Resident Florida! Licensed. Agent Attorney-in-Fact P.O.1 Box 2868 Lakeland, FL. 33806 Phone 863-859-9823 Fax 863-815-1864 3 3 0 * B 8 3 S 9 - N U L * R 5 3 N 0 5 5 Z 6 a 5 8 6 5 I a O 0 a Z 2 . a - 0 o K E a A 3 E E & 8 A Z 9 o N is N B LE I a 0 € 9 E * A a N % I B Z a - 0 2 S 5 a s o - O 6 N 6 S - E : 6 N 3 s Z U L % & 5 I * 3 M. 5 3 Z O 5 5 0 Z - f o - 5 A 9 A 2 M a : L 6 8 a 5 2 - S Z W D n 2 - Z A 8 $ 1 Z o C A A A 1 9 x E A U E Z n 0 TAV P.O. Box 3353, West Palm Beach, FL3 33402-3353 www.pbctax.com Tel: (561)355-2264 "*LOCATED AT** 2051 WI BLUEI HERONI BLVD RIVIERAI BEACH, FL: 33404 AMTPAID $99,00 ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach Comty Serving yow. CERTIFICATION# CBC1255077 RECEIPT #DATEF PAID B24.656498 08/22/2024 BILL# B40153658 TYPE OFE BUSINESS BUILDINGO CONTRACTOR OWNER DUKE DANIEL AMOSI HI This document isv valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALMI BEACH COUNTY 2024/2025LOCAL BUSINESS TAXR RECEIPT LBTR Number: 2018108321 EXPIRES: 09/30/2025 This receipt MUST be conspicuously: displayed at the place of business andi ins sucha a manner ast tol be opent tot the view ofthe HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WE BLUE HERONE BLVD RIVIERA BEACHFL 33404-5003 public. P.O. Box: 3353, West Palm Beach, FL 33402-3353 **LOCATED AT** 2051 W BLUE HERON BLVD RIVIERA BEACH, FL: 33404 AMT PAID 599.00 ANNE M. GANNON www.pbctax.com Tel: (561)3 355-2264 CONSTITUTIONAL TAX COLLECTOR Seroing Palm Beach County Serving you. OWNER DUKEDANIEL, AMOSII CERTIFICATION CGC1520354 RECEIPT #DATEF PAID B246 866431 08/22/2024 BILL# B40143951 TYPE OF BUSINESS GENERAL CONTRACTOR This document is valid only when receipted byt the Tax Collector's Office. STATE OF FLORIDA PALMI BEACH COUNTY 2024/2025LOCAL BUSINESSTAXRECEIPT LBTR Number: 2015082364 EXPIRES: 09/30/2025 This receipt MUSTE be conspicuously displayed att the place of business and ins such ar manner as tot be open tot the view ofthe HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST BLUE! HERON BLVD RIVIERAI BEACH FL3 33404 public. P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED. AT** HERON 2051 W BLUE RIVIERAI BEACH, FL 33404 AMTPAID $27.50 ANNE M. GANNON www.p pbctax.d com Tel: (561): 355-2264 BLVD CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you. CERTIFICATION CUC1224634 RECEIPT! #DATEF PAID B24.666364 08/22/2024 BILL# B40131491 TYPEOFE BUSINESS UNDERGROUND! UTILITY& DUKE DANIEL AMOSIII EXCAVATION CONTRACTOR This document is valid only when receipted! by the Tax Collector's Office. OWNER STATE OF FLORIDA PALMI BEACH COUNTY 09/30/2025 2024/2025 LOCAL BUSINESS TAXI RECEIPT LBTR Number: 201139576 EXPIRES: This receipt MUST be conspicuously displayeda att the place of business andi ins such a manner ast to be opent tot the view ofthe public. HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST BLUE! HERON BLVD RIVIERA BEACH FL 33404 P.O. Box: 3353, West Palm Beach, FL33402-3353 "LOCATED AT* ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you. Tel: (561)355-2264 2051 WBLUE! HERON BLVD RIVIERA! BEACH, FL3 33404 AMTF PAID 599.00 www.p pbctax.com TYPE OFE BUSINESS ELECTRICAL CONTRACTOR OWNER BREIG CHARLESJ CERTIFICATIONS EC13003615 RECEIPT DATEPAID B24.666430 08/22/2024 B40143952 BILL# This documenti is valid only when receipted byt the Tax Collector's Office. STATE OF FLORIDA PALME BEACH COUNTY 2024/2025LOCAL BUSINESSTAXI RECEIPT LBTR Number: 2015082363 EXPIRES: 09/30/2025 This receipt MUST be conspicuously displayed att the place of business andi ins such a manner as tob be apent tot the viewo oft the HINTERLAND GROUP INC HINTERLAND GROUP INC 2051 WEST BLUE HERON BLVD RIVIERA BEACHFL: 33404 public. CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 01, 2023 to September 30, 2024 Issued: Vendor: 12988.1 BUSINESS/ADMINISTRATION OFC GENERAL CONTRCTOR PROFESSIONAL LICENSE TRANSPORTATION/DISTRB TRUCKS 2051 Blue Heron Blvd W HINTERLAND GROUP INC HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 01, 2023 to September 30, 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Issued: Vendor: 12988.1 OSDESSADADISTMATON OFC GENERAL CONTRCTOR PROFESSIONAL LICENSE TRANSPORTATION/DISIRS TRUCKS HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 01, 2023 to September 30, 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Issued: Vendor: 12988.1 BUSINESS/ADMINISTRATION OFC GENERAL CONTRCTOR PROFESSIONAL LICENSE TRANSPOREATION/DISNS TRUCKS HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE VIER Permit Year October 01, 2023 to September 30, 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Vendor: Issued: 12988.1 HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE Permit Year October 01, 2023 to September 30, 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Vendor: Issued: 12988.1 HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE MIER Permit Year October 01, 2023 to September 30, 2024 2051 Blue Heron Blvd W HINTERLAND GROUP INC Issued: Vendor: 12988.1 HINTERLAND GROUP INC 992 W 15TH ST RIVIERA BEACH FL 33404 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS FDOT Florida Department of Transportation Suwannee! 605 Street Tallahassee,FL 32399-0450 May 06,2024 JAREDV W.F PERDUE,P.E. SECRETARY RON DESANTIS GOVERNOR HINTERLAND GROUP, INC 2051 WEST BLUE HERON BOULEVARD RIVIERA BEACH, FLORIDA 33404 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated FDOT APPROVED WORK CLASSES: Water Wastewater, Manhole Rehabilitation, Lift Stations, Pipe Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. Ins accordance with Section 337.14.(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial If the company's maximum capacity. has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://Edotwpl. PMAESCNEAststilieatie Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply foru a Revised. Certificate of Qualification atn any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida shown Administrative Code (F.A.C.), by accessing the most recently approved application classes as of above and choosing "Update" instead of "View." If certification in additional such work. work is desired, documentation is needed to show that the company has performed All prequalified contractors are required by Section 14-22.006(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. below. DRAINAGE, ELECTRICAL WORK, Lining & Pipe Desilting. & of prequalificarion (if applicable)- statements. Sincerely, gamu CTp dyet James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire nnovation www.fdot.gov De 25 26 w 3a 38555 - 9999 $? ? 21 s 33 999 - i a s o 88656 9 8 o HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 199,676.05 $ 119,001.24 $ 30,088.75 $ 50,131.53 $ 391,710.00 $ 467,819.50 $ 382,420.95 $ 687,999.88 $ 704,205.19 $ 129,699.40 $ 143,884.58 $ 45,990.30 $ 37,014.55 $ 310,932.50 $ 891,591.23 $ 997,356.30 $ 975,552.75 $ 128,450.00 $ 477,912.52 $ 57,100.00 $ 47,295.00 $ 62,283.00 $ 62,584.00 $ 59,580.00 $ 506,000.00 $ 275,000.00 $ 846,024.50 $ 531,643.60 $ 345,147.49 $ 255,889.00 $ 80,008.00 $ 56,950.00 $ 229,640.01 $ 91,340.00 $ 21,946.00 $ 42,817.00 $ 19,435.00 $ 23,405.00 $ 13,144.00 $ 1,963.20 $ 11,795.00 $ 62,980.00 $ 343,521.00 $ 38,915.00 $ 16,345.00 $ 53,169.29 $ 83,150.72 $ 83,638.06 $ 57,599.73 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Davie Lift Station #9 Rehab LS 8220 Gravity Sewer Pipe LS#2 244 Lining WO#5-6185 Winding Brook-PBC Deerfield Rehab Lift Stations Lift Station S-08 Replacement Lift Station 41 Upgrades Gator Blvd Water Main Priority Aerial Canal Crossing Pahokee PBC Airport & PEEHokey Lift Station #8105 PBC-61st StN Water Services PBC-Lox Groves Park LS &FM Lift Station C-18 Rehab Lift Station 7 & 8 Improvement Master Pump Station Rehab System II/III Generator Lift Station T-26 Rehab Lift Station S-05 Rehab Master LS Generator Replace Lift Station 91 Rehabilitation Storm Pump Station - WPBPD WO#10-LS9 98 Rehab Sewer Lift Station 22 Rehab Lift Station #1 Rehabilitation Lift Station 7- -17WWW07 Generator Replacements Replacement Lift Station 21 915 NE 3rd Avenue 3318 SE 6th Avenue NE 30th & Coral Shores Drive NW 21st Avenue CCTV 54 inch NE 9th Ave - Drainage Ft. Laud Guava Isle Drive - CIPP Compass Lane Drainage-CIPP Ft.Laud - 3200 NE 29th Fleet Parking Ft. Laud TO#12-NE: 33 Ave NE 34 St Storm TO: #13-630 Isle of Palms TO#16-FTL-Heron: & Venice CIPP FTL-TO#19 SE14th Street FTL-412 SE 17th Street CIPP E5U37 Drainage Repair PBC Lift Station Cleaning PBC-LS Cleaning-VarLoc CIPP WO# 15 Conneste Road WO#2 21 Sunset Dr WO#2 23 Kokomo North WO# 24 Kokomo- South 2020 Davie, Town of 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Deerfield Beach 2020 Winter Garden 2020 St. Johns County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Brevard County Board of County Comm 2020 Cityof Clearwater 2020 City of Clewiston 2020 Davie, Town of 2020 Brevard County Board of County Comm 2020 Atlantis 