Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
VI (C) Discussion and Authorization re: Horizontal Construction Contracts
AGENDA 6-4-96 \ Ot•ee Item VI C O ► c • of o000 ir) `> JAMES W.SLURA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT.142•FAX(407)656-7835 MEMORANDUM DATE: May 30, 1996 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E. City Engineer/Utilitii irector SUBJECT: Horizontal Construction Contracts On February 6, 1996 Professional Engineering Consultants, Inc. (PEC) presented to the City Commission a report which listed several drainage problem areas, categorized them as either Phase I or Phase II projects, and proposed solutions. On May 7, 1996 the City Commission authorized PEC to begin design work on the Phase I projects. In order to get work started on these projects with minimum delay, we advertised for letters of interest from qualified firms for "horizontal construction work". The concept is similar to that used by the Greater Orlando Aviation Authority, and reduces the time required for contract preparation and execution, thus allowing a contractor to be selected and put to work quicker. This process also minimizes the amount spent on plans and specifications, allowing a larger portion of the available funds to go toward actual construction. The City Attorney has been involved in the preparation of the proposed contract documents, and has confirmed that this process is legal and valid. In response to our advertised request for letters of interest, six firms submitted complete information packages. The six firms are: Fossit Groundwork, Inc., Sanford, Florida Prime Construction Group, Inc., Orlando, Florida Sunshine Building and Development Corp., Casselberry, Florida Georgetown Enterprises, Inc., Orlando, Florida JCB Construction, Inc., Orlando, Florida AAA Bobcat, Orlando, Florida Ott- THE PRIDE OF WEST ORANGE C� A seventh firm, FRS, Inc. submitted only a letter stating their interest in the project, but included none of the requested information regarding the company, its capabilities, or experience. A copy of each of the submittals is attached for your review. Also attached for your review is a copy of the proposed agreement that we intend to use for horizontal construction projects. Each of the six firms listed above will be asked to enter into an agreement which will be in substantial accord with the attached example. As the plans and specifications for each horizontal construction project or group of projects is completed, the firms will each be asked to submit a bid for the project, with the selection criteria to include bid amount as well as experience and capability of the individual firm to perform the work required. Since the capabilities of the firms varies, some may ask in advance not to be expected to submit a bid for those projects clearly beyond their ability to execute. For those projects for which the bid amount exceeds $25,000, an amendment to the selected firm's contract will be brought before the City Commission for approval. For projects for which the bid amount if $25,000 or less, a purchase order will be issued to the selection firm, signed by the using department's Director, as well as by the Finance Director and the City Manager. These purchase orders will be issued only for projects costing $25,000 or less, for which funds have been previously appropriated, and will not require individual City Commission approval. In the event of an emergency expenditure, a report will be presented to the City Commission at the next available meeting detailing the nature of the expenditure and the amount. I recommend that the City Commission: 1) Accept the Letters of Interest submitted by the six firms listed above; 2) Authorize staff to begin working with the six firms listed above to get signed agreements; 3) Authorize the Mayor and City Clerk to execute the various agreements as they are prepared, without the requirement that each agreement be brought back before the City Commission for individual approval; and 4) Authorize staff to issue purchase orders based on previously appropriated funds for projects for which the bid amount is $25,000 or less. JWS/jbw Attachments t FOSSITT GROUNDWORK, INC. 1310 Douglas Street Post Office Box 1207 Sanford, FL 32772-1207 Telephone: 407-324-1106 May 20, 1996 Mr. James Shira, P.E. City Engineer City of Ocoee 150 North Lake Shore Drive Ocoee, Florida 32761 Re: Qualification Statement for Horizontal Construction - General Contractor/Continuing Contractor Dear Mr. Shira: Thank you for the opportunity to submit this Qualification Statement. We would consider it a privilege to be selected to perform horizontal construction services for the City of Ocoee. We commit to do our utmost to assure your satisfaction with our performance, when selected. We understand the construction services are for drainage and related improvements described in your Engineering Report. We have reviewed the "Engineering Report for Stormwater Drainage Problem Areas, Ocoee, Florida." Although Fossitt Groundwork, Inc. is not a state certified general contractor, we are fully capable and experienced in performing much of the work described in the Engineering Report. We respectfully request the City of Ocoee consider our company for those drainage projects in which the general contractor's license is not necessary. Should any questions or clarifications be required after your review of our submissions, we would be grateful for the opportunity to respond. Thank you again. Very truly yours, At.44; Nikki Clayton Vice President NC/lff Enclosures FOSSITT GROUNDWORK, INC. EXHIBIT 1 The name and telephone number of one party to whom all future correspondence and all communications will be directed. Nikki Clayton Vice President Fossitt Groundwork, Inc. Post Office Box 1207 Sanford, FL 32772-1207 Telephone: 407-324-1106 Facsimile: 407-324-1106 FOSSITT GROUNDWORK, INC. EXHIBIT 2 A list of all horizontal construction, paving, drainage, and pipeline work performed by the Proposer within the past three years. Describe the nature of the project and list the name, title, company, address and telephone number for persons directly involved in the administration of the projects performed by the Proposer. Fossitt Groundwork, Inc. is pleased to provide a list of clients and contracts for work either in progress or completed within the last year. Also included is a list of the persons who administer of the listed work on behalf of our clients. Although the contracts listed are for the current year, we have performed work for many of these same clients for more than three years. Many of our clients, however, bid or renew contracts one year at a time. All of the work was obtained as the result of competitive bidding. All of the work is 100% bonded for both performance and payment except for the City of Titusville, Seminole County and ISS. In each of these cases, a bond was not required. All of the work described is insured in accordance with contract requirements and each of the clients is named as an additional insured. Fossitt Groundwork, Inc. was formed in 1988. It is owned and operated by the three principals identified in Exhibit 4. During the 8 years the company has been in existence, its primary focus has been large-scale horizontal maintenance, construction and repair projects. We are proud of our work force made up of 40 full-time employees, many of whom have been with the Company since 1988. We also employ numerous high school and community college students part-time after school. Please refer to Exhibit 9 for a partial listing of equipment available to perform work for the City of Ocoee drainage projects. Beside each of the clients listed, we have summarized the contract amounts for each client respectively. The total of those amounts, representing contracts for work either in progress or completed within the last year, is $3,464,395.00 FOSSITT GROUNDWORK, INC. EXHIBIT 2 CLIENTS NAME: Orlando-Orange County Expressway Authority ADDRESS: 525 S. Magnolia Avenue Orlando, Florida 32801 TELEPHONE NO.: 407-649-9624 CONTACT: Mr. Ken Dossman NAME: Greater Orlando Aviation Authority ADDRESS: 5983 Cargo Road Orlando, Florida 32827 TELEPHONE NO.: 407-825-2280 CONTACT: Mr. Hugh Layton NAME: Florida Department of Transportation ADDRESS: 2400 Camp Road, Oviedo Maintenance Oviedo, FL 32765 TELEPHONE NO.: 407-365-5679 CONTACT: Mr. Bill Martin NAME: Florida Department of Transportation ADDRESS: 550 S. 14th Street, Leesburg Maintenance Leesburg, Florida 34748-5603 TELEPHONE NO.: 904-360-6552 CONTACT: Mr. Eugene O'Neil NAME: FDOT - Turnpike ADDRESS: Post Office Box 593527 Orlando, Florida 32859 TELEPHONE NO.: 407-856-4913 CONTACT: Mr. Simons LaTunde Addey NAME: Seminole County