Loading...
HomeMy Public PortalAboutR&E Site Development - North Beach Dunei D ORIGINAL BID SUBMITTAL FOR THE NORTH BEACH DUNE MAINTENANCE PROJECT TYBEE ISLAND, GEORGIA Full Name of Bidder: R 4 E We Development, /ne. Main Business Address: Po BOX %5S Lake "Cr; R 32:Q54 Place of Business: 120q WeSt Sk loo , take. Butieri FL 32o5q TO: CITY OF TYBEE ISLAND (Herein called the OWNER) The undersigned, as bidder, declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the forms of Contract and Bonds, and the Preliminary Contract Drawings and Specifications for the above l designated work, other documents referred to or mentioned in the Contract Documents, the Preliminary Contract Drawings and Specifications, including addenda Nos. and _ 3 y issued thereto; and he proposes and agrees if this Bid is accepted that he will execute an Intent -to- Contract with Owner and thereafter the Contract, to provide all necessary machinery, tools, apparatus, and other means of construction, including utility transportation, security, and safety- related services, necessary to do all the work, and furnish all the materials and equipment specified or referred to in the contract documents in the manner and time herein prescribed, and according to the requirements of the Owner as therein set forth. The undersigned agrees to famish the Contractor's Bonds and Insurance specified in the Contract within fourteen (14) days upon receipt of notice of intent to award and further, agrees to do all the things required by the Final Contract Documents and that he will take in full payment therefore the sums set forth in the following Bid Schedule. SECTIONA -2 t BID l I. BID SCHEDULE DUNE MAINTENANCE PROJECT CONSTRUCTION ITEMS The Total Base Bid for items I and 2 is ux huMred SellPlliyl rw 'ihwsand , Six hundred dollars and f10 cents (in writing). Item a. 45 Days to Complete. Item b. Earliest construction start date for sand placement at N. Beach Sept- 11 2015 fit) Certification: A representative of the bidder inspected the project fill site on Julq 1 2015. (' ) May not be earlier than 1 Sept. 2015 SECTIONA -2 2 C Estimated Estimated Item Description Quantity Unit Unit Price Amount No. 1 Mobilization / Demobilization/ Site Preparation 1 Job Lump Sum $10,000-00 2 Beach Quality Sand 5000 cy $ 5i , a q $ 2b4, b 00.ob (In place) , TOTAL BASE BID $ a"14, W, CO The Total Base Bid for items I and 2 is ux huMred SellPlliyl rw 'ihwsand , Six hundred dollars and f10 cents (in writing). Item a. 45 Days to Complete. Item b. Earliest construction start date for sand placement at N. Beach Sept- 11 2015 fit) Certification: A representative of the bidder inspected the project fill site on Julq 1 2015. (' ) May not be earlier than 1 Sept. 2015 SECTIONA -2 2 C II. Bid Conditions A. It is expressly understood that quantities in the Bidding Schedule for Unit Price Items are approximate only and that payment on a Contract will be made only on the actual quantities of work complete in place, measured on the basis defined in the Final Contract Conditions and the Contract Specifications. Owner shall retain the option to adjust the final number of units necessary to construct the project without modification of the bid unit pricing. B. The undersigned has carefully checked the above Bidding Schedule against the Contract Drawings and Specifications before preparing this Bid and accepts the said quantities to be substantially correct, both as to classification and approximate amount, and as correctly listing the type of work to be done in accordance with the Contract Drawings and Specifications. C. The undersigned is aware of the importance of completing the work within the time schedules determined by the Owner. The bidder has examined the project site and is aware of local conditions including tides, meteorology, environmental constraints, roads, site access and traffic which could affect performance of the work prescribed by the Contract Drawings and Specifications. D. If this Bid is accepted and the undersigned shall fail to