2020 City of West 2020 City of West Palm Beach 2020 Cooper City Utilities 2020 City of Holly Hill 2020 Cooper City Utilities 2020 Sunrise 2020 Palm Beach County 2020 SSNOCWTA 2020 Cooper City Utilities 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Palm Beach County 2020 Palm Beach County 2020 Bradenton 2020 Palm Beach County 2020 Palm Beach County Palm Beach HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNTO OF WORK PERFORMED $ 38,114.59 $ 54,465.01 $ 15,583.79 $ 23,930.62 $ 17,631.50 $ 44,310.78 $ 448,005.51 $ 48,029.58 $ 20,493.45 $ 15,828.28 $ 19,217.06 $ 12,820.38 $ 15,538.16 $ 42,828.38 $ 50,682.78 $ 13,197.06 $ 29,706.53 $ 11,407.06 $ 16,888.36 $ 16,506.23 $ 43,009.82 $ 69,116.75 $ 13,124.42 $ 42,878.89 $ 6,561.33 $ 48,539.78 $ 79,827.61 $ 37,758.39 $ 4,275.00 $ 25,757.99 $ 16,850.03 $ 59,845.72 $ 582,356.09 $ 44,182.56 $ 69,238.76 $ 23,027.87 $ 26,253.06 $ 35,361.40 $ 16,937.53 $ 7.930.96 $ 9,136.31 $ 4,165.96 $ 75,102.61 $ 26,212.35 $ 58,031.15 52,492.79 $ 82,895.47 $ 52,828.19 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME WO# 25 Center St CIPP WO# 27 Brian Way WO# 28 Edgehill Road WO# 29 Flamango Lake Dr WO# 30 Limestone Creek Road WO# 31 Military Trail and 61st WO# 32 Lawrence Rd Drainage WO# 33 3261 Atlantic Rd WO# 34 19598 Trails End Terr-1 WO# 35 19506 Trails End Terr-W WO# 36 19582 Trails End Terr-3 WO# 37 6361 Wood Lake Road WO# 39 19650 Red Maple Rd Loxahatchee River PH1 Loxahatchee River PH2 WO# 42 6558 Woodlake Rd WO# 43 6126 Woodlake WO #44 6632 Woodlake Rd WO# 45 Lawrence 66 &2 24 WO# 46 Santaluces HS-Lawrence WO# 47 Indiantown EAST WO# 48 Indiantown WEST WO# 496 6528 Woodlake Rd WO #50 6662 Lawrence' Wood Ct WO #52 6464 Woodlake Rd WO#53 Alder Drive & Foxwood Ln WO#54 Willow Pond Road WO#55 Pinehurst Dr & 10th Ave Center St & 52 Way- PBC Toney Penna & Central - PBC Bush Rd and Toney Pena PBC Kingston Dr- CIPP PBC-WO#60 Central&.Jupiter CIPP WO #61-7479 Central Industrial WO#62 Orchard Way & Woodbine WO#63-PBC-Davis Rd & Berkshire WO# 64-PBCE-155th PI &70th Tr WO# 65-904 Flamango Lake Dr PBC-WO#66 Jog Road WO#68-Orleans Ct Emergency PBC-WO#69-Lox Riv Floating PBC-WO#71-Congress N2 26th St WO#73-Foxwood Circle-CIPP WO#76-Charleston & Heathley Dr WO#80-10087 Trailwood- CIPP WO#83-4679 Brooks Ave CIPP WO#86-Balmoral Blvd CIPP WO#87-3861 Barkis Ave CIPP 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Paim Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County WO#74-Roebuck Rd & RockingCIPP $ 35,479.33 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 19,229.56 $ 9,967.45 $ 54,411.07 $ 195,172.81 $ 282,837.00 $ 227,153.98 $ 28,704.43 $ 36,920.00 $ 38,162.00 $ 68,040.00 $ 12,810.00 $ 26,094.00 $ 255,372.00 $ 42,114.21 $ 163,256.00 $ 28,740.00 $ 120,710.00 $ 47,952.00 $ 29,298.00 $ 68,134.00 $ 27,566.00 $ 88,380.00 $ 312,247.75 $ 1,066,701.46 $ 932,993.89 $ 52,614.70 $ 13,041.90 $ 6,585.60 $ 40,303.90 $ 150,446.95 $ 57,197.75 $ 226,888.45 $ 45,051.33 $ 108.420.15 $ 55,695.21 $ 342,028.37 $ 44,362.50 $ 24,600.00 $ 37,700.00 $ 46,950.00 $ 34,300.00 $ 488,840.00 $ 131,446.75 $ 12,710.00 $ 11,165.00 $ 11,945.00 $ 202,511.25 $ 334,857.25 $ 120,575.00 YEAR COMPLETED WHEREI LOCATED CITY-COUNTY JOB NAME PBC-4684 Brook Dr-CIPP PBC- Woolbright8Seacres: CIPP PBC-3064 Florida Blvd CIPP Lift Station T-04 Rehab Spruce Avenue -WO# 04 Avila & Grandview & Park WO#5 Sanitary SewerStorm Pilot-WO#7 Spruce Ave-47th and 53rd WO#8 Henrietta Ave -7th & 9th WO#9 CWPB-WOHIS-HIcres: Blvd CIPP CWPB-Roseland Dr-Phase 1 CIPP CWPB-Roseland Dr-Phase 2 CIPP Pinewood Stormwater Replace Replace 24in ARVI MH Pinewood #2 -PBC WPB-LS 97 Emergency Repair MH& LS Rehab - Citrus County Clay County CIPP Services Campridge Lane CR220/Angora Bay Lining CIPP Clay County-PO: #5 CIPP Clay-CR15A Quad Culvert CIPP Sanitary Sewer & Manholes WUD 16-027-2017 Telemetry Palm Beach Cnty Lining 17-016 US 27 Sebring FDOT- US 98 Sebring Ashton Dr &US98 US 98 Sebring Lakeview Dr-CIPP FDOT-Desilting E1Q95-R2 Electrical Improvemnts LS 1043 Lift Station 8148 Rehab SW5 5th St Gravity Main SW 3rd St Gravity WTP 8 Gravity Sewer LS 8116 Gravity Sewer Red Road Emergency Repair SW 100th Avenue Emergency Miramar Pkwy and Sykes FM Emer SW 69th FM 10in- - Miramar Red Rd & Miramar Pkwy 81 in Homestead I&1-CIPP Coral Shores 5-Locations CIPP 110 39th St CtNW- CIPP 201 Mangellan - CIPP CR675- CIPP Flamingo Cay CIPP Manatee-Various. Areas- CIPP Manatee-48 & 72 Lining CIPP 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Brevard County Board of County Comm 2020 Dania Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 City of West Palm Beach 2020 Citrus County Utility Operations 2020 Citrus County Utility Operations 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 Clay County 2020 City of Clearwater 2020 Palm Beach County 2020 FDOT District 1 2020 FDOT District1 2020 FDOT District 1 2020 FDOT District 1 2020 FDOT District 1 2020 FDOT District 4 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Cityof Miramar 2020 City of Miramar 2020 City of Miramar 2020 City of Miramar 2020 Homestead 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Manatee County HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 350,419.25 $ 281,430.25 $ 251,918.00 $ 234,490.00 $ 353,735.00 $ 232,405.00 $ 249,952.00 $ 23,400.00 $ 249,611.00 $ 386,406.40 $ 99,944.60 $ 201,339.76 $ 71,306.00 $ 56,145.00 $ 22,212.00 $ 237,478.30 $ 66,740.33 $ 274,134.93 $ 86,124.00 $ 125,423.00 $ 63,298.00 $ 80,085.00 $ 51,082.30 $ 201,680.20 $ 15,260.00 $ 262,304.28 $ 117,598.96 $ 336,979.50 $ 112,800.00 $ 7,455.00 $ 72,479.00 $ 26,973.00 $ 8,911.00 $ 7,824.00 $ 2,304.00 $ 9,970.00 $ 4,580.00 $ 1,469.00 $ 4,159.00 $ 5,350.00 $ 16,180.36 $ 14,310.00 $ 43,500.00 $ 25,600.00 $ 11,700.00 $ 456,176.10 $ 95,000.00 $ 123,280.00 $ 785,158.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Manatee- Hickory Hammock CIPP Manatee-Radclfe Place-CIPP 8-Locations Polk 17-326 Asherwoods Avon Park CIPP Lake Marion W-Laynewade CIPP CIPPHIckony-lakevew-Sagewood PBG- - SW Infrastructure - 2019 PBG-Dorian Emergency Pumps PBG- SWInfrastructure 2019R Pipe Lining - Charlotte 01 Pipe Lining - Charlotte 03 Pipe Lining-Charlotte 04 CIPP Charlotte - PO2018003451 Charlotte 07-P02018003659 CIPP Charlotte 08-P02019000288 CIPP Charlotte 09 Navigator CIPP Charlotte 10-P02019001302 CIPP Charlotte 11-P02019001461 CIPP Pipel Lining- Charlotte 12 CIPP Charlotte 13-P02019001431 CIPP Charlotte 14-P02019001980 CIPP Charlotte 15- CIPP Charlotte 16-2019002651 CIPP Charlotte 17-CIPP Charlotte 18- CIPP Charlotte 19- CIPP Charlotte 21- CIPP Cape Coral - PO# 46977 CIPP Cape Coral PO#47850 CIPP Cape Coral - PO# 48056 Progresso Village Stormwater SW4 4th Ave - Progresso Riverland Road Basins CIPP FTL-SS & Basin Peele WTP- CIPP FTL-DSD Fire House CIPP FTL-DSD Build CIPP FTL-Mills Pond Park CIPP FTL-Fire Station 3-FS49 CIPP FTL-US Customs- CIPP FTL-Joseph Carter Park CIPP SWA-Pipe Valve Replacement SWA-LW-Park Ridge Outfall L-14 Point Repair Lauderhil NW 50th & NW2 22 Pt Repair Lift Station # 54 Lauderdale By The Sea CIPP2017 Sanitary Sewer Lateral-Emerg Cypress Lake III- HOA Cypress Lakes Master Assoc 2020 Manatee County 2020 Manatee County 2020 Manatee County 2020 Polk County 2020 Polk County 2020 Polk County 2020 Palm Beach Gardens 2020 Palm Beach Gardens 2020 Palm Beach Gardens 2020 Solid Waste Authority PBC 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Charlotte County 2020 Cape Coral 2020 Cape Coral 2020 Cape Coral 2020 Cape Coral 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Fort Lauderdale 2020 Solid Waste Authority PBC 2020 Solid Waste Authority PBC 2020 Lauderhill 2020 Lauderhill 2020 Lauderdale-By-The-sea 2020 City of West Palm Beach 2020 Deerfield Beach HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 10,706.00 $ 44,629.62 $ 33,850.00 $ 35,260.00 $ 28,805.00 $ 4,925.00 $ 79,685.00 $ 11,685.00 $ 36,508.00 $ 41,754.02 $ 26,088.00 $ 9,386.16 $ 4,393.76 $ 118,237.50 $ 105,275.00 3,590.00 $ 3,590.00 $ 79,112.50 $ 17,263.70 $ 41,200.00 $ 123,413.79 $ 29,860.00 $ 530,838.79 $ 48,987.00 $ 86,106.00 $ 57,385.00 $ 46,006.64 $ 110,110.00 $ 18,603.20 $ 6,500.00 $ 755,702.11 $ 93,080.00 $ 3,111.75 $ 14.470.00 $ 222,660.00 $ 346,491.92 $ 63,398.93 $ 273,866.95 $ 83,823.14 $ 26,601.07 $ 13,340.00 $ 354,708.74 $ 9,794.79 $ 23,950.00 $ 76,052.07 $ 291,387.28 $ 54,012.16 $ 9,709.48 $ 74,649.72 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Cypress Lakes Plat 9 LS 8146 Canal Bank Atlantic Emergency 14 FM Valve Winikoff 2nd Repair Southern & Arden Emergency Pahokee WWTP Leak Stop FL1 Turnpike Main Break BGWWTP Leak Stop PBC Haverhill Rd WM- Emerg S Military Trail ER Repair BG WWP Grit Separator Coating Hagen ETPS Flow Meter Hagen WAS 2-3 Flow! Meter 18" Aerial Emerg- PBC 18" Aerial Emerg-North-PBC PBC-Pahokee WWTP Pipe #2 Leak $ PBC-Pahokee WWTP Pipe #3 Leak PBC-LS 151 Gravity Repair PBC-Belle Glade 20in FlowMeter