Public Works ADDRESS: 149 Bush Loop Sanford, Florida 32773 TELEPHONE NO.: 407-324-2500, Ext. 5260 CONTACT: Mr. Jimmie Brown FOSSITT GROUNDWORK, INC. EXHIBIT 2 Contract Client Term FLORIDA DEPT. OF TRANSPORTATION $ 1,324,293.64 Seminole County - Major Mowing Services for 07/05/95 - Slopes, Canals, Retention Areas, Rights-of-Way, 07/04/96 and Litter Removal Seminole County - Clearing and Grading of 05/19/95 - Highway Medians and Shoulders, Sodding 04/30/95 Seminole County - Major Mowing Services for 05/01/95 - Slopes, Canals, Retention Areas, Rights-of-Way, 04/30/96 and Litter Removal Lake County - Major Mowing Services for 04/18/95 - Slopes, Canals, Retention Areas, Rights-of-Way, 04/30/96 and Litter Removal Seminole County - Clearing, Grubbing, Trees/ 03/28/95 - Brush Removal, Ditch Cleaning, Debris Removal 02/08/96 Seminole County - Excavate Existing Sidewalk, 01/17/95 - Curbs and Gutter; Construct Wheelchair Ramps; 04/30/95 - and Reconstruct Sidewalks, Curbs and Gutters North Brevard County - Major Mowing Services 07/07/94 - for Slopes, Canals, Retention Areas, Rights-of 07/06/95 Way, and Litter Removal Seminole County - Major Mowing Services for 05/03/94 - Slopes, Canals, Retention Areas, Rights-of-Way, 04/18/95 and Litter Removal Contracts? FOSSITT GROUNDWORK, INC. EXHIBIT 2 Contract Client Term FLORIDA TURNPIKE $ 243,656.00 Seminole County Expressway 04/07/96 - Reconstruct/RepairRoadside Ditches, Slopes 04/06/97 and Shoulders, including Asphalt and Concrete Placement Lake/Sumter Turnpike - Major Mowing Services 07/01/95 - for Slopes, Canals, Retention Areas, Rights-of 06/30/96 Way, and Litter Removal Seminole County Expressway - Major Mowing 05/05/95 - Services for Slopes, Canals, Retention Areas, 04/30/96 Rights-of-Way, and Litter Removal Seminole County Expressway 03/07/95 - Reconstruct/RepairRoadside Ditches, Slopes 02/28/96 and Shoulders, including Asphalt and Concrete Placement ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY $ 1,089,869.00 Clearing, grubbing and major mowing services for slopes, canals, retention areas, rights-of-way, and litter removal; mechanical and chemical maintenance of drainage systems and rights-of-way for: Bee-Line Expressway/417 07/01/95 - 06/30/96 East-West Expressway/408 07/01/95 - 06/30/96 Southern Connector/417 07/01/95 - 06/30/96 Fertilization of Expressway System 08/24/95 - 08/23/96 FOSSITT GROUNDWORK, INC. EXHIBIT 2 Contract Client Term GREATER ORLANDO AVIATION AUTHORITY $ 388,209.00 South Tradeport Dr. - Irrigation, Drainage, 08/11/95 - Major Mowing and Landscape Maint. 08/10/96 Mud Lake - Mechanical and Chemical 06/29/95 - Maintenance of Wetlands Mitigation Area 06/28/96 Lake Mare Prairie - Mechanical and Chemical 07/01/94 - Maintenance of Wetlands Mitigation Area 12/31/95 ISS $ 48,352.00 Subcontract for Slope and Right-of-Way Mowing, 05/02/95 - Landscape Maintenance and Litter Removal 05/01/96 on 1-4, City of Orlando SEMINOLE COUNTY PUBLIC WORKS $ 244,452.00 Major Mowing Services for Slopes, Canals, 03/21/96 - Rights-of-Way and Retention Ponds and 03/20/97 Litter Removal SEMINOLE COUNTY WATER & SEWER $ 65,663.00 UTILITY DEPARTMENT Major Mowing Services and Landscape 07/12/94 - Maintenance for County Utility Facilities 12/31/95 CITY OF TITUSVILLE $ 59,900.00 Grading and Ditch Filling in Wetlands 02/22/96 - Mitigation Area 03/20/96 FLORIDA GAS Daily Rate Mechanical and Chemical Maintenance 04/15/96 - of Nuisance Vegetation along Gas Transmission 04/14/97 Line from Hillsborough County to Indian River County FOSSITT GROUNDWORK, INC. EXHIBIT 3 A list of all horizontal work performed by the Proposer during the past one year. Fossitt Groundwork, Inc. has performed large-scale horizontal maintenance, construction and repair work since the Company was formed in 1988. We have performed work under contract with many of the clients listed in Exhibit 2 for more than 3 years. However, many of these clients bid or renew contracts one year at a time. Therefore, please refer to Exhibit 2 for a listing of our current year's work. FOSSITT GROUNDWORK, INC. EXHIBIT 4 An outline listing key personnel to be used by the Proposer in performing horizontal construction work under the contract, including their role description and resumes outlining related work experiences. Willie L. Fossitt, Principal President Work Experience: 7 Years - Eastman Kodak Company Building Construction 12 Years - Seminole County Roads Dept., Supervisor in Charge of Right-of-Way Maintenance 8 Years - Fossitt Groundwork, Inc. Nikki Clayton, Principal Vice President Work Experience: 8 Years - Fossitt Groundwork, Inc. 24 Years - Counsellor-at-Law Lorene F. Fossitt, Principal Secretary/Treasurer Work Experience: 7 Years - Eastman Kodak, Clerical 5 Years - Wookfork & Perry, P.A., Legal Secretary 7 Years - Seminole County, County Attorney's Office Legal Secretary 8 Years - Fossitt Groundwork, Inc., Office Manager George Alfred Rice Work Experience: 40 Years - Construction Business. Assisted in the building of more than 12 sewer plants in Northern United States. Over 25 years experience in pipe installation. Experienced in land clearing, excavation, grading, site preparation and erosion control. George Allen Rice Work Experience: 15 Years - Experienced in highway construction, land clearing and site preparation. FOSSITT GROUNDWORK, INC. EXHIBIT 4 RESUME WILLIE L.FOSSITT Address: 1310 Douglas Street Post Office Box 1207 Sanford, FL 32772-1207 Phone: 407-324-1106 Fax: 407-324-1106 Education: Crooms High School, Sanford, FL 32771 Work Experience: 1988 - Present Owner/President, Fossitt Groundwork, Inc. The Company was incorporated in 1988 to specialize in large scale, industrial, commercial and institutional grounds maintenance. Awarded grounds maintenance contract at the Cape Canaveral Air Force Station and Malabar Transmitter Annex. Area under maintenance consisted of approximately 2,200 acres. Secret level security clearances were required. Work involved complex scheduling around missile launches, official events and restricted areas such as explosives depots and airfield runways in active operation. Maintenance of $750,000 in Air Force equipment and management of a work force ranging from 25 to 30 employees. Performed grounds maintenance and irrigation services contract for the Navy Training Center, Orlando, Florida. Area under maintenance consisted of approximately 1,000 acres with similar complex scheduling requirements. At the present, Fossitt holds the following contracts: Florida Department of Transportation, performing the large-scale mowing on all state roads in Seminole County and the Northern part of Orange County; Florida's Turnpike, performing the large and small machine mowing and slope mowing for the Turnpike in Lake and Sumter Counties; RESUME Page 2 Willie L. Fossitt Florida's Turnpike, performing the large and small machine mowing and slope mowing for the Seminole County Expressway; Orlando/Orange County Expressway Authority, performing the large and small machine mowing and slope mowing; Orlando/Orange County Expressway Authority, fertilizing the Expressway system; Greater Orlando Aviation Authority, performing the mowing, landscape, and irrigation maintenance services along a portion of Tradeport Drive. 1988 - 1989 Road Inspector. Seminole County Engineering Dept. Inspected newly constructed roadways. bridges and drive- ways. Also, inspected placement of utility poles and restoration of areas after said placement. On-site inspector during bore and jack operation on County roads. 