execute the Contract or to provide the Performance Bond and Payment Bond required by the Contract, and to provide all insurance as required by the Contract Documents within seven (7) days after the date of the execution of the Contract, the Owner, at its option, may determine that the bidder has abandoned his Contract and thereupon this Bid and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this Bid shall operate and the same shall be the property of the Owner. E. The undersigned stipulates that he or she has not directly or indirectly prevented or attempted to prevent competition in such bidding by any means whatever prevented or endeavored to prevent anyone from making a bid therefore by any means whatever, and that they have not caused or induced another to withdraw a bid for the work. SEC77ONA -2 3 III. Schedule of Available Equipment In connection with the construction of the work prescribed in the Contract Drawings and Specifications, the bidder has attached to the bid form a tabulation of available equipment to be assigned to the project. IV. Bid Security Accompanying this Bid is a bid bond , in the amount of 13, 131) :00 dollars ($ 5% . NOTE: a) Insert the words "Cash ", "Cashiers Check ", or "Bid Bond" as the case may be. b) Amount must be equal to at least that stated in the Invitation for bids. V. General Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bid. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of fourteen (14) days after the scheduled execution of a Notice -of -Award between the Owner and Contractor. Upon receipt of written notice of award of this Bid, Bidder will execute a Contract within fourteen (14) days. Surety Bond or Bonds and insurance shall be provided to the Owner within seven (7) days after Contract execution. The bid security attached in the sum of Five Percent of Bid Amount dollars ($ 5% ) to become the property of the Owner in the event an Intent -to- Contract by the selected bidder is not executed within the time above set forth: or, if thereafter the selected contractor does not provide owner with Surety Bond or Bonds and Insurance as required by the Contract Documents within seven (7) days after Contract execution. The extent of damages to the SECTIONA -2 4 BID Owner and the Contractor's responsibility therefore shall not be limited to the amount of security submitted with this Proposal. VI. Starting and Completion If awarded a Contract under this Bid, the Undersigned agrees to start work at the North Beach project site no earlier than 1 September 2015 and after receipt from the Owner of a formal Notice to Proceed. The Undersigned further agrees to complete fully the work covered by this Proposal to the point of final acceptance by the Owner. VII. BID Signature State of F1011AG ) County of Uninn ) HVeru C. k0bertS being first duly sworn on oath deposes and says that the bidder on the above Proposal is organized as indicated below and that all statements herein made are made on behalf of such bidder and that this deponent is authorized to make them_ Ayerg C- kober+s , also deposes and says that he has examined and carefully prepared his proposal from the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. [Fill out Applicable Paragraph a, b, or c; See Instructions to Bidders] a) Corporation The bidder is a corporation organized and existing, in good standing, under the laws of the State of Ro(t& , which operates under the legal name of R k E Sife Qeueloym". Ire. and the full names of its officers are as follows: SECTIONA -2 5 BID i President Chief Operating Officer t Secretary Christina. Chief Financial Officer Controller Unda C. &ties and it i. or .. . corporate ► � I . • • - -- - Birgeter-s 4e4 t certifi d copy of which is hewlo ++ hed (Strike out this last sentence if not applicable). b) Partnership The bidder is a co- partnership consisting of individual partners whose full names are as follows: The partnership does business under the legal name of- c) Sole Trader The bidder is an individual whose full name is , and whose address is and if operating under a trade name, said trade name is Dated 20 SECTIONA -2 6 BID l (Appropriate Legal Entity from (a), (b), or (c)Must Sign Here) (Seal) if Corporation Telephone No. 3Jrb- tM6 -,3oO x'7 Subscribed and sworn to before me this JJ A day of jutq —,201S My Commission Expires 11.1-Z l I Q State of Rudd(, Countyof Union SECTIONA -2 7 .1. j __L% 1. L!v Notary Public (JI G ' + "'v "•. v?