Lift Station 139 Minor Rehab Sand Dollar LS3&4 4 Repairs Lift Station # 38 Rehab 8Lift Stations Miramar LS17 Hibiscus & Baynon Park Avenue Storm Water Video Inspections Cypress Drive 60" CCTV Lake Park-Kalmia8Flagler CIPP Lake Park-Joint Seal Cyp CIPP Lift Station #44 - CWPB Blue Cypress Lake Rd Culvert LS Wet Wells & WWWTP 22nd Ave West 18 in Storm CMP FTL-Emergency Pumping CIPP Loxahatchee Phase: 2 Loxahatchee Manhole Coating Loxahatchee Penn Park CIPP Jupiter Harbor-LS 97&58 CIPP LRD-Jupiter-MH Rehab #2 LRD-LS #001- Circle WI Rd CIPP Earman River Trans Pump Stat Airport Asphalt Repair Drain Repair Airfield PBC-PBIA Airport Parking Lot Seminole County7 LS Rehab MH and LS Rehabilitation CWPB Lift Station 73 Rehab FPUA- Rehab 20 Manholes 2020 Cypress Lake HOA 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Paim Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Mulberry, City of 2020 Sunrise 2020 St.. Johns County 2020 Bradenton 2020 Altamonte Springs 2020 City of Miramar 2020 City of Delray Beach 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Lake Park, Town of 2020 Granite Property Development 2020 City of West Palm Beach 2020 Hollywood, Cityof 2020 North Lauderdale, City of 2020 Fort Lauderdale 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 Village of North Palm Beach 2020 West Palm Beach, Palm Beach County 2020 Palm Beach County 2020 Palm Beach County 2020 Seminole County 2020 Sebring HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 28,627.26 $ 70,528.44 $ 13,783.20 $ 6,129.20 $ 11,402.32 $ 33,575.00 $ 99,764.00 $ 54,915.00 32,540.00 $ $ 49,110.00 $ 23,400.00 $ 1,044,626.41 $ 49,290.00 $ 25,428.00 $ 25,075.00 $ 25,810.00 $ 44,550.00 $ 33,060.00 $ 79,180.00 $ 23,260.00 $ 20,675.00 $ 919,779.48 $ 9,300.00 $ 17,664.95 $ 19,780.00 $ 12,020.00 $ 38,325.00 249,505.00 $ $ 78,357.00 $ 9,148.50 $ 35,102.50 $ 17,500.00 $ 184,872.00 $ 246,331.60 $ 122,175.00 $ 100,760.00 $ 41,900.00 $ 25,900.00 $ 13,380.00 $ 15,900.00 $ 33,900.00 $ 24,950.00 $ 9,190.00 102,022.50 $ $ 26,434.00 $ 8,700.00 $ 14,070.00 $ 30,000.00 $ 40,300.00 YEAR COMPLETED WHEREI LOCATED CITY-COUNTY JOB NAME FPUA-5 MH's End of Fiscal 2019 FPUA-MH Rehab 2020 Round #1 FPUA- MHF Rebhab 2020 R1-2 FPUA-FY 2020 MH 62-07 FPUA-FY 2020 Round 3F Final Manhole Rehab - Tarpon Springs Canoe Creek Drainage Delmar St 36in Exfiltration SE Lanham SE Indian St CIPP Gomez and Soundings CIPP Palm Lake Park MC Sugar Hill Outfall-CIPP NE Jensen Beach CIPP SW Murphy Road Liner CIPP MC-Rio Nature Park- Jensen Martin-SW Carl Metz Lane CIPP Martin-NE Barbara Dr CIPP Martin-NE Silvia& JB Blvd CIPP Martin- SE Bayshore Terr CIPP Emerg Sewer Repair - Seaport WN Main Irrigation Pump Station Lift Station 40 - Top Replace Rock Creek Manholes Utilities Complex Electrical Lift Station #16 Piping SEPTIC Emergency: Belle Glade Greenwood Boulevard Garden Lakes Regency Oaks Deerfield MH Rehab 2018 Lands End & Spoonbill Road Rehab & Infrastructure - 0983 Delray- SS & SW Rehab- CIPP Brevard- 300 N Courtenay Pkwy Seminole Tribe CIPP Cove Manhole Rehab Legacy Leilani Heights MH Rehab Port Salerno MHI Rehab Martin-Port Sewall MH Rehab Martin-Mariner Sands MH Rehab Martin- Miles Grant MHI Rehab Martin-Pinelake Village MHI Re Lift Station #10- Cooper Largo-Covel Lane SSWR- CIPP LS# 80- Top Slab Lauderhil-LS#21 Repair Lauderhill-LS #44 Emergency Lauderhil-LS53 2020 City of West Palm Beach 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Fort Pierce Utility Authority 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 2020 Martin County County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin Martin County Board of County Comm 2020 2020 Martin County Board of County Comm Martin 2020 Martin County County Board of County Comm 2020 Martin County 2020 Martin County Board of County 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 StLucie West Services District 2020 St. Lucie West Services District 2020 Martin County Board of County Comm 2020 Cooper CityUtilities 2020 Brevard County Board of County 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Palm Beach County 2020 Seminole County 2020 Deerfield Beach 2020 Mangonia Park 2020 Deerfield Beach 2020 Town of Manalapan 2020 City of Delray Beach 2020 City of Delray Beach 2020 Brevard County Board of County Comm 2020 The Seminole Tribe of Florida 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm 2020 Martin County Board of County Comm Martin Board of County Comm County Board of County Comm Board of County Comm Board of County Comm 2020 Comm Comm Martin 2020 County 2020 City ofLargo 2020 FDOT District 4 2020 Cooper City Utilities 2020 Lauderhill Board of County Comm HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 19,800.00 $ 8,900.00 $ 89,947.20 $ 81,981.41 $ 9,452.00 $ 52.862.00 $ 50,529.50 $ 656,385.89 $ 326,649.36 $ 6,000.00 $ 10,869.95 $ 62,470.02 $ 11,993.06 $ 57,400.00 $ 9,330.00 $ 57,200.00 $ 87,123.50 $ 26,424.00 $ 13,707.00 $ 15,032.00 $ 101,822.00 $ 7,255.00 $ 5,000.00 $ 53,182.00 $ 66,880.00 $ 315,400.00 $ 64,834.00 $ 106,354.00 $ 22,800.00 $ 14,250.00 $ 2,650.00 $ 18,500.00 $ 6,465.00 $ 6,649.50 $ 7,825.13 $ 8,193.90 $ 7,669.20 $ 1,782.00 $ 6,897.00 $ 2,881.00 $ 297,000.00 $ 49,923.00 $ 9,800.00 $ 8,244.00 $ 33,612.00 $ 40,299.00 $ 3,150.00 $ 84,656.00 131,256.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Lauderhill-LS #38 Emerg Bypass Lauderhill-Emerg. Vac Services Lift Station #4 Minor Rehab Water/Sewer Lines Abandoment Pescaya Village Lift Station #83- - Rehab Flotech FDOT Kent PS-05 Village Palm Spring 8in Gravity Sewer-Zephyhils Global -1 Liner Repairs Kanner Highway Stuart Stuart-E Madison Ave MH&CIPP Stuart-Colorado Ave CIPP Seacoast Sanitary LS Cresthaven Lift Station - Emer Lift Station 5133 Emer Repairs Civil Sur- Polk County CIPP Ft. Laud SS Storm CIPP FTL-Clean & TVF PS23 CIPP Delray-Comorant Outfall Repair Delray-Racquet Club Jaeger Dr Delray-NE 1st Court Wastop Ins Village Palm Springs-Price LS ERI Repair- Lake Clark Gardens Lake Park- Palmetto Dr SW CIPP Santa Rosa County CIPP Cooper-SS Rehab 2019-7058 CIPP Cooper-SW 88th Terr CIPP Cooper-Rock Creek MH Coper-Slonebricge Pkwy MH River Ridge Grout- CIPP River Ridge-18451 LakesideCIPP River Ridge- 30" Clean & CCTV Weston-Emerg Water Serv Repair Weston- Passion' Vine Cir WM Weston-1200 Leeward Way Weston-4259 Seneca Ave Weston-1259 Seagrape Circle Weston-1108 Waterbrook Lane Weston-1212 Terrystone Court Naples-PO# 19-00790-00 CIPP Naples-POH19-0849.00 CIPP Naples-PO#1 1900938-00 CIPP Naples-PO# 1900937-00 CIPP Naples- PO# 2000361-00 CIPP Naples-PO 2000753-00 CIPP Mangonia Park- Emer Pump CIPP EcUAPensdsummibNd CIPP ECUAASNOrh-Phase 1 CCTV 2020 Lauderhill 2020 Lauderhill 2020 Lauderhill 2020 Lauderhili 2020 City ofL Lauderdale Lakes 2020 Park Mangonia 2020 Aramis Alvarez Architect 2020 The Seminole Tribe of Florida 2020 The Seminole Tribe of Florida 2020 Loxahatchee River District 2020 One Time Customers 2020 Indian River County 2020 City of Stuart 2020 City of Stuart 2020 Seacoast Utility Authority 2020 Polk County 2020 Village of Palm Springs 2020 Paim Beach County 2020 CivilSurv Design Group Inc. 2020 Fort Lauderdale 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 Village of Palm Springs 2020 Village of Palm Springs 2020 Lake Park, Town of 2020 Santa Rosa County 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 KLOO Management, LLC 2020 KLOO Management, LLC 2020 KLOO Management, LLC 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Weston 2020 City of Naples 2020 City of Naples 2020 City of Naples 2020 City of Naples 2020 City of Naples 2020 Mangonia Park 2020 Emerald Coast Utilities Authority HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 29,515.50 $ 165,533.00 $ 221,205.00 $ 7,805.00 $ 44,750.00 $ 35,000.00 $ 8,606.00 $ 6,616.00 $ 8,954.00 $ 1,650.00 $ 32,032.14 $ 27,800.00 $ 23,900.00 $ 10,171.00 $ 856.40 $ 33,256.85 $ 30,711.90 $ 86,657.10 $ 2,400.00 $ 7,559.98 $ 12,650.00 $ 68,300.00 $ 12,560.00 $ 26,880.00 $ 18,850.00 $ 16,243.60 $ 13,200.00 $ 2,841.00 $ 71,585.00 $ 14,033.90 $ 27,550.00 $ 9,950.00 $ 6,400.00 $ 4,484.00 $ 16,290.00 $ 8,680.00 $ 13,340.00 $ 29,000.00 $ 14,350.00 $ 3,500.00 $ 16,000.00 $ 75,270.00 $ 70.364.00 $ 92,005.00 $ 6,000.00 $ 4,800.00 $ 4,990.00 $ 4,990.