1977 - 1988 Road Maintenance Supervisor. Seminole County Public Works Department. Responsible for supervision of Seminole County road maintenance (mowing and herbicide) crews, and the scheduling of all maintenance activities in County roadways. Foreman - Various roadway maintenance functions including responsibility for traffic control of road construction and maintenance activities; drainage structure and ditch repair and cleaning; pavement patching and resurfacing; erosion control; and application of herbicide on undesirable week growth along road right- of-way, as well as in retention ponds, ditches, canals and other aquatic areas. Herbicide.Foreman. Started working for Seminole County as an Equipment Operator I, which was operator of small dump truck. After first promotion to herbicide foreman, maintained State records of chemicals utilized in County, including records on State funding in aquatic plant control. Responsible for supervision of herbicide crew, i.e., the general day-to-day scheduling of herbicide application. Dealt extensively with the general public. RESUME Page 3 Willie L. Fossitt 1979 - 1991 Florida National Guard. Entered Florida National Guard as Sgt. E5 and advanced to rank of Sgt. E7. Served as Platoon Leader, Weapons Section, supervising approximately 30 troops. Controlled safety and maintained guidelines concerning discharge of heavy weapons. Also supervised distribution of weaponry, munitions, etc., and lead Platoon in simulated war conditions. Completed leadership course while enlisted in National Guard, and instructed at the Florida National Guard Academy. September 1969 - September 1976 Maintenance Worker/Security Guard/Block & Brick Mason Mechanic. Began working for Eastman Kodak Company as a maintenance worker (general maintenance of cleaning equipment, dark room areas, etc.); assigned to security force at Kodak and block and brick mason mechanic in the construction and/or repair of building facilities. In this capacity, was able to gain blueprint reading experience. May 1967 - May 1969 U.S. Army (Viet Nam Veteran). Reported to Viet Nam as PFC and returned to U.S. as Sergeant E5. As front line supervisor, took platoon into actual combat in carrying out of mission. Also completed leadership course while on active duty. Served two tours of active duty. 1958 - May 1967 Farm Work. Operated heavy farming equipment. Personal: Born January 25, 1946, Sanford, Florida Married, 2 sons Hobby - Fishing. FOSSITT GROUNDWORK, INC. EXHIBIT 5 Evidence of the Proposer's ability to provide the following insurance coverages - either under existing policies or by virtue of a project specific policy: a. General Liability - $2,000,000. b. Automobile Liability - $1,000,000. c. Worker's Compensation - Statutory. Please see attached. 05-20-1996 09:09 4074255694 GEORGE EIDSON AGENCY P.02 GEORGE rIDSON AULNCY ENC. PO nox 540209 ORLANDO 1:1... c VAX (40) ) 425-5694 - COMMERCIAL LINES PHONE (AO)) 649- 0333 MEMMkANDOM DATED 104 CITY u OCOEE 150 N. LAKESHORE DRiVE OCOEE., VI ORIDA 34161 -2259 NA4s FROM; LOU MARIANY, CPCU RE: FOSSITT GROUNDWORK, iNC. 10 WHOM fT MAY CONCERN4 AT1ACHED PLEASE FIND A COPY OF A CURRENT CERIIFICA1E of INSURANCE FOR EOSS111 OROUNDWORK. INC. PI EASE BE ADIVSED THAT THE INSURED CAH PROVIDE THE REMACHINO $500.000 OF AGGREUATC LIMI1S REQUIRED UNDER PRODUCTS/COMPLETED OPERATIONS LEABILI1Y PEN YOUR DID REQUIREMENTS. 1HE 'r SATISFY ALI. C1 I I lEr• I..:01.1 is W I TH THEIR UMBRELLA 1 . r AB IL 1:1 y POL.I.CY IriA ANY, CIL1:1 FOSSITT GROUNDWORK, INC. EXHIBIT 6 The City of Ocoee shall be named as an additional insured on all above listed coverages (in Exhibit 5). Please see attached. 05-20-1996 09:10 4074255694 GEORGE EIDSON AGENCY P.03 AC1r ' If. , , t 8DATE(MINDDrYY) 3. ,�. i l� E � !r ti 5-21-96 mama a IS -1• T TTE- • ' • - ' TION ON • CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE LOUIS J MARIANY, JR CPCU DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED IV THE GEORGE EIDSON AGENCY, INC POLICIES 1E1.0W. P.O. BOX 540209 COMPANIES AFFORDING COVERAGE ORLANDO, FLORIDA 32854 LETT COMPANY A TRANSPORTATION CNA COMPANY IS TRANSCONTINENTIAL CNA INSURED + ._ p LITTER d:.C,rrr,�i.MX, CQM'Awv P.O. BOX 1207 A Lel-reptVALLEY FORGE C1` SANFORD. FLORIDA 32772 COMPANY D • COMPANY E 7F- �,� ,�•., �t<. LEITER 'f 'm r+cs.�?s _Fr ."`"1"7"77'71174b711'- THIS 15 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. CO! TYPE OP MBUMNOB POLICY NUMBER MEN EFgCTIVIPPOLICY DUMATIOM UNITS LTR DATE IMWOO,YY)( DATE(MWOD,YY) BBMlRAL mammy r i GENERAL ADOREOAT! j E 1,000,000 A I COMMERCIAL GENERAL LIASIUTY( PROOUOTS.COMPIOP AGO. . $ 500,000 CLAIMS MADE ;OCCUR.; 704932615 9-1-95 9-1-96 PERSONAL A ADV.INJURY + 500,000 *own A CONTRACTOR'S PROTI i EACH OCCURRENCE / 500,000 c27, 50,000 MED.EIDE ME(My ore weal + 5.000 B AUTOMOBILe LMJut.ITT f COMBINED eINDLE + 500,000 R:ANY AUTO UNIT ALL OWNED AUTOS BODILY INJURY + SCHEDULED AUTOS (Per mum x HIRED AUTOS BODILY INJURY X NON-0WNGD AUTOS ' 504932616 9-1-95 ' 9-1-96 , (PW ma'am) GARAGE LIABILITY (I PROPERTY DAMAGE , E UOSSB LIABILITY I EACH OCCURRENCE + 1,000 i 000 A Y;UMBRELLA FORM 123170498 9-1-95 9-1-96 . ADGREDATE + 1,000,000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT 1 AND DISEASE—POLICY LIMIT $ BYPLOYSRS'LIABILITY DISlABE—GAGS EMPLOYEE: I omen D POLLUTION LIABILITY CLAIMS MADE 130137561 9-1-95 9-1-96 Liability $1,000,000 DIBORMTIoI OP OPEIATIONSILOCATIOMSIVBNIONB,SPECIAL ITEMS CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ,., '*_.fir.,. .. ' .. n.. 1t .;.�,, CITY OF OCOEE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 150 N F OCOEORE DRIVE EXPIRATION GATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO OCOEE, FLORIDA 34761-2258 f MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIUBD REPRESENTATIVE FOSSITT GROUNDWORK, INC. EXHIBIT 7 Evidence of the Proposer's ability to provide bonding coverage in amounts of up to $500,000. Fossitt Groundwork, Inc. currently has approximately $3,046,000.00 of work under contract which is 100% bonded for both performance and payment. Please refer to Exhibit 2. FOSSITT GROUNDWORK, INC. EXHIBIT 8 Copies of current, valid Florida General Contractor Registration Certificates for the Proposers (if certified). Some small-scale construction projects may not require general contractor registration certification. Fossitt Groundwork, Inc. is not a state certified general contractor. However, we have reviewed the "Engineering Report for Stormwater Drainage Problem Areas, Ocoee, Florida." We believe we are fully capable and experienced in performing much of the work described in the Engineering Report. We respectfully request the City of Ocoee consider our company for those drainage projects in which the general contractor's license is not necessary. FOSSITT GROUNDWORK, INC. EXHIBIT 9 Such financial and organizational information as the Proposer believes will be helpful to the City in evaluating the Proposer's ability to perform the horizontal construction work for the City. The following is a partial list of equipment available to perform work for the City of Ocoee drainage projects. Please also refer to the financial and organizational information contained in Exhibit 2. D41P Bull Dozer with Wide Pad LGP D31P Bull Dozer 444-8 John Deere Front End Loader 530 International 3-Yard Loader and Rake JCB 1700B 4-Wheel Drive Back Hoe/Loader PC 200 Track Back Hoe 853 Bobcat Skid Steer Loader with Back Hoe 383 Massey Ferguson Tractor with Box Blade Scraper White Tandem Road Boss 2 Dump Truck - 2 each International Tractor Trailer Single International Dump Truck 30' Low Boy Note: Fossitt Groundwork, Inc. has a fully equipped mechanic's shop on premises. Field support is provided through our radio-dispatched utility truck. All rolling stock is radio-dispatched and foremen are equipped with pagers. P IME CONSTRUCTION GROUP, INC. 5528 Force Four Parkway Telephone (407) 856-8180 Post Office Box 590507 Fax(407) 856-8182 Orlando, FL 32809-0507 May 17, 1996 CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 Attn: Mr. James Shira, PE City Engineer RE: Qualification Statement for Horizontal Construction General Contractor Continuing Contract Dear Mr. Shira: We hereby express our interest in being prequalified to render construction services for horizontal construction work for the City of Ocoee, Florida for projects in which the construction costs range from $25,000 to $2,000,000 per your advertisement dated March 24th, 1996 and your informational meeting on May 3, 1996. The person to whom all future correspondence and all communication should be directed is: Mr. Reynolds Holiman, Estimator Prime Construction Group, Inc. Post Office Box 590507 Orlando, Florida 32859-0507 407-856-8180 Phone 407-856-8182 Fax Attached find all information in response to items 2 through 9 in your advertisement. Sincerely, Reynolds C. Holiman Vice President Enclosures cc: David Hamstra, PE RCH:sks ITEMS #2 & #3 PRIME CONSTRUCTION GROUP, INC. 5528 Force Four Parkway Telephone (407) 856-8180 Post Office Box 590507 Fax(407) 856-8182 Orlando, FL 32809-0507 RESUME Job: 950257 Project: Lake Virginia North Alum Storm Water Treatment System Owner: City of Winter Park Contact: Environmental Research&Design-Jeffrey Herr,P.E. -407-855-9465 Project Amt: $249,588.76 Period of Construction: 12/01/95 through 02/15/96 Description of Construction: Installation of new storm drainage piping and manholes. Complete construction of pump building for Alum storage and distribution. Building work included: concrete slab, cast-in-place concrete, masonry, framing, roofing, installation of 4,000 gal. tank, complete mechanical system for two chemical feed pumps and electrical stormwater flow metering system for alum distribution to storm drainage. Job: 950256 Project: Pine Street Drainage Improvements,Phase II Owner: City of Orlando Public Works Contact: Scott Werley-407-246-3215 Project Amt: $308,552.57 Period of Construction: 7/12/95 through 9/29/95 