`: CHRISTINA M. SUGGS MY COMMISSION Y FF 170569 " `;• EXPIRES: November 2, 2018 ^ {.t Pl %• .'. Bonded11"Nobry Pubk Undelwkem G AFFIDAVIT OF ORGANIZATION AND AUTHORITY AND Mi "L1]_IM] IM 0 376-1-312" STATE OF AQYIQL( ) COUNTY OF Q 10n y ) I'111erq C. Robe4S being first sworn on oath deposes and says that the bidder on the attached bid is organized as indicated below and that all statements herein made are on behalf of such bidder and that this deponent is authorized to make them. 1. CORPORATION c The bidder is a corporation organized and existing under the laws of the State of ! 1 and its president is hye-! 1 C• eo bergs its secretary is laxrisfina tiA. SuW ' and it does have a corporate seal. The president is authorized to sign construction contracts and bids for the company by action of its Board of Directors taken a certified copy of which is hereto attached. (Strike out this last sentence if not applicable). 2. PARTNERSHIP The bidder is a partnership consisting of and partners doing business under the name of 3. SOLE TRADER The bidder is an individual and is operating under a properly registered trade name, such trade name is as follows: 4. ADDRESS The business address of the bidder is as follows: PO boy. 555 lake BlAe -r; Rori& 32054 SECTIONA -3a 1 AFFIDAVIT & SWORNSTATEMENT ( Its hone p 386-Y96 -3867 number is FyeN C. Qobert5 , also deposes and says that he has examined and carefully prepared his bid from the Contract Drawings and the Contract Specifications and has checked the same in detail before submitting this bid; that the statements contained here are true and correct. R E 51 vuei�mPn�, l nc . Bidder 634, Avery C. 90 rt5 Subscribed and sworn to before me this _[MA day of JLLJW My Commission Expires: III-flis State of quid I County of LA6 ply Notary , ,' ice• "b• aiRISTINAM. SUGC,S MY COMMISSION Y fF 170569 == iziy±F EXPIRES: November2, 2018 .a o[c�g.� BOMed Tbru N=YyNbkUndemkm SECTIONA -3a 2 AFFIDAVIT& SWORN STA TEMENT LIST OF SUBCONTRACTORS/VENDORS PROJECT City of Tybee Island Dune Maintenance Proiect Tybee Island, Georgia The undersigned states that the following is a full and complete list of the proposed subcontractors on this Project and the class of work to be performed by each, and that such list will not be added to nor altered without written consent of the Owner. Subcontractor and Address Class of Work to be Performed grtf Herrin (1) ConsulI SO MC Inc• ql2,- w3 2511 Sand Source Vendor('); Location;Vendorcontact PO &I and tel. no. of Vendor representative. ral (3) (4) (5) (7) (1) Sand Sample and GSD required for submittal and acceptance by Engineer prior to bid. Dated31d q 1 2015 SECTIONA -3b Avery C. Qobr -HS i LIST OF SUBCONTRACTORS Contractor Affidavit under O.C.G.A. § 13- 10- 91(b)(1) - Bidders By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13 -10- 91, stating affirmatively that the individual, firm or corporation which is submitting this bid for the physical performance of services to the City of Tybee Island, Georgia has registered with, is authorized to use and uses the federal work authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13- 10 -91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13- 10- 91(b). Additionally, the undersigned contractor will forward notice of the receipt of an affidavit from a subcontractor to the City of Tybee Island within five business days of receipt. If the undersigned contractor receives notice of receipt of an affidavit from any sub - subcontractor that has contracted with a subcontractor to forward, within five business days of receipt, a copy of such notice to the City of Tybee Island. Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: 50739D Federal Work Authorization User Identification Number D7 -17 - 7,013 Date of Authorization RtE Ski Cod 00M Er .InC. Name of Subcontrac r (-IQ(* 6M& (btxne.mam -kn— re Name of Project Nam0of Public— Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Exe ted on h! 201$ intakAlti k city), FL (state). Signature of Authorized Officer or Agent hm 0- Qober s, undait Printed Mitme and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 11 DAY OF JV� 2015 rP igw NOTARY PUBLIC Vw My Commission Expires: 0 'K" ° "'• CHRISTINAM. SUGGS 3aa�'.. :J;s S, r MY COMMISSION Y FF 170569 a EXPIRES: November 2, 2018 Bonded Thru Notary Public Undervnders CONTRACTOR AFFIDAVIT r STATEMENT OF EXPERIENCE OF BIDDER The Bidder is requested to state below what work of similar magnitude of character he has done and to give references that will enable the Owner to judge his experience, skill and business standing and his ability to conduct the work as completely and as rapidly as required under the terms of the contract. Project Location/Date /Size (1) OF Creek Reha6I4ahon Feb -July ZDIS fiainesudle, FL I, 19S� Q00.00 (2) Cell b Expansion July -Oct 2011 Ra ford ; FL `615, 84 (3) A4i1lj2jq fl1inina Tune-Aua Zola Mazuillel FL 1, IDS, $00.00 (4) Tin Haase Cove Mn.0 2011 late oueecbobee 1 FI 3b, I2S.00 (s) Camp Branch HWOPOic Retfnra{lon Putnam Cou►�hf, FI 2a5hJol5, o0 (6) Goldsf-e.in Rapr Fe "% 2012. Indlantown, FL IIq,gIQ,00 (7)•Dott6le Af- pond June- t- 2012 Dya6 national krops " 4 189, 400A (s) ft Uille fll 'C i7on Mau -Jul 2CCSt (Ylatiutile, FL 1%2LIS,to Dated uu� III Zols SECTIONA -3c Reference Chute, Universe dP Horndet 357.—,3g2 -!Iqt f}ewQtuer Solid Wow Glssocim on A, M Dulb4IChemours Texru llarnolcr. _g0�!-7S7- 8830 FI Fish f Uli Ve IMID M. VIR Bidder IM pwff y c. LIST OF SUBCONTRACTORS ADDENDUM NO. 1 CITY OF TYBEE ISLAND, GA — NORTH BEACH DUNE MAINTENANCE PROJECT Date Issued: 7 July 2015 Bid Date: 21 July 2015 Engineer: Olsen Associates, Inc. 2618 Herschel St. Jacksonville, FL 32204 (904) 387 -6114 Fax: (904) 384 -7368 THE CONTRACT DOCUMENTS ISSUED 8 JUNE 2015 ARE HEREBY MODIFIED AS FOLLOWS: REVISIONS: 1. The conversion from cubic yards to tons for sand purchased from a pre - qualified commercial sand source shall be 1.5. That is to say, 5,000 cy of sand shall equate to 7,500 tons delivered — if the product is purchased by the ton. 2. Work on weekends shall be allowed between the hours of 10:00 A.M. and 8:00 P.M. 3. The Deerfield sand mine commercial "concrete" or "masonry" sand products shall be considered to be prequalified by the Engineer. Exhibit A (attached) shall serve as evidence suitable for meeting the bid submittal requirements — for that source — should it be proposed by a bidder. All sand sources proposed must be prequalified. 4. The selected Contractor shall be required to E- Verify with the City of Tybee Island. ATTACH: Exhibit A (1 pg) END OF ADDENDUM 7 JULY 2015 A END UM No. I -1- EXHIBIT A CITY OF TYBEE ISLAND, GA NORTH BEACH DUNE MAINTENANCE PROJECT SAND SOURCE CERTIFICATION The Project Engineer has pre - qualified sand produced at the CEMEX Deerfield Sand Mine in Tillman, S.C. More specifically two (2) commercially available products sold as either "Mortar Sand" or "Concrete Sand" are deemed to be acceptable for the above referenced project at Tybee Island, GA. If available in sufficient quantity, Mortar Sand is preferred. Erik J. Ols , P. j Date: G 206 1 of 1 olsen associates, Inc. ADDENDUM NO.2 CITY OF TYBEE ISLAND, GA — NORTH BEACH DUNE MAINTENANCE PROJECT Date Issued: 10 July 2015 Bid Date: 21 July 2015 Engineer: Olsen Associates, Inc. 2618 Herschel St. Jacksonville, FL 32204 (904) 387 -6114 Fax: (904) 384 -7368 THE CONTRACT DOCUMENTS ISSUED 8 JUNE 2015 ARE HEREBY MODIFIED AS FOLLOWS: REVISIONS: 1. Ref: AGREEMENT SECTION — General Conditions of the Contract, Para. 5.0, (Pg. GC -19) A separate policy of insurance as stated herein shall not be required. Instead, the CONTRACTOR shall be required to maintain policies which meet the limits addressed by this Section. In addition, said policies shall name OWNER, ENGINEER, their partners, officers, agents and employees as additional insured. All other requirements of Para. 5.0 shall remain unchanged. END OF ADDENDUM 10 July 2015 ADDENDUMNo. 