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Harbour Town Estate Storm CIPP Greenacres-Drainage Imp Ph5 TOPB-E-1 Lift Station Imp IRC-Vero-WWTP MH Reh Lox River Dist- LS 62 Emer Gen Lox River Dist- LS 43 Emer Gen PBC-WO#1- Kingston DrA ADA PBC-WO#2- Northtree Sub ADA PBC-Sandalfoot Sub PH5 PBC-Maxwell Dr- End of Jog Rd STOF-lmmokale-.M Rehab Palm Beach Traveler RVI Park FTL-Mills Pond Gravity Okeechobee- SE 40th Ave- CIPP CC-Naples- 95th Ave N CIPP Lee-110 Andros Street CIPP Lee-5980 Dickenson Court CIPP Lee- Bonita Beach Rd CIPP Oakmont Clean & CCTV CIPP LRD-Hurricane Generators Clewiston-Emergency MLS Bypass Lauderhil-Emergency CP Rep Stuart-Water & Wastewater Rep Stuart- Madison MH & CIPP Stuart-10th & Ocean CIPP Pospiech-Haines City 15" CIPP RDI Plumb-3300 NE 36th St CIPP RD Plumbing-10200 WS SR 84 CIPP RD Plumb- 3300 NE: 36th St CIPP Sarasota-Monica Parkway CIPP CG Plumb- 7851 Miller Rd CIPP Travelodge LS Diagnosis & Rep Pipers Land- Palm City 2 CIPP Pipers-West Guard Gate CIPP Pipers-Guard Gate Lining CIPP Delray-LS 84- Emergency Riser Delray- LS 18 Rehab Delray-Lift: Station 34A Noble-6795 Taft St- FM Repair Manalapan-Emerg Jetting CIPP Mangonia- Emerg WM Repair PC-Trenchless Pipe Rehab CIPP NPBCID- Unit 31 Cleaning CIPP NPBCID-Unit 45 Cleaning CIPP Flotech-FTL Emergency CIPP LRD-IQ #507 Electrical Upgrade LRD-IQ #506 Electrical Upgrade LRD-IQ #501 Electrical Upgrade 2020 Emerald Coast Utilities Authority 2020 Emerald Coast Utilities Authority 2020 Harbour Landings Estates 2020 Town of Palm Beach 2020 Indian River County 2020 Indian River County 2020 The Village of Wellington 2020 Altamonte Springs 2020 Palm Beach County 2020 Palm Beach County 2020 Palm Bay 2020 Seminole County 2020 The Seminole Tribe of Florida 2020 Palm Beach Traveler RV Park 2020 The Seminole Tribe of Florida 2020 Cooper City Utilities 2020 Cooper City Utilities 2020 Douglas N. Higgens, Inc. 2020 Lee County Finance Dept. 2020 Lee County Finance Dept. 2020 Brevard County Board of County Comm 2020 Seacoast Utility Authority 2020 City of Clewiston 2020 Lauderhill 2020 Ranger Construction Industries 2020 City of Stuart 2020 City of Stuart 2020 Pospiech Contracting Inc. 2020 Palm Beach County 2020 RD Plumbing & Sewer, Inc. 2020 RD Plumbing & Sewer, Inc. 2020 Sarasota County Government 2020 Coral Gables Plumbing 2020 City of Miramar 2020 Piper's Landing Yacht&Country Club 2020 Piper's Landing Yacht&Country Club 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 City of Delray Beach 2020 Town of Lantana 2020 Village of Tequesta 2020 Palm Bay 2020 City of Palm Coast 2020 North Palm Beach County Improvement 2020 North Palm Beach County Improvement 2020 Flotech Environmental LLC 2020 Noble Properties, LTD. 2020 Loxahatchee River District STOF-Immokale-Sem Casino CCTV $ 12,152.52 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED 3,100.00 $ 6,300.00 $ $ 16,309.53 $ 6,300.00 $ 16,428.00 $ 2,550.00 $ 59,400.00 $ 1,500.00 $ 3,600.00 $ 118,715.00 $ 28,513.50 $ 70,935.00 $ 3,300.00 $ 1,514,045.45 $ 1,013,382.38 $ 5,400.00 $ 11,361.00 $ 11,605.00 $ 46,154.15 $ 174,140.03 $ 35,624.00 $ 16,259.00 $ 34,948.00 $ 12,715.00 $ 17,450.00 $ 1,000.00 $ 30,406.85 $ 315,927.54 $ 94,395.00 $ 154,753.75 $ 25,747.43 $ 13,566.00 $ 14,400.00 $ 88,897.50 $ 3,590.00 $ 2,077,611.21 S 22,509.00 $ 43,096.72 $ 53,596.96 $ 19,361.00 $ 31,292.00 $ 12,184.00 $ 50,720.00 $ 979,963.65 $ 81,275.50 $ 295,701.40 $ 2,050.00 $ 168,356.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME 2020 Loxahatchee River District 2020 Loxahatchee River District 2020 PSI Technologies Inc. 2020 GML Coatings. LLC 2020 GML Coatings, LLC 2020 West Construction, Inc. 2020 Village of Tequesta 2020 Martin County Board of County 2020 Town of Manalapan 2020 Brevard County Board of County 2020 Polk County 2020 Palm Beach County 2020 Palm Beach Gardens 2020 Georgetown POA 2021 Palm Beach County 2021 Palm Beach 2021 Fort Lauderdale 2021 FortLauderdale 2021 Fort Lauderdale 2021 Fort Lauderdale 2021 Jupiter 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 West Palm Beach 2021 Palm Beach 2021 Martin County 2021 Bradenton 2021 Manatee 2021 Manatee 2021 Fort Lauderdale 2021 West Palm Beach 2021 Palm Beach County 2021 Pahokee 2021 Mulberry 2021 Lake Park 2021 Fort Pierce 2021 Fort Pierce 2021 Stuart 2021 Stuart 2021 Martin County 2021 Stuart 2021 Brevard 2021 Hollywood 2021 FDOT District 5 2021 Jupiter 2021 Cooper City LRD-LS 180- Electrical Upgrade Delray-808 Seasage SWF Pipe Stuart-St. Lucie Crescent CIPP WestCon-Tamarac Clean & CCTV CBRE-Jupiter Vactor Serv CIPP Cypress Trails- Clean & TV B&C-162 Ivey! Hall Road SC CIPP 421 Northlake- Vac Truck CIPP PB Shores- TV Outfall CIPP TAL Loving-Goldsboro-Semer CIPP SWA-Leachate Pipe Lining CIPP CWPB-Australian Liner Repair Coastal Bay-Pump SUI Dewatering Wellfield System 9 CD01 WMI Imp. Zone 2-3&4 FTL-10in Wastop' Valve NE 31st FTL-SW 5th St & SW2 2nd CIPP FTL-745 NE 20th Ave FTL-2140 Tanbark Lane CIPP PBC-5341 Pennock Point Rd WO#11 Sophia Dr Phase 1 CIPP CWPB-WO#13-Booker Ave CIPP CWPB-WO#14-36th Street CIPP CWPB-622 &715 Belvedere CIPP CWPB-306 Forest Hill Blvd CIPP CWPB-WO#20- PB Lakes CIPP FDOT E1Q95-R1 Wd#3 E4S32-R1 - NPDES MARTIN CIPP Manatee-3rd 49th & Mage CIPP Manatee-48th, Ave W& 54th CIPP Manatee-Crescent Dr&Gulf CIPP FTL- Holiday Park Ball CIPP SWA-MH & LS Inspections Winikoff Point Repair Pahokee WWTP-Pipe Repair Sanitary Sewer - Mulberry Lake Park- 704-722 WI llex CIPP FPUA-LS39 LS 531 13th St FPUA- MH Rehab March 2021 Martin-Dixie & MLK CIPP Martin-Bent Banyan CIPP Martin-Circle & Hazard CCTV Martin-Dixie Jensen Held Grout Sykes Creek Regional WWTF Hollywood 81 FM Connection E5U98- -FDOT Drainage Repair LRD-LS 94 Drop Bowl Install CC- Cooper Estates CIPP GML-Englewood- EBCO Punch CIPP $ 10,000.00 Comm Comm HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 39,285.00 $ 31,250.00 $ 7,598.26 $ 4,785.00 $ 3,348.30 $ 2,431.00 $ 1,361.26 $ 12,874.41 $ 99,517.00 $ 23,076.00 $ 16,736.00 $ 223,806.00 $ 662,107.00 $ 5,132.50 $ 6,600.00 $ 4,079.25 $ 110,723.04 $ 197,057.50 $ 119,529.67 $ 118,387.28 $ 137,312.68 $ 403,956.21 $ 132,324.00 $ 29,087.50 $ 19,050.00 $ 39,480.00 $ 3,750.00 $ 5,673.61 $ 4,850.00 $ 192,882.00 $ 15,400.00 $ 19,469.50 $ 37,495.00 $ 750.00 $ 24,262.03 $ 5,000.00 $ 194,504.40 $ 9,750.00 $ 11,277.89 $ 79,796.00 $ 104,048.00 $ 92,580.00 $ 6,720.00 $ 56,408.00 $ 23,860.00 $ 2,500.00 $ 240,370.00 $ 25,060.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Storm Sewer River Ridge CIPP River Ridge- RI Ridge Rd CIPP Weston-2609 Center Ct Drive Weston-4285 Diamond Dr Weston - 31 Village Rd Saddle Weston-598 Spinnaker Weston-1051 Laguna Springs Dr Weston FH install S. Post Rd Naples-4700 Gulf Shore CIPP Naples-71 Putter Point CIPP Naples-383 Harbour Drive CIPP ECUA-Pensacola CIPP Palm Bay- Culvert Pipe Unit 32 Seminole- Storm CCTV CIPP Cooper- LS 30 Pipe Repair Lee-Winkler Rd CIPP Sarasota-kensingion U-1 CIPP Sarasota-ensingion U-2 CIPP Sarasota-Kensington U-3 CIPP SmSrionyBsCPe Sarasota-Kensington U-9 CIPP Zephyrhills- Lining 2020 CIPP Pipers Landing-Palm City CIPP VPS-Cypress Emg Lateral Repair Lantana-Clean & CCTV Seal Pines Highland-A1A Crosswalk Landing Highland-Bell Lido Vactor LRD-LS 204- Replace FPL Wires LRD-IQ 34 Repair Polk- Various Locations CIPP Portage Landing HOA- NPB CIPP Maestre-Australian Ave CIPP TOPB-Windsor Court CIPP PSI-Aviara Town Homes CIPP Stuart-Manhole Rehab Lanzo-Emerg Cutter Truck CIPP GML- Englewood Sewer CIPP WestCon-MH CLeanout Riviera Hardesty-27th Stl BradentonCIPP Charlotte-Sunset: Blvd CIPP Charlotte-Antis Dr CIPP Charlotte- County Landfill Charlotte- Brewton Ave CIPP Charlotte San Cristobal Ave Charlotte 13284 Englewood Rd FLSKY-Cypress' Trails-Survey Wellington-Montauk Dr CIPP CWR-Prima Vista StLucie CIPP 2021 River Ridge 2021 Tequesta 2021 Weston 2021 Weston 2021 Weston 2021 Weston 2021 Weston 2021 City ofWeston 2021 Naples 2021 Naples 2021 Naples 2021 Pensacola 2021 Pensacola 2021 Palm Bay 2021 Seminole County 2021 Cooper City 2021 Lee 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Sarasota 2021 Zephyrhills 2021 Palm City 2021 Village of Palm Springs 2021 Lantana 2021 Highland Beach 2021 Highland Beach 2021 Jupiter 2021 Jupiter 2021 Polk 2021 North Palm Beach 2021 West Palm Beach 2021 Palm Beach 2021 Lake Worth 2021 Stuart 2021 Wellington 2021 Englewood 2021 Riviera Beach 2021 Bradenton 2021 East Punta Gorda 2021 Rotunda Lakes 2021 Punta Gorda 2021 Englewood 2021 Boca Raton 2021 Wellington 2021 StLucie ECUA-Pensacola-WOF CIPP-2020-3 $ 570,559.00 2021 San Cristobal Ave, Punta Gorda FL 2021 13284 Englewood Rd, Port Charlotte FL HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 2,300.00 $ 24,023.00 $ 51,017.50 $ 15,480.00 $ 12,780.00 $ 1,762.50 $ 12,160.00 $ 6,000.00 $ 181,820.00 $ 4,150.00 $ 11,955.00 $ 9,930.00 $ 11,100.00 $ 139,100.00 $ 2,600.00 $ 83,160.00 $ 57,100.00 $ 3,233.00 $ 11,150.00 $ 35,100.00 $ 28,750.00 $ 15,575.00 $ 14,700.00 $ 3,400.00 $ 85,872.00 $ 5,500.00 $ 7,200.00 $ 7,300.00 $ 4,800.00 $ 210,288.50 $ 458,791.99 $ 33,665.03 $ 227,095.48 $ 1,560,938.05 $ 1,641,178.08 $ 153,377.95 $ 540,836.75 $ 205,691.70 $ 216,880.60 $ 129,041.88 $ 2,372,476.71 $ 56,939.50 $ 69,358.50 $ 250,710.00 $ 527,020.00 $ 84,710.00 $ 36,130.00 $ 57,310.00 $ 74,240.