Description of Construction: Rebuild storm drain and sanitation sewer system. Installation of 8" DIP sewer pipe ' and manholes. Installation of 15", 18" and 30" storm sewer pipe and manholes. Work consisted of: new concrete curb,driveways and storm inlet tops and throats, asphalt paving and base work. Project also included removal and replacement of historical brick pavers. Job: 950255 Project: C.R. 545 Culvert Repair Owner: Orange County Highway Construction Contact: Mr.Pete Ensor-407-836-7930 Project Amt: $119,778.96 Period of Construction: 6/01/95 through 6/30/95 Description of Construction: Emergency culvert repairs consisting of placement of 78" and 79" x 117" culvert pipes, using the slip lining method into existing deteriorated piping under a major county roadway, void was pumped full of concrete. Project entailed traffic control, cofferdam construction, dewatering, grading, fabriform revetment. Job: 950254 Project: Edenfield Lift Station Rehabilitation Owner: Southern States Utilities Contact: WWPS-Chuck Howard-904-738-3700 Project Amt: $1,100.00 Period of Construction: 3/95 through 3/95 Description of Construction: Replumbing of Lift Station, (Labor Only). PRIME CONSTRUCTION GROUP,INC. Page 2 of 13 Job: 950253 Project: Crescent Park Lift Station Owner: Southern States Utilities Contact: WWPS-Chuck Howard-904-738-3700 Project Amt: $2,200.00 Period of Construction: 3/95 through 3/95 Description of Construction: Replumbing of Lift Station, (Labor Only). Job: 950252 Project: South Regional Effluent Reuse Pump Station Owner: Indian River County Board of Commissioners Contact: Carter&Associates-Mr. Steve Snoberger,P.E. -407-5624191 Project Amt: $431,811.00 Period of Construction: 9/18/95 through 1/15/96 Description of Construction: Installation of reclaimed water pump station, including: cast-in-place concrete structure, dewatering, chemical resistant coatings, 3 (100 HP) pumps, controls, electric butterfly valves, ductile iron gravity and forcemain piping. Job: 950251 Project: Modifications to Lift Station#42 Owner: City of St.Petersburg Contact: Thomas B. Gibson-813-892-5206 Project Amt: $476,655.91 Period of Construction: 8/14/95 through 10/30/95 Description of Construction: Renovation of existing triplex pump station,including three new 85 HP pumps,with variable speed drives, new 275 KW generator with transfer switch and new electrical service with explosion proof equipment. Blast and coat wetwell with chemical resistant surface, new piping and valves, louvers and stainless steel ductwork. Also a complete sewage bypass system. Job: 950250 Project: Terrace Village/Brandy Hills Drainage Improvements Owner: City of Port Orange Contact: Quentin L.Hampton Associates,Inc. -Brad T. Blais-904-761-6810 Project: $184,109.39 Period of Construction: 5/01/95 through 7/25/95 Description of Construction: Installation of 15 Duplex HP stormwater pump station, 2,000 LF of 10" ductile forcemain through a residential area and restoration of driveway,sod and pavement. Job: 950249 Project: Lake Osceola/Canton Avenue Outfall Owner: City of Winter Park Contact: Environmental Research&Design-Jeffrey Herr-407-855-9465 Project Amt: $71,900.00 Period of Construction: 6/01/95 through 7/05/95 Description of Construction: Installation of one additional alum meterage pump in an existing underground pump vault. Installation of electronic flow meters in stormwater manhole. PRIME CONSTRUCTION GROUP,INC. Page 3 of 13 Job: 950248 Project: Tarmac Stormwater System Improvements,Longwood I Owner: Tarmac Florida,Inc Contact: Creative Environmental Solutions, Inc. -Carl Salafrio-904-371-4333 Project Amt: $60,319.74 Period of Construction: 10/2/95 through 10/30/95 Description of Construction: Modification to existing wastewater and stormwater retention system. Work included: pond excavation, grading, sodding, concrete slabs and structures. Water, power and air underground utility lines were relocated. Work preformed to bring Tarmac's facility up to D.E.R. Standards for processed wastewater and stormwater retention. Job: 950247 Project: Amelia Island Lift Station Rehabilitation Owner: Southern States Utilities Contact: WWPS-Chuck Howard-904-738-3700 Project Amt: $3,960.00 Period of Construction: 3/95 through 3/95 Description of Construction: Emergency work for replumbing of Lift Station,(Labor Only). Job: 950246 Project: Installation of Force Main&Lift Station for Manatee Hammock Campground Owner: Brevard County Parks&Recreation Dept. Contact: William Ross-407-633-2046 Project Amt: $258,023.00 Period of Construction: 3/21/95 through 6/01/95 Description of Construction: Installation of 7,150 LF, 12"PVC forcemain,jack&bore US 1, installation Duplex 25 HP sanitary sewer system. Job: 950245 Project: Goldenrod Lift Station Rehabilitation Owner: Goldenrod Ltd.,a Florida Limited Partnership Contact: Mc Daniel Grading 428 5th Street-Orlando,FL 32809 Project Amt: $4,000.00 Period of Construction: 2/95 through 2/95 Description of Construction: Replumbing of Lift Station, (Labor Only). Job: 950244 Project: Technical Education Center of Osceola County Owner: Osceola County School Board Contact: Project Amt: $29,276.88 Period of Construction: 2/8/95 through 2/14/95 Description of Construction: Removal and replacement of bad soil cement and base material. Work consisted of demolition of existing soil cement and the replacement with 3,000 PSI concrete. PRIME CONSTRUCTION GROUP,INC. Page 4 of 13 Job 950243 Project: Porter Waste Transfer Station Tipping Floor Replacement&Misc Sitework Improvements Owner: Orange County Public Works Contact: Reggie Ryan-407-836-7273 Project Amt: $240,638.80 Period of Construction: Phase I 3/17/95-8/8/95 Phase II 11/01/95 - 1/15/96 Description of Construction: Remove 11,000 SF, 2.5"thickness,concrete and anvil top floor by milling and hydro- blasting, replace floor topping with 2.5" to 3", of 8500 PSI silica fume concrete. Installation of 200 LF 8" PVC gravity sewer with manholes and connection to Lift Station. Job: 940242 Project: Group 3 Neutralization System, Altamonte Springs Owner: City of Altamonte Springs,Florida Contact: Mr.Roger Densberger-407-830-3898 Project Amt: $158,592.00 Period of Construction: 6/01/95 through 7/26/95 Description of Construction: Installation of 42", 36" and 24" ductile iron pipe/restrained joints diversion piping for wastewater treatment plant. Installation of slide gates with electric motors. Work consists of dewatering, sewage bypass system,excavation,base and asphalt repair,and sodding. Job: 940241 Project: 7-11 Sewer Lateral Owner: Southland Corporation Contact: Randall Plumbing-Mr. Jeffrey Condell-407-422-4036 Project Amt: $17,485.00 Period of Construction: 12/19/94 through 12/31/94 Description of Construction: Installation of 6" sewer lateral with clean outs. Work consisted of 6" PVC gravity sewer piping, including tie-in to 24" Orange County sewer main, concrete paving restoration, grading and sodding. Job: 940240 Project: NW Area Irrigation Sprayfield Owner: Seminole County,Florida Contact: Mr. Chuck Lawson-407-830-9919,ext. 2116 Project Amt: $559,740.00 Period of Construction: 12/27/94 through 3/3/95 Description of Construction: Installation of irrigation sprayfield including: 6000 LF of 16" DIP, 24000 LF of 4" and 6" PVC watermains, installation of 300 2" sprayhead assembles, all to facilitate the distribution of extra reclaimed water from the Seminole County Yankee Lake WWTP. Installation of 8" to 20" stainless steel aeration piping in concrete aeration tanks. Other related work includes; excavation, dewatering, grading, road open cuts, restoration of road base and asphalt, sodding and seed&mulching. PRIME CONSTRUCTION GROUP,INC. Page 5 of 13 Job: 940239 Project: Zimmer 16x4 Sewer Tap Owner: Zimmer Poster Service Contact: Mr. Bruce Brodfuhrer-407-896-0483 Project Amt: $14,266.84 Period of Construction: 9/30/94 through 10/2/94 Description of Construction: Installation of 4" forcemain and plug valve including forcemain tie-in to existing Orange County Main. Job: 940238 Project: Tam Drive/Verona Park Lift Station Owner: Orange County Public Utilities Contact: Reggie Ryan-407-836-7273 Project Amt: $179,000.00 Period of Construction: 11/15/94 through 12/31/94 Description of Construction: Complete rehabilitation of two existing Orange County lift Stations. Work consisted of new wet wells and valve boxes, complete piping for both, force main tie-ins, electrical, special coatings, new pumps and job restoration. Also bypass pumping. Job: 940237 Project: Lake Telfer Drainage Retrofit Owner: Orange County Public Utilities Contact: Mr. Emmett Tanner-407-836-7911 Project Amt: $263,228.00 Period of Construction: Oct 94 through Dec. 94 Description of Construction: Installation of 