2 1 ADDENDUM NO.3 CITY OF TYBEE ISLAND, GA — NORTH BEACH DUNE MAINTENANCE PROJECT Date Issued: 17 July 2015 Bid Date: 21 July 2015 Engineer: Olsen Associates, Inc. 2618 Herschel St. Jacksonville, FL 32204 (904) 387 -6114 Fax: (904) 384 -7368 THE CONTRACT DOCUMENTS ISSUED 8 JUNE 2015 ARE HEREBY MODIFIED AS FOLLOWS: ADDITIONAL INFORMATION: 1. A sand source available from Murray Mines labeled as Sample FA -10 shall be considered to be prequalified by the Engineer. Exhibit A (attached) shall serve as evidence suitable for meeting the bid submittal requirement — for that source — should it be proposed by a bidder. QUESTIONS SUBMITTED. 1. Questions received and responses by the ENGINEER are attached as Exhibit B (I pg). END OF ADDENDUM 17 July 2015 IDUMNo. 3 -1- ADDENDUM No. 3 EXHIBIT A 17 July 2015 CITY OF TYBEE ISLAND, GA NORTH BEACH DUNE MAINTENANCE PROJECT SAND SOURCE CERTIFICATION The Project Engineer has pre - qualified a sand source proposed by Murray Mines. More specifically that firm's sample labeled as FA -10 (Summerville, SC) is deemed to be acceptable for the above referenced project at Tybee Island, GA. Should this source of sand ultimately be used to construct the subject project, the sample will be kept by the ENGINEER. All sand delivered to the project site shall be well represented by the certified sand source material composition, color and grain size distribution. Delivered sand not represented by the sample or containing undesirable material shall be rejected and removed by the CONTRACTOR at no expense to the OWNER. PROJECT ENGINEER Erik J /lsen P.E. i Date: 17 July 2015 NOTE: A copy of this executed form must be submitted with a Bid. 1 of 1 olsen associates, Inc. ADDENDUM No. 3 Exhibit B N. BEACH DUNE MAINTENANCE PROJECT QUESTIONS SUBMITTED AND RESPONSES a) Q. Is there an approved or suggested truck staging area? Response — Staging should be along H.W. 80. Flagmen if necessary shall be provided by CONTRACTOR. Stock piling of material shall be on the beach at the end of Polk St. Coordination with City personnel and local law enforcement will be necessary to ensure adequate safety precautions are implemented during truck queueing. b) Q. Is there a QA/QC testing for the sand that the CONTRACTOR will be responsible for? Response — Only that the material delivered is similar in color and composition to the pre - qualified sand source and free of vegetation, debris, clay, etc. — see off -island Instructions to Bidders Para 24. (pg. 8). If not it will be rejected at the site and must be disposed of at CONTRACTOR'S expense. C) Q. What are the project survey requirements for the CONTRACTOR? Response — See General Conditions, Para 7.4 (pg. GC 34). d) Q. Are there local license requirements? Response — The City indicates that a fine will need to register as a Contractor on Tybee at a cost of $20.00 and fill out the E- Verification paperwork required by the State of Georgia. 17 July 2015 1 CITY OF TYBEE ISLAND, GA NORTH BEACH DUNE MAINTENANCE PROJECT SAND SOURCE CERTIFICATION The Project Engineer has pre - qualified a sand source proposed by R & E Site Development, Inc. More specifically that firm's sample labeled as Sample No. 2 (Coastal Sand) is deemed to be acceptable for the above referenced project at Tybee Island, GA. Should this source of sand ultimately be used to construct the subject project, the sample will be kept by the ENGINEER. All sand delivered to the project site shall be well represented by the certified sand source material composition, color and grain size distribution. Delivered sand not represented by the sample or containing undesirable material shall be rejected and removed by the CONTRACTOR at no expense to the OWNER. PROJECT ENGINEER c�z --� z Erik J. ]sen, P.E. Date: 17 July 2015 NOTE: A copy of this executed form must be submitted with a Bid. 1 of 1 olsen associates, Inc. O i ILCINS ' r /1 �c, � • COrG ." �E��recan.cn�-d° CAL -TECH TESTING, INC. ENGINEERING & TESTING LABORATORY P.O. Box 1625 Lake City, FL 32056 •(386) 755 -3633 • FAX (386( 752.5456 450 SR13 N., Suite 206 -308. Jacksonville, FL 32259 - (904)381 -8901 • Fax(904) 381 -8902 JOB NO.: 15- 00326 -01 LAB NO,: 18352 DATE: 7/16/2015 REPORT OF: ' Materials Finer Than No. 200 Sieve in Mineral Aggregates by Washing, ASTM C117 • Particle Size Analysis (Excluding Hydrometer) ASTM D422 PROJECT: Tybee Island North Beach Dune Enhancement Project - Savannah, Georgia REPORTED TO: R & E Site Development, Inc. P.O. Box 855 Lake Butler. Florida 32054 DATE SAMPLED: .7L40/2015 PROPOSED USE: Dune Enhancement SAMPLE NO.: / 2 AIR DRY WEIGHT (gms): 104.96 MATERIAL DESCRIPTION: Sand (Coastal Sand OVEN DRY WEIGHT (gms): 104.34 PAN WEIGHT (gms): 0.98 SAMPLED BY: lient MOISTURE ( %): #20 TESTED BY: J. Giebeig MINUS 200 ( %): 1.5 DATE TESTED: 7/16/2015 AGG CLASS: FINE TEST DATA WEIGHT % % Sieve Size RETAINED RETAINED PASSING V 0.0 0 100 #4 0.0 0 100 #20 4.43 4 96 #40 18.68 18 82 #60 54.03 51 49 #100 94.59 90 10 #200 103.36 98.5 1.5 Res pectfully Submitted QAIf-TECH T�� �SS`�TI//NG,INC. Linda M. Creamer President - CEO Reviewed B ! O p pp Lic s d, eg tag 1 1 Die: F` 'Gq� /`tioiNHM�\� THE AMERICAN INSTITUTE OF ARCHITECTS i;1 + -j 0 2,iy` - V. P. KNOW ALL MEN BY THESE PRESENTS, that we R &E Site Development, Inc. P.O. Box 355. Lake Butler, FL 32054 (Here insert full name and address of legal title of Contractor) as Principal, hereinafter called the Principal, and Developers Surety and htdemnity Company 1515 CR 210 W., Ste. 211, Jacksonville, FL 32259 (Here insert full name and address of Surety) a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held & firmly bound unto City of Tybee Island P.O. Box 2749, Tybee Island. GA 31325 (Here insert full time or legal title of Oamer) as Obligee, hereinafter called the Obligee, in the sum of Not to Exceed 5% of Total Amount Bid Dollars for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for North Beach Dune IN laintenance Contract/Tybee Island North Beach (Here insen full name, address and description orproject) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 17th day of July 20 15 F&E Site D velopment, h BY: (Principal) (Scat) Witness Avery C. Roberts. President i (Printed Name & Title) ty Developers Sure and I en ity Compmry rA �" Witness unity) (Seal) Peter A. Kessler AIA DOCUMENT A310 - BID BOND - AIA - FEBRUARY 1970 ED POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE. CA92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly tinted. DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, constitute and appoint "'Peter A. Kessler "' as is We and lawful Affomey(s)4n-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surety, bonds, undertakings and contracts of suretyship giving and granting unto said Atlomey(s)mio -Fact full power and au0writy, to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do. but reserving to each of said corporation full power of substitution and revocation, and all of the acs of said Attorney(sHn -Fact. pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY. effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President any Executive Vice- President Senior Vice- Presidem a Vice-President of the corporation be. and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the affomey(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Aft mey: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to arry certificate relating thereto by facsimile. and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, underralarg or contact of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has raised these presents to be signed by its officers and attested by is Secretary or Assistant Secretary iris November 21, 2013. County of Orange On November21.2013 be(oreme, Antonio Alvarado, Notary