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Manalapan-Storm, Cleaning CIPP BrevareAertaMeboure CIPP Polk-Lake Thomas Phase 1 CCTV Palm Bay-462 Breakwater CIPP LRD-Inject Well Pipe Repairs LRD-SE Cassia Asphalt Repair PBG-595 Riverside Dr CIPP Ocean Condo- 570 Ocean Dr CIPP MWI-Bethesda Hospital- Boynton MWI-Kings Point - Delray Wellington-Mulberry Place Wellington-Flying Cow Plantation-Pine Terr MH Rehab Lantana-Lantana Emerg Pumping PGAHOA- PGA National Clean&TV VNPB-Lighthouse Dr CIPP Miramar- Sewer Rehab at LS61 Bartow-2021 Sewer Main Re CIPP Bartow-2021 Manhole Rehab CIPP TGR- Golf Course Storm Clean StLucie- Sandia Ave CIPP St Lucie- Gilson Road CIPP Stl Lucie- Matthews Road CIPP LRD-LS 254 Clean & TVCIPP CWR-Breakfast Point Ph 4 CIPP PBC-WP 9 Concrete Work LCS- MHLeak Repairs Clewiston MLS Emerg ByPass TTGS PGA Village Ponte Verdra Sanitary Sewer MH PBC-60th PI WM Stubs&Hydrants PBC Chicksaw Rd-Fire Hydrants PBC-Pahokee WM Replacement PBC-Aerial Canal Crossing P2 PBC-Sandpiper & Meadowlark' WM PBC-Belle Glade-NE 1st & 2nd PBC-BG Utility Relocates PBC-Hamlin Ave Deflections-Lox PBC-12in FM- Sandalfoot Blvd PBC-FDOTUtility Adjust LS Nos. 114-123-125-132-148 Birch Road TO#5 TO#7-SW 9th Terr & SW5th PI TO#14-SW21st Terr Drainage TO#15-FTL! Hector Park Storm FTL-1405 SW 9th Drainage FTL-TO#20 NW 9th Ave & 6th St FTL-16 Isla Bahia CIPP FTL-400 SE 15th Street CIPP 2021 Manalapan 2021 Brevard 2021 Winterhaven 2021 Palm Bay 2021 Jupiter 2021 Jupiter 2021 Palm Beach Gardens 2021 Juno Beach 2021 Boynton Beach 2021 Delray 2021 Wellington 2021 Wellington 2021 Plantation 2021 Lantana 2021 Palm Beach Gardens 2021 North Palm Beach 2021 Miramar 2021 Bartow 2021 Bartow 2021 Jupiter 2021 Port St Lucie 2021 Port St Lucie 2021 Port St Lucie 2021 Jupiter 2021 Panama City 2021 Boca Raton 2021 Lake Clarke Shores 2021 Clewiston 2021 PGA Village, Port St Lucie, FL 2022 StJohns 2022 Palm Beach 2022 Lake Worth 2022 Pahokee 2022 Palm Beach County 2022 Royal Palm Beach 2022 Belle Glade 2022 Belle Glade 2022 Loxahatchee 2022 Boca Raton 2022 Delray Beach 2022 City of Sunrise 2022 Broward 2022 Broward 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale County HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNTOF WORK PERFORMED $ 64,085.00 $ 55,871.00 $ 84,415.40 $ 65,852.57 $ 17,564.39 $ 31,286.34 $ 11,288.67 $ 6,632.69 $ 9,545.08 $ 17,091.70 $ 18,415.47 $ 8,261.10 $ 7,556.25 $ 7,741.99 $ 13,971.23 $ 17,935.99 $ 5,417.69 $ 1,800.00 $ 22,364.07 $ 21,768.15 $ 5,430.00 $ 21,560.38 $ 61,590.15 $ 77,096.71 $ 26,546.16 $ 62,875.00 $ 120,034.55 $ 732,765.00 $ 988,967.05 $ 32,765.98 $ 48,326.00 $ 2,530,945.31 $ 47,800.00 $ 84,824.00 $ 7,201.30 $ 309,219.00 $ 569,950.00 $ 249,020.20 $ 174,870.00 $ 299,718.00 $ 287,610.18 $ 84,487.00 $ 43,000.00 $ 16,000.00 $ 362,272.95 $ 207,274.98 $ 309,326.00 $ 471,220.00 $ 181,119.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME FTL-1201 Ponce De Leon FTL-34! Nurmi Dr FTL-112-121 Nurmi Dr WO#67-6869 Bayshore Dr PBC-WO#70-5718 Souchak Dr WO#75-Charleston & Lauden Dr WO#77-LW-4354 Melaleuca Lane WO#78-Melaleuca & Dell Ave WO#79-LW-Lantana & MilitaryTr WO#81-6867 Hatteras Dr WO#82-6663 Hatteras Dr WO#84-Melaleuca &1 Lehto Ln WO#85-Melaleuca Ln & 40th Way PBC-Randolph Siding & 122nd Dr PBC-WO#89-12084 Dinghy Rd PBC-WO#92- Jog & Okeechobee PBC-Jupiter Village Rd PBC-Jupiter Farms Rd & 165thSt PBC-WO#97-Miner. Rd PBC-1112 Military Trail PBC-17611 Lake Park Rd PBC-6159 Camp Lee Rd PBC-18711 Rio' Vista Dr PBC-1493 Woodcrest Rd North PBC-19542 Harbor Rd S PBC- 2050 W Canal St S PBC-17611 Lake Park Rd CWPB-LS#5 Emergency Tankering Lift Stations 5-7-10 WO#10-Henrietta 9th & PBL CIPP CWPB-Railroad Crossings CIPP Century Village and Westgate Citrus-LS and MHI Rehab Manatee-Tallevast Rd CIPP Manatee-Cortez Plaza CCTV CIPP Polk County - CIPP Polk County Storm Lining -CIPP SW Infrastructure Main/Repair PBG- SWI Infrastructure 2018 PBG-SW Infrastructure 2020 PBG-SW Repair PO 016169 CIPP PBG- Buttercup & Carnation PBG-Burns Road Emerg CIPP Pipe Lining Charlotte 02 Charlotte 22- CIPP Charlotte 23 CIPP Charlotte 24 CIPP Charlotte-Rio De Jan 72in CIPP Cypress Lakes HOA-Plat 9 CIPP 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Lake Worth 2022 West Palm Beach 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Lake Worth 2022 Jupiter Farms 2022 Palm Beach Gardens 2022 West Palm Beach 2022 Jupiter 2022 Jupiter Farms 2022 Boynton Beach 2022 Jupiter 2022 Boca Raton 2022 West Palm Beach 2022 Jupiter 2022 West Palm Beach 2022 Jupiter 2022 25 W Canal St S, Belle Glade, FL 2022 Boca Raton 2022 West Palm Beach 2022 Broward 2022 West Palm Beach 2022 West Palm Beach 2022 Palm Beach County 2022 Homosassa 2022 Sarasota 2022 Bradenton 2022 Polk County 2022 Polk 2022 Palm Beach Gardens 2022 Palm Beach 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Charlotte County 2022 Port Charlotte 2022 Charlotte 2022 Charlotte 2022 Charlotte 2022 West Palm Beach HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 9,742.83 $ 17,875.00 $ 3,651.16 $ 10,242.77 $ 62,321.87 $ 20,100.00 $ 83,025.00 $ 15,075.00 $ 82,475.00 $ 11,875.00 $ 32,900.00 $ 52,200.00 $ 77,800.00 $ 47,900.00 $ 85,600.00 $ 7,300.00 $ 34,500.00 $ 8,250.00 $ 63,387.50 $ 222,750.00 $ 40,800.00 $ 44,850.00 $ 32,100.00 $ 155,522.60 $ 27,252.83 $ 27,539.20 $ 13,685.00 $ 136,133.03 $ 189,310.95 $ 170,133.00 $ 18,985.00 $ 132,014.00 $ 71,282.00 $ 49,960.00 $ 1,019,717.60 $ 153,029.00 $ 29,536.00 $ 36,500.00 $ 35,699.00 $ 360,843.78 $ 249,986.00 $ 57,395.00 $ 147,548.76 $ 68,448.60 $ 196,143.30 $ 122,020.66 $ 71,312.30 $ 1,323,641.99 $ 2,608,599.01 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Hagen #3 SW 3rd St- 24in Valve Replace Hagen AB4 A Flow! Meter PBC-Hagen Valve Ext Replace PBC-Parkview Dr WM Pahokee PBC-Pahokee WWTP 8" CV PBC-LS 266 Emergency FM Repair PBC Pahokee Flow Meter PBC-Sansbury: & Southern Emerg PBC-LS 8143 8in GM Point Rep PBC-15 NE/ Ave D-Point Repair PBC-BG-933 SE 2nd St Point Rep PBC-1127 Main St-GM Replace PBC-1815 Main St-8in Point Rep PBC-Lake Shore Village Emerg PBC-LS 603 P Trap Install PBC-LS 981 Emergency Repairs PBC-Pahokee Holding Tank Riser PBC- Strathmore Gate 8in CIPP PBC-South Bay WMI Emerg PBC-LS1071 Piping Repairs PBC-LS 238 Piping Replacement PBC-LS rehab PBC HD emergency Lake Park-904 Jasmine Dr Lake Park-1600 Flagler Dr Lake Park-811 Northern Dr. J Lift Station #3 3-1 Lining Loxahatchee Gravity Line & MH Martin-Bypass Emergency Pump Martin-Golf Course Culvert Martin-HS SE Circle St CIPP Martin- Witham Field CIPP Martin- Alderman Ditch CIPP Hobe Heights Neighborhood Delray-Sewer Main Lining CIPP Delray-SW1ith, Ave Emergency Delray-SW 11th Terrace Emerg Delray-720 NW3 3rd St Largo-Lift Station 2 SS CIPP FDOT E4T26- Drainage Lauderhill -LS 45 Repipe STOF-Hollywood Osecola FM SICASeACg STOF-Osceola Circle 8in GM Rep STOF-HW Sand Filter Addition STOF-HW- Seminole Estates LS Orange-EWRF In-Plant PS Repl PBC-SS Collection Rehab CIPP 2022 Palm Beach County 2022 Palm Beach County 2022 Boynton 2022 Boynton Beach 2022 Pahokee 2022 Pahokee 2022 Lake Worth 2022 Pahokee 2022 Loxahatchee Groves 2022 Belle Glade 2022 Belle Glade 2022 Belle Glade 2022 Belle Glade 2022 Pahokee 2022 Lake Worth 2022 Boca Raton 2022 Bocal Raton 2022 Pahokee 2022 Royal 2022 South Bay 2022 Boca Raton 2022 Greenacres 2022 Palm Beach Cty 2022 Delray Beach 2022 Lake Park 2022 Lake Park 2022 Lake Park 2022 Lauderdale 2022 Palm Beach 2022 Hobe Sound 2022 Stuart 2022 Hobe Sound 2022 Stuart 2022 Indiantown 2022 Martin 2022 Delray 2022 Delray Beach 2022 Delray Beach 2022 Delray Beach 2022 Largo 2022 FDOT4 2022 Cityoflauderhill 2022 Hollywood 2022 Hollywood 2022 Fort Lauderdale 2022 Hollywood 2022 Hollywood 2022 Orange 2022 Palm Beach Palm Beach HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 225,254.72 $ 155,777.60 $ 35,756.00 $ 9,473.00 $ 808,657.00 $ 62,375.00 $ 19,350.00 $ 15,500.00 $ 4,011.00 $ 22,245.30 $ 15,218.50 $ 52,470.49 $ 17,851.90 $ 6,707.80 $ 5,802.50 $ 1,237.50 $ 1,815.00 $ 1,732.50 $ 6,849.98 $ 5,082.00 $ 3,991.82 $ 16,187.56 $ 20,406.75 $ 3,696.00 $ 9,170.88 $ 2,811.38 $ 11,531.19 $ 62,261.00 $ 35,590.00 $ 21,590.00 $ 481,716.00 $ 161,219.00 $ 290,995.00 $ 50,665.00 $ 87,571.00 $ 90,766.00 $ 121,570.00 $ 313,450.00 $ 259,050.00 $ 13,880.00 $ 1,603.00 $ 352,000.00 $ 89,024.00 $ 356,780.00 $ 134,289.78 $ 155,376.86 $ 270,016.23 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Loxahatchee-LS 4,30 & 45 Rehab LRD-LS1 101 LS 199 LS56 LRD-LS #57 FM & Valve Replace LRD-LS 110 Rehab Polk County/-SWWRUSA-Ph 1A CIPP Deiray-NW 5th Street Box Cooper- Summertime Isles MH P1 Cooper- Summertime Isles MHP2 19-0052-03 Weston WM Emer Weston-Lakeshore and Eagle Run Weston-1410 Indian Trace Weston-2300 N Commerce Pkwy Weston-1871 Landing) Way Weston-3692 San Simeon Circle Weston 2027 Island Circle Weston-1095 Capistrano Weston-1123 Creekford Dr Weston-1032 LidoCt Weston- ARVI MH Adj for Road Weston - 1040 Sandalwood Ln Weston 2300 Columbia Weston FH Replacement Weston - FHF Flushing Weston 1018 Bamboo Ln Emerg Weston FH install Royal Palm Weston - 1130 Spyglass Weston-Country Isles Rd FM Emg Naples-3400 Gulfshore CIPP Naples-Annual Pipe Lining