54" rcp,aluminum ultra-flo,and aluminized ultra-flo lake equalization piping. Work consisted of roadway open cuts, maintenance of traffic, excavation, dewatering, pipe bedding with sand, manhole installation, construction of outfall weir structure, restoration of roadway and pipeline including base and asphalt repair, sodding and seed&mulching. Job: 940236 Project: Melbourne High School Demolition Owner: School Board of Brevard County,Florida Contact: Mr. Tom Gonczynski, Staff Architect-407-631-1911 Project Amt: $95,891.50 Period of Construction: August 1994 Description of Construction: Demolition of a 40,000 SF two story school building made from reinforced concrete and masonry construction. Work included the detachment of sewer and electrical utilities for the building. Job: 940235 Project: 7th&8th Avenues Paving&Drainage,Taft,FL Owner: Orange County Highway Construction Contact: Mr.Pete Ensor,407-836-7900 Project Amt: $471,840.26 Period of Construction: 4/25/94 through 10/30/94 Description of Construction: Complete installation of two new roads for Orange County. Work consisted of new mwatermains, storm drainage, earthwork, concrete curbs, sidewalks and driveways, stabilized subgrade, limerock base,asphalt,fabriform,ditch grading and grassing. PRIME CONSTRUCTION GROUP,INC. Page 6 of 13 Job: 940234 Project: SR 50 @ Rouse Road Owner: Florida Department of Transportation Contact: Mr. Carl Kost,Project Engineer Project Amt: $212,796.00 Period of Construction: October'94 through December'94 Description of Construction: Roadway widening and intersection realignment of SR 50 and Rouse Road. Work consisted of storm drainage piping, grading, compacted subgrade, limerock base, structural and friction course asphalt,pavement markings, signalization, sodding and seed&mulching. Job: 940233 Project: SR 50 @ Tubbs Street Owner: Florida Department of Transportation Contact: Mr. Craig Markham-407-623-1242 Project Amt: $263,499.00 Period of Construction: June through July 1994 Description of Construction: Roadway widening and resurfacing 1/2 mile of SR 50. Work includes storm drainage piping, Compacted subgrade, limerock base installation, structural and friction course asphalt, excavation and grading,pavement markings, sodding and seed&mulching. Job:' 940232 Project: Ruymar Andrade Owner: Ruymar Andrade Contact: Florida General Constructors, Inc. -Jay Barfield, Construction Mgr. -407-856- Project Amt: $6555.44 Period of Construction:May 1994 Description of Construction: Installation of 4" PVC storm drainage pipes and precast inlets for professional office building. Job: 940230 Project: Thacker Avenue Widening/Northwest Box Culvert Owner: City of Kissimmee,Florida Contact: Mr. Jean Amm,Project Manager Project Amt: $552,834.66 Period of Construction: 4/15/94 through 10/12/94 Description of Construction: Construction of 900 LF of roadway to widen Thacker Avenue including: RCP storm piping; 4"underdrain; concrete curbs, inlets, driveways and sidewalks; stabilized subgrade; soil cement and limerock base; asphalt; sodding. Installation of a 136 LF double barrel box culvert with wingwalls and headwall along with the installation of 54" doubled RCP Piping with MES and fabriform. Box culvert was poured in place half at a time to maintain two way/two lane traffic. Project also included 2000+LF of 10' and deeper gravity sewer lines with manholes. Sewer tie in to live lift station with our new gravity sewer system. Installation of 240 LF of 6"watermain and 2" service to reroute line for new drainage ditch construction. Grading and grassing of drainage ditches to reroute water through new box culvert under the roadway. PRIME CONSTRUCTION GROUP,INC. Page 7 of 13 Job: 940229 Project: Forsyth Pump Station Owner: South Seminole/North Orange County Wastewater Transit Authority Contact: Mr. Stephen Miller-407-628-3419 Project Amt: $71,722.03 Period of Construction: 3/28/94 through 4/28/94 Description of Construction: Rehabilitation of Pump Station: Bypass triplex liftstation. Removed all wetwell and valvebox piping and installed new piping. Applied 100 mil Aquatapoxey coating to wetwell,valvebox and all new piping. Job: 940228 Project: Orlando Central Park/Skylake South Pump Station&Bent Oaks Drainage Improvements Owner: Orange County,Florida Contact: Mr. Glen Wynne, Chief Utility Inspector-407-836-7288 Project Amt: $285,862.00 Period of Construction: 1/1/94 through 4/1/94 Description of Construction: OCP and Slcylake Lift Stations: Installed new 8' wet well with valve box at existing pump station site. The construction required the following: sheeting to set wetwell, bypass pumping system, demo of old pump station, piping and valves,wetwell liner system and sodding,landscaping,etc. Bent Oaks Drainage Improvements: Installed 100 LF 18" RCP and C-inlet at 17' cut; required backfilling; regrading of retention area;various concrete work;fencing,landscaping and sodding. Job: 930227 Project: Monroe Avenue and Highland Avenue Paving&Drainage Improvements Owner: City of Apopka,Florida Contact: Mr. John Jreig,PE-407-889-1717 Project Amt: $320,978.98 Period of Construction: 11/1/93 through 1/30/94 Description of Construction: Complete reconstruction of 550 LF of roadway to include removal of brick roadway and other related clearing and grubbing; installation of complete storm drainage piping with manholes and curb inlets (RCP & CMP); installation of stabilized subgrade, 5787 LF F-curb, limerock base material, asphalt and striping;concrete sidewalks 4.0'and 5.0'; abandoned 12"drain well;fencing and sodding. Job: 930226 Project: Lancaster Road Drainage Improvements-Y3-751-EG Owner: Orange County,Florida Contact: Mr. Pete Ensor-407-836-7912 Project Amt: $327,812.00 Period of Construction: 8/1/93 through 12/1/93 Description of Construction: Complete drainage system installation to include the clearing of 2.5 acres; excavation of 75,000 CY retention pond; installation of 1560 LF of 30" CMP, 1072 LF of 24" CMP and related ditch inlets and manholes; sanitary sewer abandonment and relocation; two conflict manholes with Southern Bell telephone duct banks(incorporated into the new storm system); 1589 LF fencing;miscellaneous landscaping and sodding. PRIME CONSTRUCTION GROUP,INC. Page 8 of 13 Job: 930225 Project: Outrigger Pump Station Owner: Orange County Public Utilities Contact: Mr. Reggie Ryan, Chief Utility Inspector-407-836-7273 Project Amt: $102,672.00 Period of Construction: 7/15/93 through 8/15/93 Description of Construction: Complete lift station installation to include new wet well and value box; bypass pumping system; wet well liner system; 300 LF of 8" PVC gravity sanitary sewer; 140 LF of 4" DIP sanitary force main; various station piping, valves, hatch covers, electrical service and controls; miscellaneous asphalt and concrete paving;various landscaping and sodding. Job: 930224 Project: Winter Springs High Service Pump Replacement Owner: City of Winter Springs,Florida Contact: Mr.Kip Lockcuff,PE,Utilities Director-407-327-1800 Project Amt: $306,821.00 Period of Construction: 8/1/93 through 1/15/94 Description of Construction: Water treatment plant renovations to include concrete parking area; replacement of 150 HP high service pump; complete new electrical service and instrumentation controls for entire water plant; enlarge suction lines from wells to pumps (14" to 18" DIP); new HVAC system; fencing, signage, miscellaneous landscaping and sodding. Job: 930223 Project: Conway Gardens Road&Michigan Street Intersection Improvements Owner: City of Orlando,Florida Contact: Mr. Al Campbell-407-246-3214 Project Amt: $210,136.00 Period of Construction: 5/1/93 through 7/31/93 Description of Construction: Complete intersection reconstruction to include widening of road to add turn lanes, roadwork to include limerock base, asphalt leveling and asphalt overlay work; 500 LF of 12" gravity sewer line with various manholes and conflict boxes; installation of storm drainage line to tie into existing ditch inlet; maintenance of traffic; concrete sidewalk removals and replacement; earthwork; pavement markings, signage and sodding. Job: 930222 Project: Walkway and Pedestrian Bridge at O.C.C.C. Owner: Orange County,Florida Contact: Mr. Jim Barrett-407-351-9393 Project Amt: $167,749.00 Period of Construction: 4/15/93 through 5/20/93 Description of Construction: Installation of precast box beam bridge over wetland area at the Orange Civic Center. Construction to include: excavation for footer system, dewatering to install footers and cast in place concrete piers; setting of precast beams (164,000 lb.. each) ornamental iron work; electrical lighting on bridge and pole lighting around area;concrete sidewalks leading to bridge; installation of CMU splitface block