Public Date Here Insert Name and Title of the Officer personalty appeared Name(s) of Signer(s) who proved to me on the bass of satisfactory evidence to be the person(s) whose name(s) ware subscribed to the within instrument and acknowledged to me that hetshetthey executed the same in hisMmtheb authorized capa6ty0es), and that by hi4herAheir signature(s) on the instrument the person(s), or the entity upon behalf of ANTONIO ALVARADO which the parson(s) acted, executed the instrument o comm. # 2033556 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is NOTARY PUBLIC CALIFOWMA true and correct. 3 ORANGE COUNTY iS My comm. expires Aug. 9.2017 WITNESS my hand and official seal. Place Notary Seal Above Signature _64 Antonio Alvarado, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of Attorney remains in fufi force and has not been revoked and, furthermore. that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attorney are in face as of the date of this Certificate. This Certificate is executed in the City of Irvine, Caldomia, this 17th day of Jury 2015 By: Cassie J. BerraQASSSterhl Secretary , ID- 1438(Rev.11113) V / ,... By: ! AND Young, Vice-President ,.••��V `oDaniel p OCT ; .w. 10 10 By Marts J. Larsdorn, Vice- President '0 1936 OWA State of Calfforria „•,_ *.„ County of Orange On November21.2013 be(oreme, Antonio Alvarado, Notary Public Date Here Insert Name and Title of the Officer personalty appeared Name(s) of Signer(s) who proved to me on the bass of satisfactory evidence to be the person(s) whose name(s) ware subscribed to the within instrument and acknowledged to me that hetshetthey executed the same in hisMmtheb authorized capa6ty0es), and that by hi4herAheir signature(s) on the instrument the person(s), or the entity upon behalf of ANTONIO ALVARADO which the parson(s) acted, executed the instrument o comm. # 2033556 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is NOTARY PUBLIC CALIFOWMA true and correct. 3 ORANGE COUNTY iS My comm. expires Aug. 9.2017 WITNESS my hand and official seal. Place Notary Seal Above Signature _64 Antonio Alvarado, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of Attorney remains in fufi force and has not been revoked and, furthermore. that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attorney are in face as of the date of this Certificate. This Certificate is executed in the City of Irvine, Caldomia, this 17th day of Jury 2015 By: Cassie J. BerraQASSSterhl Secretary , ID- 1438(Rev.11113) V ADDENDUM NO.4 CITY OF TYBEE ISLAND, GA — NORTH BEACH DUNE MAINTENANCE PROJECT Date Issued: 17 July 2015 Bid Date: 21 July 2015 Engineer: Olsen Associates, Inc. 2618 Herschel St. Jacksonville, FL 32204 (904) 387 -6114 Fax: (904) 384 -7368 THE CONTRACT DOCUMENTS ISSUED 8 JUNE 2015 ARE HEREBY MODIFIED AS FOLLOWS: REVISIONS: a) Contractor Affidavit under OCGA § 13 -10 -91 (b)(1) — Bidders Execute and include this page only (attached — 1 pg) b) Delete the subsequent two pages (attached — 2 pgs). Attachments END OF ADDENDUM 17 July 2015 ADDENDUM No. 4 -1- Contractor Affidavit under O.C.G.A. § 13- 10- 91(b)(1) - Bidders By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13 -10- 91, stating affirmatively that the individual, firm or corporation which is submitting this bid for the physical performance of services to the City of Tybee Island, Georgia has registered with, is authorized to use and uses the federal work authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13- 10 -91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13- 10- 91(b). Additionally, the undersigned contractor will forward notice of the receipt of an affidavit from a subcontractor to the City of Tybee Island within five business days of receipt. If the undersigned contractor receives notice of receipt of an affidavit from any sub - subcontractor that has contracted with a subcontractor to forward, within five business days of receipt, a copy of such notice to the City of Tybee Island. Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: 507390 Federal Work Authorization User Identification Number 07 -17 - Z013 Date of Authorization RtE Sk oold(, menL Inc. Name of Subcontractor n0 %I fl �P -CIC�n 4�lxY1e tlTif ��E Name of Project Nam of Publi Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Exe tedJ 2 015 inLA —&—(state)— Signature of Authorized Officer or Agent AVM C• Nbufs, went Printed me and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE —r DAY OF W � 2015 ����1�� NOTARY PUBLIC My Commission Expires: Y?! "'•• CHRISTINA M. SUGGS MY COMMISSION Y FF 170569 '• ' = EXPIRES: November 2, 2018 eorKWTWU Noun Polk Undamrten CONTRACTOR AFFIDAVIT D E L E TE O.C.G.A. § 50- 36- 1(e)(2) Affidavit 313 1 3 r By executing this affidavit under oath, as an applicant for a(n) contract for a public benefit as referenced in O.C.G.A. § 50 -36 -1, from the City of Tybee Island, Georgia, the undersigned applicant verifies one of the following with respect to my application for a public benefit: 1) I am a United States citizen. 2) I am a legal permanent resident of the United States. 3) I am a qualified alien or non - immigrant under the Federal Immigration and Nationality Act with an alien number issued by the Department of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland Security or other federal immigration agency is: The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. § 50- 36- 1(e)(1), with this affidavit. The secure and verifiable document provided with this affidavit can best be classified as: In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. § 16- 10 -20, and face criminal penalties as allowed by such criminal statute. Executed in SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF '20 NOTARY PUBLIC My Commission Expires: (city), (state). Signature of Applicant Printed Name of Applicant nELETF SAVE AFFIDAVIT NORTH03 OP ID: JW CERTIFICATE OF LIABILITY INSURANCE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DATE 7 /2 0 1 5 07/17/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown of Florida, Inc. Daytona Beach Office P.O. BOX 2412 Daytona Beach, FL 32115 -2412 CONTACT Denise D'Abato PHO "NO x,386- 252 -9601 F'ix Na: 386- 2395729 E-1%1AIL ADDRESS: ddabato @bbdaytona.com INSURER(S) AFFORDING COVERAGE NAIL# Greg Beasley INSURER A: Southern Owners Ins Co 10190 01478272732517 -14 INSURED NORTH FLORIDA REFORESTATION R & E SITE DEVELOPMENT INC P O BOX 365 INSURERS Auto Owners Insurance Co. 18988 INSURERC:FFVA Mutual Ins Co 10385 INSURERD:Federal Insurance Company 20281 LAKE BUTLER, FL 32054 INSURER E: $ 10,00 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF ."MM POLICY IXP .. MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 01478272732517 -14 07/2212014 07/22/2015 EACH OCCURRENCE $ 1,000,00 PREMISES Ea occunence $ 300,00 MED IXP (Any one person) $ 10,00 PERSONAL &ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JET LOC GENERAL AGGREGATE $ 2,000,00 PRODUCTS- COMP /OP AGG $ 1,000,00 $ OTHER: B AUTOMOBILE LIABILITY ANY Auio 298150100 07/22/2014 07/22/2015 COMBINED SINGLE LIMIT Ea accident $ 1,000,00 X BODILY INJURY (Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) § HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE Per accident) E PIP $ 10,00 X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,00 AGGREGATE $ 3,000,00 A EXCESS Lwa CLAMS -MADE 298150101 07/22/2014 0712212015 DED I X I RETENTION$ 10,000 S C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNER/IXECUTIVE YIN ❑ OFFICERIMEMBER EXCLUDED? NIA 84000309482014A 11/0912014 1110912015 _ X STATUTE ERH E.L. EACH ACCIDENT E 1,000,00 E.L. DISEASE-EA EMPLOYEE $ 1,000,00 (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 1,000,00 D LEASED /RENTED 06641638 07122/2014 07/22/2015 LIMIT 171,750 $1000 DIED DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF TYBEE ISLAND P O BOX 2749 TYBEE ISLAND, GA 31328 ACORD 25 (2014101) CIM54 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �I — _ ©1988 -2014 ACORD CORPORATION. All rights resPry PH The ACORD name and logo are registered marks of ACORD