Srvs Naples 5th Ave S EÇUA-Pensacola- 2020-4 CIPP IRC-Vero- LS27,5082122 IRC1S724214721481 &2149 IRC-WTP LS Rehab IRC SWWTF Main LS Rehab IRC- Central Plant! LS IRC-LS; #8 Rehab Welington-Forcemain Replace Altamonte Springs-LS# #31 PBC-PBCE-Residential ADA Imp PBC-Jupter-Randopn Siding Rd Lake Worth-WTP Generator FTL-Intracoastal Dr 18" Emer FTL-A7-Brickel, Ave Emergency STOF-RV Park Gravity Repl STOF-Master LS Rehab N'Lauderdale LS 12,13&20- CIPP 2022 Jupiter/Tequesta 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Polk 2022 Delray 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston 2022 Weston, FL 2022 14 Sandalwood Ln, Weston FL 2022 23 Columbia, Weston, FL 2022 City of Weston 2022 of Weston City 2022 118 Bamboo Ln, Weston FL 2022 City of Weston 2022 of Weston City 2022 23 Country Isles Rd, Weston 2022 Naples 2022 Naples, FL 2022 5th Ave South, Naples 2022 Pensacola 2022 Pensacola 2022 Vero 2022 Vero Beach 2022 Vero 2022 Vero 2022 256 6th St, Vero Beach. FL, USA 2022 Indian River County 2022 Wellington 2022 Altamonte Springs 2022 Palm Beach Gardens 2022 Jupiter Farms 2022 Lake Worth 2022 Fort Lauderdale 2022 Fort Lauderdale 2022 Clewiston 2022 Clewiston 2022 NLauderdale 2022 Summertime Isles, Cooper City FL 2022 Summertime Isles, Cooper City FL Weston-2201 N Commerce Pkwy WM $ 11,992.64 ECUA-Pensacola-A51 Phase 2CCTV $ 277,734.00 HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 149,240.00 $ 526,833.92 $ 345,130.00 $ 20,120.00 $ 38,990.00 $ 91,648.00 $ 10,450.00 $ 65,926.05 $ 737,611.90 $ 81,419.02 $ 938,646.94 $ 540,698.96 $ 63,660.00 $ 628.416.00 $ 20,800.00 $ 106,310.00 $ 106,055.00 $ 17,320.00 $ 61,435.00 $ 54,725.00 $ 118,311.00 $ 69,522.00 $ 18,260.00 $ 124,680.00 $ 27,780.00 $ 39,825.00 $ 132,722.50 $ 19,985.00 $ 23,695.00 $ 80,808.00 $ 20,675.00 $ 71,788.00 $ 53,703.00 $ 680,648.10 $ 6,500.00 $ 45,200.00 $ 48,464.00 $ 37,100.00 $ 4,500.00 $ 4,600.00 $ 375,493.00 $ 71,903.60 $ 132,000.00 $ 18,235.00 $ 2,781.56 $ 3,826.91 $ 265,922.40 $ 2,000.00 $ 6,375.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Palm Coast- Pipe Rehab CIPP FTL-Replacement of PS D-38 Mangonia-Inst Sanitary Sewer M Cooper-LS: #5 Top Slab Cooper-LS 41 Bypass Pump Pipe Cooper City- LS 50F Rehab Cooper- LS 20 Top Slab Lee-Bonita Beach Rd CIPP Melbourne-Cliff Creek Storm Brevard-LS Rehab U-01 SUA-PGA WWTP Pond Bypass Palm Bay- Culvert Pipe 23 &56 Miramar-LS #48 Rehab Titusville-PO 016222- CIPP Miramar-Parking Lot Repair Delray- LS #17 Rehab Delray-LS #84 Rehab Delray-LS 10A Discharge Pipe Delray- LS #23 Rehab Delray Emergency' Vactor PSL-Summit St Canal 8 Culvert Indialantic-Orlando Blvd SS VPS-TO# 285- LS Rehab VPS-Emergency Pumping VPS- 12inF FM Emergency VPS-LS 39 Davis Rd Lantana- CIPP Lining Lantana-CIPP Lining 371ftx10in Highland Beach- 8in' WM Repair Highland-LS #5 Rehab Highland- 1121 Bel Air Drive Highland-2624 S Ocean BlvdLS Tequesta-Emerg! Repair 12in RDM Palm Bay- Culvert C-39 & C-41R Lands End-Boca Raton CIPP NPBCID-Unit: 38 Cleaning CIPP NPBCID-Unit 18 Cleaning CIPP NPBCID-Unit 3A Cleaning CIPP Noble- 6775Taft Street CIPP LRD-LS 64 Meter Can Polk- Storm Sewer CIPP Ocean Ridge- Drainage Imp FPL-Filling Pool Disc CIPP IRC-Vero LS 27 LRDI LS10MH041 Rehab LRDI LS43 MHO2 Coating GML-Englewood BHF Phase 2 CIPP WestCon-Emerg Vac Conrad Crcle WestCon-71st. Ave Lots 849&1022 2022 Palm Coast 2022 Fort Lauderdale 2022 Mangonia Park 2022 Cooper 2022 Hollywood FI 2022 Cooper City 2022 Cooper City 2022 Lee County 2022 Melbourne 2022 Brevard 2022 Palm Beach Gardens 2022 Palm Bay 2022 Miramar 2022 Titusville 2022 Miramar 2022 Delray Beach 2022 Delray Beach 2022 Delray Beach 2022 1218 SW: 22nd Ave, Delray 2022 3421 Spanish Trail, Delray Beach FL 2022 Port St. Lucie 2022 Indialantic 2022 Village of Palm Springs 2022 Village of Palm Springs 2022 Palm Springs 2022 Village Palm Springs 2022 Lantana 2022 Town of Lantana 2022 Highland Beach 2022 Highland Beach 2022 Highland Beach 2022 Highland Beach 2022 Tequesta 2022 Palm Bay 2022 Boca Raton 2022 Jupiter 2022 Palm Beach Gardens 2022 Riviera Beach 2022 Hollywood 2022 Palm Beach Cty 2022 Polk 2022 Ocean Ridge 2022 Jensen Beach 2022 Vero Beach 2022 Palm Beach County 2022 Palm Beach County 2022 Englewood 2022 Lake Worth 2022 West Palm Beach Beach, 33444 FL HINTERLAND GROUP INC Completed Jobs/Projects - Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 81,500.00 $ 65,440.00 $ 257,195.00 $ 751,315.00 $ 39,310.00 $ 182,502.00 $ 479,641.00 $ 220,096.00 $ 176,026.00 $ 131,156.00 $ 29,472.00 $ 44.368.00 $ 27,308.00 $ 320,986.00 $ 58,280.00 $ 25,676.00 $ 242,600.00 $ 17,524.00 $ 15,772.00 $ 40,607.00 $ 13,486.00 $ 33,350.00 $ 26,340.00 $ 101,171.50 $ 56,550.00 $ 168,694.00 $ 843,907.07 $ 45,500.00 $ 213,234.06 $ 278,000.00 $ 179,483.40 $ 15,420.00 $ 5,530.00 $ 17,730.00 $ 17,465.00 $ 11,005.00 $ 10,380.00 $ 14,270.00 $ 27,435.00 $ 1,570.00 $ 34,020.00 $ 11,425.00 $ 11,323.25 22,910.00 $ 91,894.50 $ 23,410.00 $ 4,100.00 $ 53,350.00 $ 119,050.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME lauderhl-.W24n85sh Emerg Tequesta- -SWPipe Replacement Tequesta-SWF Pipe Lining CIPP SUA-Cabana Colony 4in WMF Repl Charlotte-Sheehan Blvd CIPP Charlotte-Mark Twain Lane CIPP Charlotte-Lemon Bay CIPP Chariotte-Wimington Blvd CIPP Charlotte-4358 Meager Circle Charlotte-White MarshLane CIPP Charlotte-60 Oakland Hills Ct Charlotte-Astoria. Ave CIPP Charlotte Deep Creek Charlotte-2405 Harbor Blvd Ph1 Charlotte- Ann Dever Park CIPP Charlotte - 1421 Kingfisher Dr Charlotte-2405 Harbor Blvd Ph2 Charlotte 22312 Edgewater Dr Charlotte- 1631 Abalom St CIPP Charlotte- 219Tait" Terr 180226 Charlotte- 25747 Aysen Dr CIPP PBC-LS 980 Electrical Service Martin- Lift Station 326 Rehab Martin- Lift Station: 310 Rehab LRD-LS291 Emerg Generator Clearwater- WO#03 Sunset PtRd Satellite Beach- Park Ave GBH Global- Pipe Lining CIPP FPUA Fleetwood Low Pressure Brevard-LS T-36 & T-69 Rehab Polk- Lake Thomas Phase: 2 CIPP LRD-A1A 16in Arial Repairs LRD-Cypress DrL Leak LRD-Emerg Fredrick Small Rd LRD-Emerg Ocean Walk Blvd LRD-1529 N Old Dixie Hwy LRD-Jupiter Park FM Repair LRD-HeritageOaks Gravity Sewer LRD-SE Barus Dr- Point Répair LRD-SE Mahogany Asphalt Repair LRD- Barus Lateral Repair2 LRD-LS #200 Driveway LRD- 1160 Duval Emrg Sewer Clewiston- Emerg Sewer Repair PBG-Bamboo Dr CCTV PBG- Fire Station Top PBG-E Burns Comm Ctr Aegen- Prawnbroker- Grease Century Village- Storm CIPP 2022 Lauderhill 2022 Tequesta 2022 Tequesta 2022 Palm Beach Gardens 2022 Port Charlotte 2022 Rotunda West 2022 Englewood 2022 Bradenton 2022 Port Charlotte 2022 Rotunda West 2022 Rotunda, FL 2022 Port Charlotte 2022 Charlotte County 2022 Port Charlotte 2022 Charlotte Cty 2022 Charlotte Cty 2022 Charlotte Cty 2022 Charlotte Cty 2022 Punta Gorda Charlotte 2022 Charlotte Cty 2022 Charlotte Cty 2022 Boca Raton 2022 Jensen Beach 2022 Jensen Beach 2022 Jupiter 2022 Clearwater FL 2022 Satellite Beach 2022 Fort Lauderdale 2022 Fort Pierce 2022 Melbourne 2022 Winterhaven 2022 Jupiter 2022 Tequesta 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Jupiter 2022 Tequesta 2022 Jupiter 2022 Palm Beach Cty 2022 Jupiter 2022 Clewiston 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Palm Beach Gardens 2022 Stuart 2022 West Palm Beach 2022 1961 Southeast Barus Drive. Tequesta, FL HINTERLAND GROUP INC Completed Jobs/Projects -F Past Three years DOLLAR AMOUNT OF WORK PERFORMED $ 83,300.00 $ 23,422.05 $ 71,280.00 $ 8,500.00 $ 4,500.00 $ 12,300.00 $ 23,700.00 $ 30,470.00 $ 18,320.00 $ 6,300.00 $ 77,625.00 $ 78,850.00 $ 35,550.00 $ 955.00 $ 79,100.00 $ 14,950.00 $ 26,545.00 $ 3,900.00 $ 6,850.00 $ 89,595.00 $ 159,262.40 $ 8,000.00 9,225.00 $ $ 12,650.00 $ 8,300.00 $ 362,681.00 $ 14,022.60 $ 43,430.90 $ 123,823.75 $ 14,760.00 $ 18,200.00 $ 9,500.00 $ 7,731.77 $ 18,750.00 $ 142,280.00 $ 9,600.00 $ 7,500.00 $ 59,029.00 $ 33,600.00 $ 23,744.00 $ 16,500.00 YEAR COMPLETED WHERE LOCATED CITY-COUNTY JOB NAME Georgetown POA-24in CIPP Wellington- LS 19 Rehab Lantana Emerg Vac Services MWI-2740 SR 715 Belle Glade MWI- STA-1W Canal Crossing MWI- 20505 SR 80 Wellington-Palm Beach Point Wellington- HDD @ Shoreline Dr Wellington-HDD Wellingtn Lakes Lake Clark-Emerg Clean &TV Dania-Emerg Vactor Services LRD-LS163 Emerg Generator Delray-1903 NE: 2nd Ave Emerg Delray-700 Lago Rd CCTV Citrus-Emerg 8in WM Repair Miramar-LS7F Rehab-Beekman Dr Atlantis-N Country Club CIPP Riverwalk HOA-Clean/CCTVI Weir RockCreek HOA-Lake PS Top Slab OUA-Hwy 441 WM-Okeechobee Lake Park 344 Date Palm CIPP Clewiston-Emerg Line Jetting Parliament- Storm CCTV Clean PBC-Hillsboro Emerg 12" WMI Rep MWI-Well Point-10330 Nu Vista TRC-PGA Village- WO#9 CIPP Nunno-McDonalds- Delray MH FEA- Clean TVI MHI Install CIPP Crosswinds HOA-CIPPI Freshwind NEFCO-Lift Station Repair MWI-Plantation Publx WellPoint MWI-160 Isle of Venice Dr w-p Lake Clark-Seminole Manor CCTV Lantana N.ASt Emerg Vactor Lantana - Lantana Rd & 8th Ave MWI