walls; grading, landscaping, irrigation and sodding. PRIME CONSTRUCTION GROUP, INC. Page 9 of 13 Job: 930221 Project: Civic Center Bus Exit Owner: Orange County,Florida Contact: Mr. Jim Barrett-407-351-9393 Project Amt: $109,278.87 Period of Construction: 2/15/93 through 4/1/93 Description of Construction: Construction of bus exit from the entrance of the O.C.C.C. to International Drive. Scope of work included: underground water utilities, storm water utilities and precast inlets, concrete paving, curbing, sidewalks, street lighting relocation, placement of signalization conduits along and under International Drive,asphalt overlay of International Drive, grading and sodding. Job: 930220 Project: Cobblestone Lift Station Rehabilitation(joint venture with W.W.P.S.) Owner: Southern States Utilities Contact: Liseht Sanchez-407-880-0100 Project Amt: $26,820.00 Period of Construction: 1/15/93 through 2/15/93 Description of Construction: Demolition of existing pump/control house, bypass pumping of sewage during construction, dewatering of site, removal and replacement of all wetwell piping and pumps, removal and replacement of all controls and electrical service, installation of new lift station valves and valve box, installation of air release valves on existing force main, installation of 8" plug valve and box, concrete sidewalk removal and replacement and chain link fencing. Job: 930219 Project: Northwind Bridge Improvements Owner: City of Maitland,Florida Contact: Mr. Fabian Hurtado,PE-407-539-6252 Project Amt: $32,975.00 Period of Construction: 2/1/93 through 2/20/93 Description of Construction: Installation of 16.0' x 10.0' x 5.0' precast bridge between Lake Maitland and Snake Canal. Scope of work included: dewatering of site approximately 6.0'below the water level of Lake Maitland and Snake Canal, excavation and removal of existing road for placement of bridge (Northwind Road is the only access to a twenty-five home subdivision), grading and compaction of subbase for bridge placement, installation of concrete parapet walls along bridge,placement of concrete curbing and flumes,backfilling and replacement of base to tie back in road. The installation of bridge was completed in one day in order to facilitate vehicle traffic. Job: 920218 Project: Building 300 Site Work Owner: School Board of Orange County,Florida Contact: Mr.Hal Bond-407-352-0032 x5409 Project Amt: $305,210.05 Period of Construction: 9/15/92 through 1/15/93 Description of Construction: Complete site work for maintenance building for the school service center, approximately 19,000 SY parking lot. Scope of work included: underground water, storm and sanitary gravity sewer;earthwork;concrete curbing,aprons and flumes; subbase stabilization and compaction; soil cement base and asphalt;pavement markings;chain link fencing and grassing. PRIME CONSTRUCTION GROUP, INC. 5528 Force Four Parkway Telephone (407) 856-8180 Post Office Box 590507 Fax(407) 856-8182 Orlando, FL 32809-0507 ITEM #4 All jobs on our Resume have been completed by the following key personnel: Reynolds C. Holiman, PE Engineer Thomas M. Perley Project Manager Roy W. Smith, Jr. Project Manager John C. Faubert Jobsite Superintendent Buddy McGough Jobsite Superintendent See attached resumes on individual key personnel. REYNOLDS C. HOLIMAN, P. E. 24200 Highway 27, Leesburg, Florida 32748 * 352-365-6766 QUALIFICATIONS General Contractor's License No. CG C037504 Underground Utility License No. CU C056650 Florida Professional Engineer License No. 39513 EXPERIENCE PRIME CONSTRUCTION GROUP, INC., April 1991 - Present Orlando, Florida Chief Estimator: Responsible for all phases of estimating and office engineering. Communicate with Project Manager weekly on job scheduling and engineering tasks. Communicate with Owner's Engineer to work out pre-construction engineering questions. Design engineered dewatering and bracing systems when required. Set up quality control plans on individual jobs to make sure the intent of design is being carried out. Meet with Owner's Engineer to work out design changes due to unforeseen conditions. Projects targeted for public works and road construction range from $50,000 to$2,000,000 HOENCO, INC., May 1989 - March 1991 Post Office Box 540417 Orlando, Florida 32854-0417 General Manager: Responsible for all aspects of estimating, project manager and administrative functions. Specialized in public works projects from $50,000 to $650,000. DANIS INDUSTRIES CORPORATION February 1985- May 1989 Heavy& Highway Division Killarney, Florida Chief Estimator and Office Engineer: Responsible for all phases of estimating jobs from $50,000 to $15,000,000. Expedited materials, negotiated subcontracts. Managed department consisting of three estimators and clerical staff. Had personal authority to negotiate projects up to $5 million. ACS CONSTRUCTION COMPANY December 1982-January 1985 Greenwood, Mississippi Estimator and Inside Project Manager: Assisted the Chief Estimator on projects ranging in value from $1,000,000 to $15,000,000. Responsible for purchasing, expediting and job scheduling. Traveled to jobsites for special projects such as overseeing installation of new concrete batch plant foundations. EDUCATION Mississippi State University Bachelor of Science- Civil Engineering, December 1982 REFERENCES Available upon request. THOMAS M. PERLEY 2812 E. Michigan Street, Orlando, Florida 32806 * (407) 896-8169 EXPERIENCE PRIME CONSTRUCTION GROUP,INC. May 1991 to-Present Orlando,Florida General Manager, Secretary/Treasurer: Responsible for maintaining all heavy equipment including the recording and reporting of preventive maintenance logs. Project Manager: Responsible for setting up and building approximately sixty-five percent of all projects. Accountable for setting up contracts with owners, subcontractors and suppliers; coordinating and scheduling construction with the owner and engineer, handling all ordering and delivery of materials to jobsite, planning phases of construction to insure an efficient project, assisting Supervisor in coordination of subcontractors, suppliers and work crews, daily job site visits, overseeing Superintendent's construction progress, safety, site cleanliness,paperwork,and quality control during all phases of construction. ABS PUMPS November 1986-May 1991 Orange City,Florida Inside Sales Manager: Responsibilities included maintaining inventory levels to ensure profitability, thus increasing product turns. Successfully developed repair and warranty service for pump motors, organized service calls and handled warranty claims. Supported sales efforts by responding to field needs, coordinated shipments and deliveries of all lift station packaged equipment. Responsible for accurate job costing and disbursement of commissions. Negotiated prices with vendors, maintained close contact with contractors and consulting engineers through the completion of the job. THE HOME DEPOT February 1984-April 1986 Altamonte Springs,Florida Department Manager: Managed the Lumber, Building Materials, Wall Coverings and Paint departments, supervised sales associates including: giving periodic reviews and scheduling of work shifts. Responsible for controlling and maintaining shelf inventory and ordering proper inventory needed for sales. Had frequent contact with vendors of all different types of building materials. Created displays within the various departments. SILVER HERON CONSTRUCTION January 1982 -February 1984 Orlando,Florida Firman: Supervised the renovation of a diner. Responsibilities included renovating according to State health and building codes; supervision of receiving and installation of furnishings and fixtures, completing all details of the job in a timely and professional manner suitable to the owner. Worked directly with the owners of $500,000.00 custom homes to ensure customer satisfaction. Served as liaison between owners and tradesmen. Handled punch list at time of walk-through. Responsible for follow up after owner moved in. PROFESSIONAL LICENSES: Florida Building Contractors License EDUCATION: Luther High School,Orlando,Florida - June 1983 REFERENCES:Available upon request. ROY W. SMITH, JR. 2710 E. Gore Street, Orlando, Florida 32806 * (407) 895-7210 EXPERIENCE: PRIME CONSTRUCTION GROUP,INC. April 1991-Present Orlando,Florida General Manager/President: Responsible for all business activities including, insurance, bonding, banking, office administration,financial monitoring,all accounts payable, accounts receivable and payroll. Project Manager: Responsible for setting up and building approximately thirty-five percent of all projects. Accountable for setting up contracts with owner, subcontractors, and suppliers, coordinating and scheduling construction with the owner and engineer, assisting Supervisor in coordination of subcontractors, suppliers and work crews, ordering and delivery of materials to jobsite, planning phases of construction to assure an efficient project, daily job site visits, overseeing Superintendent's construction progress, safety, site cleanliness, paperwork, and quality control during all phases of construction. HOENCO,INC. February 1990-November 1990 Orlando,Florida Project Manager: Responsible for coordinating the set up of construction projects from the estimating department to the time the superintendent began on site construction. Duties included: set up of contract with the owners, subcontractors, and suppliers, planning and scheduling of construction activities prior to the start of projects,handling of all ordering and delivery of materials. Superintendent: Completed site work project for the Orange County School Board. Construction included: excavation,grading and exporting of 50,000 CY of borrow material for retention ponds and surrounding areas, installation of waste water treatment plant and associated piping, including lift station, miscellaneous concrete flatwork,curbing,installation of asphalt,pavement markings,grassing and fencing. Completed reclaimed water turn-out project for Orange County. Scope of work included: tapping of 54" reclaimed water pressure main, installation of remote control system to control flow off site, installation of piping, valves, meters and gauges. PRUDENTIAL SECURITIES February 1989-February 1990 Miami,Florida Asst. Account Executive: Assistant to one of the top account executives in the downtown Miami office. Responsibilities included negotiating and placing orders for clients, soliciting new clients, setting up and instructing sales seminars for clients, servicing all accounts and miscellaneous clerical duties. AMERIFIRST SECURITIES CORP. August 1987-February 1989 Miami,Florida Trading: Responsible for taking, placing, negotiating, facilitating, and confirming orders accurately and timely. Provided financial information to clients and registered representatives. Customer Service: Responsible for manual movement of monies and securities, problem solving regarding dividends, reorganizational items, settlement payouts, transfers, margins, and the upkeep of investment financial data. ROY W. SMITH, JR. Page 2 of 2 J.C.BRADFORD&CO. January 1987-August 1987 Hickory,North Carolina Internship: Planned, coordinated, and handled administrative duties for financial seminars. Also provided stock quotes,maintained research library,and performed other office related activities. CATAWBA SCIENCE CENTER September 1986-December1986 Hickory,North Carolina Intcniship: Coordinated scheduling of programs and tours for the Catawba County School System. Administered confirmations and billings. PROFESSIONAL LICENSES: Florida Building Contractors License EDUCATION: Lenoir-Rhyne College Hickory,North Carolina Bachelor of Arts-Business Administration,May 1987 ACTIVITIES AND INTEREST: National Economics Scuba Diving,Tennis, Golf,and Basketball. REFERENCES: Available upon request. JOHN C. FAUBERT 2624 Pisces Drive, Orlando, Florida 32837 * (407)859-5908 SUMMARY: A seasoned and skilled construction supervisor with 16 years experience in all phases of construction of underground utilities. EXPERIENCE: PRIME CONSTRUCTION GROUP,INC. May 1994-Present Orlando,Florida Project Superintendent: Jobs included Road Projects, Lift Stations, Alum Treatment Facilities and a Tipping Floor Replacement. Responsible for scheduling and maintaining the projects, duties also included scheduling and controlling sub-contractors, materials,equipment rentals and personnel. J.B. COXWELL CONTRACTING INC. 1990- 1994 Jacksonville,Florida Pipe Foreman: Responsible for scheduling, ordering and installing all sizes of water, sewer and storm drains for Department of Transportation (DOT) and other projects. Duties included setting up lasers, grades, hiring and maintaining work crews. ROGERS GROUP 1988- 1990 Nashville,Tennessee Pipe Foreman: Responsible for setting up, supervising and maintaining pipe crews. INTERNATIONAL UNION OF OPERATING ENGINEERS 1987- 1988 Boston,Massachusetts Operating Engineer: Operated all types of heavy equipment including excavators, dozers, front end loaders, cranes,pans,fork lifts, etc. SLT CONSTRUCTION CO. 1985 - 1987 Middleboro,Massachusetts Project Superintendent: Duties included scheduling, personnel management and supervising the installation of the infrastructures of several new sub-divisions. U.S.ARMY CORPS. OF ENGINEERS 1980- 1985 Supervisor: Duties included supervising the operation of heavy equipment and the maintenance and renovation work on all tank ranges in Germany. Battalion EEOC NCO. Obtained rank of Staff Sergeant (E-6). Honorable discharge. ACTIVITIES AND INTERESTS: Served in the Army National Guard. Active Board Member of The Fraternal Order of Police Associates and of The Eagles. Boating,water skiing,fishing,auto mechanics and sports. REFERENCES:Available upon request. BUSTER E. McGOUGH 1815 Pams Way, Geneva, Florida 32732 * 407-349-5476 SUMMARY: Over twenty years experience in complete charge of all phases of sitework including maintenance of traffic, clearing and demolition, dewatering by use of wellpointing and wells, poured in place and precast lift stations, deep dewatered gravity sewers, exfiltration systems, and miscellaneous underground utilities and roadwork. Oversees all jobsite operations and jobsite preventative maintenance of heavy equipment including: rough terrain cranes up to 75 tons, excavators up to 40 metric tons, graders, loaders and dozers. Extensive experience in hiring and supervising work crews installing sewers and in the restoration of curbs, walks, base, paving, and grassing . EXPERIENCE: PRIME CONSTRUCTION GROUP, INC. April 1993 to Present Orlando, Florida Project Superintendent: Oversees projects from start to finish. Responsible for hiring and supervising jobsite personnel. Works closely with project surveyor to assure proper grades on gravity sewers Schedules material deliveries, coordinates subcontractors and suppliers, is responsible for the project being on schedule and that it is built as specified. Works directly with the Engineers, Inspectors and other representatives of the Owner on the project. DYNACON UTILITIES, INC. June 1991 -January 1993 Altamonte Springs, Florida General Superintendent WADDELL CONSTRUCTION August 1990- May 1991 Orlando, Florida General Superintendent TIDDELL DEVELOPERS August 1988 -July 1990 Longwood, Florida General Superintendent CENTRAL STATE CONSTRUCTION March 1984-August 1988 Orlando, Florida Project Supervisor BRIAR CONSTRUCTION - March 1984 Lake Monroe, Florida Pipe Foreman EDUCATION: Seminole Community College- Engineering Courses Seminole Community College- GED, 1978 REFERENCES: Available upon request. I.1 1:,1"1 ff j'w , ; �'$ a,� '`� \ 1 ISSUE DATE(MM/DD/YY)...,, A1:11I:OO. CERTIFICATEOF INSURANCE i��r=: ��% ,t,;Wf �{ .,, ,,,,} �.y , r � � �,� ;, ,� 5/15/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND WALDORFF INS. & BONDING, INC. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE P. 0. BOX 886 DOES NOT IES A EN r EXTEND OR ALTER THE COVERAGE AFFORDED BY THE MARY ESTHER, FL 32569-0886 COMPANIES AFFORDING COVERAGE BENJAMIN H. FRENCH COMPANY 352-629-4454 LETTER A MARYLAND CASUALTY COMPANY COMPANY INSURED LETTER B RISCORP INSURANCE COMPANY PRIME CONSTRUCTION GROUP, INC. COMPANY 5528 FORCE FOUR PARKWAY LETTER C ORLANDO, FLORIDA 32809 COMPANY LETTER D COMPANY E LETTER COVERAGES , .,,,'4 ,. ,,,f'rs 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. COTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION. LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A ,000,OOOA X .- COMMERCIAL GENERAL LIABILITY EPA25383598 04/01/96 04/01/97 PRODUCTS-COMP/OP AcG. $ 2,000,000. CLAIMS MADE X OCCUR. PERSONAL&ADV.INJURY $ 190009000 OWNER'S ,000,000OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $.1,000,000---. X XCU COVERAGE FIRE DAMAGE(Any one fire) $ 300,000.-.