Wellington WP Install LandsEnd- -Strm Drain Clean/CCTV Hollywood Plazal HOA- 18" CIPP Seaport HOA - FME Emergency CoasiLndDev-HiDscus Park 15" Delray Bch Dewatering 2022 Hobe Sound 2022 Wellington 2022 Lantana 2022 Belle Glade 2022 West Palm Beach 2022 Loxahatchee 2022 Wellington 2022 Wellington 2022 Wellington 2022 Lake Clark Shores 2022 Dania Beach 2022 Jupiter 2022 Delray 2022 Delray Beach 2022 Lecanto 2022 Miramar 2022 Atlantis 2022 Jupiter 2022 Cooper City 2022 Okeechobee 2022 Town ofLake Park. 2022 Clewiston 2022 Boca Raton 2022 Wellington 2022 Port Stl Lucie 2022 Delray Beach 2022 Hobe Sound 2022 16961 Freshwind Circle, Jupiter FL 2022 Riviera Beach 2022 165 Cleary Blvd, Plantation 2022 16 Isle of Venice Drive 2022 Lake Clarke Shores 2022 Palm City 2022 North A Street, Lantana 2022 Lantana Rd & 8th Ave 2022 Village of Wellington 2022 Boca Raton 2022 Hollywood, FL 2022 Seaport FL 2022 Martin County 2022 Delray Beach 2022 2427 Presidential Way, West Palm Beach FL ASU-2300 PGAI Blvd Clean & CCTV $ 42,160.00 dHE HINTERLANDGROUP' INC. HinterlandG Group Inc 2051V WB BlueH HeronB Blvd, RivleraB Beach, FL33404 Asof: 03/14/2024 CPPR Roster:? Position, Experience, Expertise, Licenses vercentageoftime Jacob Crowe Assignedtow Work: ASN Needed ButchForrester Percentageo oftimeA Assignedto Work: ASN Needed SauRi Rivera percentageaftime Assignedtov Work: -AsNeeded Carlos Angulo percentageoftimeA Assignedtov Wock: -AsNeeded Dermaine Williams percentageoftime Assignedtov Work: AsNeeded Hassan! Saffo Percentagen oftimeA Assignedt tov Wark: -As Needed lesse! Miler Percentageoftime Assignedtow Work: AsNeeded vanPulido percentageoftime Assignedte to Work: -AsNeeded Experience Expertise CCTVPACP Uner Instailation, UinerCuring PACP Grouting/Pressurel Testing JACP Robotics ServiceR Reconnection CCTVR FACP Unerl Installation, Uner Curing HAZWOPER Grouting/Pressurel Testing FDOT MOT Robotic Service Reconnection Geophipsialsurvey CCIVPACP Uner Installation,! Liner Curing HAZWOPER Grouting/Presurer Testing FDOT MOT Robatics Service Reconnection Uner Curing Uner Installation CCIVPACP unerl Installation, Linerc Curing FDOTMOT CCTV/PACP liner! Installation, Uiner Curing FDOT MOT CCIVPACP uneri Installation,l liner Curing FOOT MOT uner Curing. Uinerl Installation WetOut Greuting/Pressurel Terting Robotic Service Reconnection icenses PACP PACP FOOTN MOT PACP PACP PACP Name Position General Manager/ /Projectn Manager 25-Utlity 10- -Uining Construction Wet-Out, DrainageR Repair, MACP ProjectManager Superintendent Foreman Foreman/CCTV Foreman/CCTV Foreman/CIPP RobotisOperator/ 24 25 Laborer 14 dHE HINTERLANDE GROUP INC. Liniag and TMaSErucre Repadr Installed Liner Quantities Palm Beach County/R&B Homestead Lake Park Cypress Lakes HOA Winter Springs FDOT-E5U37 City of Palmetto Charlotte County FDOT Martin County Desoto Bradenton Delray Lauderdale by the Sea Golden Bear Properties Ormond Beach Clay County Cape Coral Manatee County Riviera Beach Tampa City of West Palm Beach Clearwater Zephyrhills Lake Worth Bartow Maitland Nassau County Mangonia Park Village of Golf Town of Lantana Lantana Airport FGUA City ofLake City Seminole County Colonial Estates HOA City of Maitland Sebring Miramar NL Lauderdale Asof3-14-24 Avg Diameter Total Footage Installed 9.013341067 7.8203125 35.42857143 24.42857143 34 18 24.99553571 19.5 24 9.839285714 9.4375 8.665322581 27 20 34.90909091 8.177884615 24.90277778 8 10.20673077 15.24759615 13.20526316 8.445255474 12.75 15.875 8 36 8 9.694444444 10 19.2 8 12.25 10.55147059 8 8 8 9 7.875] 368075.5 20525 1936 950 672 93 57673 1877 157 10395 30238 19293.9 858 2842 1525 15054 32593 1298 26181 29998 32231.7 43843 1722 509 1144 995 12795 2309] 20000 606 6000 8856 17020 3500 2136 1685 375 24873 Palm Beach Gardens Polk County Loxahatchee River/lupiter Martin County Mulberry Stuart Seminole Tribe Hickory Ridge Fort Lauderdale FLO-TECH FDOT Cypress Lakes Dade County (Miami) River Ridge Santa Rosa County Okeechobee Naples Cooper City Pensacola ECUA Palm Coast Orange County Pipers Landing Coral Ridge Largo Lantana Lands End FPL Lee County Tequesta Sarasota Maestre Titusville Lakewood Villas Ocean Ridge Palm Bay Brevard SWA Leachate Englewood StLucie Lauderdale Marine Georgetown Goldsboro Newberry Wellington Village of North Palm Beach Atlantis PGA Village Bay County 24.1875 20.00219941 10.74202128 23.63492063 8.833333333 9.022727273 8 18 19.90909091 18.85714286 23.28358209 7.822222222 18 39.53846154 24 13.12681159 7.708333333 8.335227273 37 8.049479167 28.5 23.57142857 8.262886598 10.10227273 18 18 23.45454545 23.53125 7.9375 7.75 23.63829787 7.75 8.875 24 25.5 12 7.713414634 20.25 15 24 7.75 7.75 17.25 36 7.75 33.75 22.68 1610 68223 29140 10841 3391 3329 3353 92 1455 463 7087 22722 510 981 63 16109 9344 75968 1321 79380 750 916 25952 5675 32 356 1572 5843 35183 352 8001 387 500 188 266 470] 15764 511 236 688 3502 1405 11988 620 875 1851 3989] Breakfast Point Hallandale Crosswinds HOA ASU Enterprises FEA Ministries Hollywood Plaza POA Coastal Land Development Jonathans Landing POA (ILF POA) Highland Beach Lauderhill Grasslands HOA Parliament East Volusia County Jacaranda Lake Clarke Shores Dover Engineering Halfacre Construction Lake Worth Beach MBR Port St Lucie IRC 60 18 18 17 7.85 21 8 58.8 7.75 18 22.2 20.25 72 7.75 22.5 24 64.54545455 36 7.75 25.1 7.75 159 18 1262 246 1637 435 276 469 105 154 892 460 2077 230 500] 210 2818 132 378 2816 105 1,281,467.1 TOTAL FOOTAGE 6 a I 1 * I a - a : d& $ Outlook Fwd: Cardinal Hill (FLA489093) Discussion From Thomas A. Cloud, Esquire ThomasCloud@gray-robinson.com> To Patricia Jackson ParcAoMempakcVee Date Fri1 10/11/2024 12:34PM Begin forwarded message: T 407.843.8880 407.244.5624 407.244.5690 Thomas A. Cloud, Esquire Of Counsel in Florida Bar Board Certified in City, County & Local Government Law GrayRobinson, P.A. 301 East Pine Street, Suite 1400, Orlando, Florida 32801 GRAYROBINSON ATTORNEYS ADVISORS I'CONSULTANTS This e-mail is intended only for the individual(s) or entity(s) named within the message. This e-mail might contain legally privileged and confidential information. If you properly received this e-mail as a client Should or retained expert, please hold it in confidence to protect the attorney-client or work that product action privileges. could constitute the intended recipient forward or disclose this message to another person or not party, intended waiver of the attorney-client privilege. If the reader of this message is the notified that recipient, any review, agent responsible to deliver it to the intended recipient, is you are hereby the sender and to do so might dissemination, distribution or copying of this communication prohibited 18 by section 2510-2521. If this constitute a violation of the Electronic Communications Privacy Act, U.S.C. communication: was received in error we apologize for the intrusion. Please notify us by reply and of the original message without reading same. Nothing in this e-mail message shall, in or the e-mail and delete create an itself, attorney-client relationship with the sender. From: Craig Fuller cluler@cwisunv.om> Date: October 7, 2024 ats 9:14:18AMEDT To: sheandolen.dumn@mn@mypolkty,ory. Patricia. Jackson Subject: RE: Cardinal Hill (FLA489093) Discussion patriciajackson@mypokctyorg>, "Thomas A. Cloud, Esquire" ThomasCloudegray robinson.com> This message originated outside of GrayRobinson. Ladies and Gents: Based on the discussion andi the below, I'd recommend rebidding Voyles rehab as the difference in price is significantly greater ($150k) than the penalty ($17k). Even ifar rebid came in at $300-350, that would be al large savings. Additionally, with time being whati iti is, it's challenging to order and Ican'tthink of another (small) project your might have readyf for wastewater or stormwater. The Tom andl expressed our regrets and concerns regarding their lack of granting any extensions. We didn'ts set thei initial timeframe for this item as we indicatedi it was very challenging due to having no control over access. The schedule set was as long as the FDEP would allowi initially and we advised l'lli fill outt thet forms today and go out to the individual residents to gather signatures today as thisi is ashort week. PII be optimistic, buti it's honestly not likely we'llg get at ton a responses. receive items as quickly as needed for any decent sized project. interconnection within your system is water and wouldn'tapply. the FDEPa af few times that no one would bidi it. Craig R. Fuller, PE CivilSurv Design Group, Inc. Work: (863) 646-4771x243 Cell: (813)267-6115 *Disclaimer: This e-mail, including any attachments, is intended only for the recipient(s) listed above and may contain confidential information, work product, and/or trade secrets or other information of a proprietary and confidential nature. By using this information the recipient shall indemnify and hold harmless CivilSurv Design Group, Inc. and its independent consultants or professional associates.. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply e-mail and destroy all copies oft the original message. From: Teague, Hannah Hannah.Teague@FloridaDEPSOV2 Sent: Friday, October 4, 20247:12AM To:s sheandolen.dunn@mypok.tyrg: Patricia Jackson arcApdomempoee" thomas.cloud@grayrobinson.com; Craig Fuller cfuler@c.Misunwcom> Cc: Larson, Emily GmlhuronePbnacePp, Peck, Erica trtaPecePondabirp, Boatwright, Kelley M. ckeleyM.Boatwright@FloridaDEPgoV Subject: RE: Cardinal Hill (FLA489093) Discussion Good morning, Thank you. all for attending the Teams meeting yesterday October 03, 2024, to discuss the Cardinal Hill (FLA489093) Ordered items for OGC No.: 24-1381 and for sending the As discussed during the meeting, the Department is not amenable to granting an extension for the In-Kind project. If the approved project cannot be completed by the deadline of January 22, 2025, then the assessed civil penalty of $17,000.00 shall be paid to the Department by that same date. Ift the current approved In-Kind Project is no longer a viable option, please submit a revised proposed In-Kind Project for Department approval that can Additionally, the Department will not be granting a time extension for the Potable Water Well Inventory that was due on September 30, 2024. Please submit this inventory as soon as itis completed and note that stipulated penalties may be assessed as stated in the Order and in As discussed, please submit an email response to the Department on Friday October 11, attached access agreement. be completed by January 22, 2025. the meeting. 2024, with an update on gaining residential access. Please let me know of any questions or concerns. Thank you again, Hannah Teague Florida Department of Environmental Protection Southwest District Environmental Specialist mRNEBPIRCPAGADESN Office: 813-470-5727 From: Craig Fuller clulerecwiurvron Sent: Thursday, October 3, 2024: 11:16AM To: Teague, Hannah ceaadtsNdEAtwN Emily Gal.lasenesEsao. Peck, Erica Sent: Thursday, October 3, 20249 9:32 AM Subject: Cardinal Hill (FLA489093) Discussion Where: Microsoft Teams Meeting; SWD_ConfRm149 To: Teague, Hannah; Larson, Emily; Peck, Erica; Boatwright, Kelley M.; Craig Fuller; thomas.dloud@gay-roninson.coms; heandolen.dunnemypolkcry,ors When: Thursday, October 3, 2024: 11:00 AM-11:30A AM( (UTC-05:00)! Eastern Time (US & Canada). Good morning, As discussed via phone, please see the below Teams meeting invite to discuss the time extension request for Cardinal Hill (FLA489093). Please let me know of any questions or concerns. Thank you, Hannah Teague Florida Department of Environmental Protection Southwest District Environmental Specialist manEsgsNESNA Office: 813-470-5727 To Patricia Jackson patriciajackson@mypolkcity.or9> Date Fri 10/11/2024 12:34PM Begin forwarded message: 407.843.8880 407.244.5624 407,244.5690 Thomas A. Cloud, Esquire Of Counsel Florida Bar Board Certified in City, County & Local Government Law GrayRobinson, P.A. 301 East Pine Street, Suite 1400, Orlando, Florida 32801 GRAYROBINSON ATTORNEYS - ADVISORS ICONSULTANTS This e-mail is intended only for the individual(s) or entity(s) named within the message. This e-mail might contain legally privileged and confidential information. If you properly received this e-mail as a client or retained expert, piease hold it in confidence to protect the attorney-client or work product privileges. Should the intended recipient forward or disclose this message to another person or party, that action could constitute a waiver of the attorney-client privilege. If the reader of this message is not the intended recipient, or the agent responsible to deliver it to the intended recipient, you are hereby notified that any review, dissemination, distribution or copying of this communication: is prohibited by the sender and to do 50 might constitute a violation of the Electronic Communications Privacy Act, 18 U.S.C. section 2510-2521. If this communication was received in error we apologize for thei intrusion. Please notify us by reply e-mail and delete the original message without reading same. Nothing in this e-mail message shall, in and of itseif, create an attorney-client relationship with the sender. From: Craig Fuller cfuler@cwisuru.com> Date: October 7, 2024 at 9:14:18AM D EDT To: sheandolen.dunn@mypolkityory. Patricia Jackson Subject: RE: Cardinal Hill (FLA489093) Discussion This message originated outside of GrayRobinson. pmdasbomempalayey. "Thomas A. Cloud, Esquire" ThomasCloud@gray robinson.com> Ladies and Gents: Based on the discussion and the below, I'd recommend rebidding Voyles rehab as the difference in price is significantly greater ($150k) than the penalty ($17k). Eveni ifa rebid came in at $300-350, that would be al large savings. Additionally, with time being what iti is, it's challenging to order and Ican't think of another (small) project your might have ready for wastewater or stormwater. The Tom andI 6 expressed our regrets and concerns regarding their lack of granting anye extensions. We didn't set thei initial timeframe for this item as we indicated it was very challenging due to having no control over access. The schedule set was as long as the FDEP would allow initially and we advised I'llf fill out thet forms today and go out to thei individual residents to gather signatures today as this is ashort week. MII be optimistic, buti it's honestly not likely we'll get a ton a responses. receive items as quickly as needed for any decent sized project. interconnection within your system is water and wouldn'tapply. the FDEP at few times that no one would bidi it. Craig R. Fuller, PE CivilSurv Design Group, Inc. Work: (863) 646-4 4771x243 Cell: (813)267-6115 *Disclaimer: This e-mail, including any attachments, is intended only for the recipient(s) listed above and may contain confidential information, work product, and/or trade secrets or other information of a proprietary and confidential nature. By using this information the recipient shall indemnify and hold harmless CivilSurv Design Group, Inc. and its independent consultants or professional associates.. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply e-mail and destroy all copies of the original message. From: Teague, Hannah Hannah.Teague@PioridaDEPBOV2 Sent: Friday, October 4, 20247:12AM To:s sheandolen.dunn@mypolk.tyorg: Patricia. Jackson aaRdmempleeP. thomas.cloud@gray-robinson.com; Craig Fuller ciuler@cwisurv.com> Cc: Larson, Emily émlhlamonePbnacro, Peck, Erica traPedePorda0irp, Boatwright, Kelley M. keleyM.BoatwrighteFlordaDEPgOVA Subject: RE: Cardinal Hill (FLA489093) Discussion Good moming, Thank you all for attending the Teams meeting yesterday October 03, 2024, to discuss the Cardinal Hill (FLA489093) Ordered items for OGC No.: 24-1381 and for sending the As discussed during the meeting, the Department is not amenable to granting an extension for the In-Kind project. If the approved project cannot be completed by the deadline of January 22, 2025, then the assessed civil penalty of $17,000.00 shall be paid to the Department by that same date. If the current approved. In-Kind Project is no longer a viable option, please submit a revised proposed In-Kind Project for Department approval that can Additionally, the Department will not be granting at time extension for the Potable Water' Well Inventory that was due on September 30, 2024. Please submit this inventory as soon as iti is completed and note that stipulated penalties may be assessed as stated in the Order and in As discussed, please submit an email response to the Department on Friday October 11, attached access agreement. be completed by January 22, 2025. the meeting. 2024, with an update on gaining residential access. Please let me know of any questions or concerns. Thank you again, Hannah Teague Florida Department of Environmental Protection Southwest District Environmental Specialist ammanlegueeotaDEon Office: 813-470-5727 a - ENFALP From: Craig Fuller chulerecwisurvcon Sent: Thursday, October3, 202411:16AM To: Teague, Hannah ARaREAEN Emily Sent: Thursday, October 3, 20249:32A AM Subject: Cardinal Hill (FLA489093) Discussion Where: Microsoft Teams Meeting; SWD_ConfRm149 To: Teague, Hannah; Larson, Emily; Peck, Erica; Boatwright, Kelley M.; Craig Fuller; thomascloudegtay-robinson.com; heandolen.dunn.enmypolcty,org When: Thursday, October 3, 20241 11:00/ AM-11:30. AM (UTC-05:00) Eastern Time (US & Canada). Good morning, As discussed via phone, please see the below Teams meeting invite to discuss the time extension request for Cardinal Hill (FLA489093). Please let me know of any questions or concerns. Thank you, Hannah Teague Florida Department of Environmental Protection Southwest District Environmental Specialist amahlegsdhgaDtona Office: 813-470-5727