-_--- MED.EXPENSE(Any one person) $ 1(1-OOn AUTOMOBILE LIABILITY COMBINED•SINGLE $ A XX ANY AUTO ECA25065690 04/01/96 04/01/97 LIMIT 1,000,000_ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 A XUB86895332 04/01/96 04/01/97 UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM Bi 62023-000 04/01/96 04/01/97 STATUTORY LIMITS WORKER'S COMPENSATION _ X AND EACH ACCIDENT $ 1000000 DISEASE—POLICY LIMIT $ 500,000 EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE $ 100,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ITEM #6 - City of Ocoee shall be named as Additional Insured upon award of contract. CERTIFICATE HOLDER CANCELLATION 4.,,,„ , < a , , s„ „ I. CITY OF OCOEE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 150 NORTH LAKESHORE DRIVE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO OCOEE, FLORIDA 34761 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SH•I,L IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON OMPA , ITS .GENTS OR REPRESENTATIVES. AUTHORI;1;:',.:--r SENTATI i -41lialli - ACORD 25-S(7/90) BE f H ' F' NCR ,* ' -,- 74 . CACORD CORPORATION 189C x s WALDORFF Insurance & Bonding, Inc. We Specialize In Contract Bonds ITEM #7 May 15, .1996 Mr. James Shira, P.E. City Engineer City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Re: Prime Construction Group, Inc. Orlando, Florida Dear Mr. Shira: Please be informed that the captioned general contractor, Prime Construction Group, Inc. has an established relationship with Reliance Insurance Company for all bonding needs. Reliance is an A-XI A.M. Best rated company and has a U. S. Treasury limitation of $58,941,000. Prime Construction Group's present surety program includes projects up to $2,500,000 with a total capacity of $5,000,000 with flexibility. Both Reliance Insurance Company and I consider Prime Construction Group, Inc. as a very valued client. If there should be any further questions then feel free to call me. Very truly yours, OAIIIIFZIIC" . Benjamin H. French • Attorney-In-Fact Reliance Insurance Company BHF/brm Main Office P.O. Box 886 115 N.E. 8th Avenue P.O. Drawer 2670 IITD Mary Esther, FL 32569-0886 MOM (904) 581-4925 (...... P.O. Box 6150 Daphne, AL 36526 2670 ileg Ocala, FL 34478-6150 (334) 626 6356 • Fax (904) 581 4930 (904) 629-4454 Fax (334) 626-5356 Wats (800) 342 7621 Fax (904) 629-4944 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW AU.MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Benjamin H. French, Dale Waldorff, Uoyd H. Waldorff, Beverly W. Crews., of Mary Esther, Florida their true and lawful Attorneyls)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII-EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President,the Chairman of the Board,any Senior Vice President.any Vice President or Assistant Vice President or other officer designated by the Board of Newton'shale have power and authority to(al appoint Attornsy(skn-Fact and to authorize them to execute on behalf of the Company,bond,and undertakings,recognizances,contracts of indemnity and ether writings obligatory in the nature thereof.and(b)to remove any such Attrneyl.kn-Fact at any time end revoke the power and authority given to them. 2. Atterrrylsl—Fact shall have power and authority,subject to the terms and limitations of the Power of Attorney issued to thorn, to execute deliver on behalf of the Company.beds arid undertakings,recognizrroee.contracts of indemnity and other wntings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recogtwarrss,contracts of indemnity end other writings obligatory in the nature thereof. 3. Attorneylei-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizance*, contracts of indemnity Of other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article Of section thereof. This Power of Anrney a signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company end Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unrnimou s Consent dated as of March 31.1994. 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or arty certificates relating thereto by f4•smile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company,in the future with respect to any bond or undertaking to which k is attached.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 7, 1995. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY vq Y `•� 1aI••• a•"•"'u•�. UNITED PACIFIC INSURANCE COMPANY o �'COL cit".•1. 3•` 6 �•ojre~��.� REL( CE NATIONAL EMNITY COMPANY E uSEAL > SQL -'111i e(`SEAL� w n • b ass• i•�,^.r••� , 7�fCOe�alit Cel AW Sq‘ 're•..r.•� )��.�•..s' STATE OF Pennsylvania COUNTY OF Philadelphia ) ss. On this, July 7, 1995, before me, Valencia Wonham, personally appeared Charles B. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. .►O"wt� NOTARIAL SEAL or • VALENCIA WORTHAM,Notary Public u OF g� y City of Philadelphia. Phila.County • My Commission Expires Nov. 18. 1996 4 y Notary Public in and for the State of Pennsylvania Residing at Philadelphia I, Anita Zippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY,and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. 1�f p�� IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this` J day of /�'•tr 19 9k . f I ..1� +61.swotr4, Secretary Es rent 4•144, �' ( SEgit• 1; O eront. L ,•u,d1cik. -- ;1 i t9as a/4• 1194 fth "~•,seal. ‘`CAWA�f(• e�••sry�se'• 1- --- CC , - Z Q o --• w Q` >- dd In: 0 -0 -Da Q z O W Safi x _ CO = I- 13.• - 01 a v F- �s z W . O O \\'wus WCC A V LJ \c • . E-+ 0= - \.) 111,11 V H J Q Z Ow 1 Q O O • o W ;P xo- Q Z ¢ ^�' .. O �. Q �-. ' 0 LWL Z 0 0-iijr,� -%a •• Qr.-,4 . -_ Ja 0 x'�p2.:,>.;' .- ry,,,U1,''j+ CC0 W if7 W - -r .•,-.,•-• A• .' ,." N O CC V 0 .0 a. Z.N' .h�* .. -+ z -0 ez, »- rY; .- .i d ' G . J w U• _ R OQ 'y� ' -0 LL D z 0 ,- C4= ..1`�-.".�:-r a >- W V r'_ _ill _COY LL .,•-•,,...._- _ co En LU Cl) �-WI'''' to '• ms's;-%••••"1 ca W O `- kor 2 A1.411 Z ite... Cl) Zj-o.aj - ,y'/ Lo :- . .....>- M m - cc 'a`p'r : ,W s- ' - J OW�0'.-.1• O;t31B0 s"` a. to V Cr WEB - ZVO O CC Z--". �„� et A �M ELM 0Z `Z 0• Z Z 9-0=0:1144t11. 0 W `W O�C9 JAN J - d . Th.,,:,p � 0 E -L' -. 1-JWQ 2CL{f10-O 0 z O W :m F - a c:W= w J = M = ..1.2, ' - n 0- wmr =o o F 12>: X3 Q 0 0 z oz a co v O,wCL � V W 0 cc www' wec \IT> W0% 0 ‘` ¢ < 0 w2o� a -I c4su Q oc v5 w Z W Li ~ - . r W _ ...CO W � 4 Q I = LL -t- ca a J M "f- n� - w CC 0 . Q a U LI- p rr z M a: a Li_ Z ' v 0 w CC J CO Lac* O H _- Q: = Z Q W - c Q_ c., 0 N W o O. WOC= U Q a z�-U Z W 1 ?O Z W N- _ )-N- . J WWV)0% WN a. CO 'G atZa. - at.. V1 IICZJ 0•e- 5 1 a ac4c •3c9 co 0 O ZQ- Z=OG I ,1. E"' m °=0e3 e3 Q �---� Z 0, y I N H N O a. • W • 440 ca JN W ifil ti WJWW O...?W • N 1 N- 0 N 4.W=li =NJ III O CC \ ooat-0 xZ t Cr) a N cle z 0¢ W �WWOC .0 � U 0 =azx .3 a I-ZDw z a .:... • ' g A •z 0- •<�.` • -a V O-0 • 4. 5 aa .�.. - w0 > 0` _m V w • 2 C7 X a. a ._� w<, O z w 3 <. \, • ,, Zr) O I N N of ........a,. U wU. IDLLZ • :;'--',{a > C. ow 'EEow: ..1. .u., mn Io a V:: z: .1.-_ o¢ sz QWcc z....zm_ .g c�z F— Q_" >'cr w x N n (-9 `W1- w W m0 w z Lila • I LLZ 0 . -0 1W y O P.1 Z ZU 1'} \ LU 0 Z O a oz • 1 W h >=w ai— Z1. w N t- ►-.e. • r, p�Z t3: ...P.'s (I)Q /-0 Lao w OCC =0 aw W V V =o. n • __T_________Z w 0-I } ce Q z Q w )-:12:i , J = 0{ I =r o- H r-/ O 0,1 CC \.L< CC 0 LL LL GU J ¢ 0w Cri G. o O O 2 W ...... .... 0 Q Ti,-.), ., o a W C3 n Cra, a . Z 44- W • Ln y CC O w O Ct v ca O ! O CC U O rn m o_ cu - O • J a " z N r_- 0>- In J w P7 U 0a • V — 0 z 0 < cc tri J O. LL Z >- w U et w cx= LL - t'n Q a ►- �- LI a z r- _' c.3 z tL Z.4: (/) O U OAa Lana. oW• No caw= alp. a • W a ►'.0 J►—i • Z JLL 00= Z r. CO C/) cct-0-o.0 >-cc�O Q • • 1- wa o- 'W►- Lt7 .-i cn zwena- cc((ALIO a. CO z wc,Z.. _., zc)a- cn LL o c O .---maul o O U • u3u) Zv0 O A..—.-. a U.xA i CO F.. `v W Or 3 rw Oz . LO Z c ,. p.,=cower • U.1 LLLC(-5 -.I 6-40.1 J (_C) — r-J w< =0.11-10-0y F- ".• CC WI w¢ 0 U vl N W ww= 0• 0 a.c) 0 W�'Yc3 ITEM #9 Karen L. Fields, CPA 1669 Tremont Lane Winter Park, FL 32792 (407) 678-1671 To the Board of Directors Prime Construction Group, Inc. Orlando, FL I have compiled the accompanying balance sheet of Prime Construction Group, Inc. (an S corporation) as of March 31 , 1996, and the related statement of income for the three months then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants . A compilation is limited to presenting in the form of financial statements information that is the representation of management. I have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any other form of assurance on them. Management has elected to omit substantially all financial statement disclosures and the statement of cash flows required by generally accepted accounting principles . If the omitted disclosures and statement of cash flows were included with the financial statements, they might influence the user' s conclusions about the company ' s financial position, results of operations, and cash flows . Accordingly, these financial statements are not designed for those who are not informed about such matters . The Company, with the consent of its shareholders, has elected under the Internal Revenue Code to be an S corporation. In lieu of corporation income taxes, the shareholders of an S corporation are taxed on their proportionate share of the Company ' s taxable income. Therefore, no provision or liability for federal income taxes has been included in these financial statements . Certified Public Accountant April 23, 1996 REPORT GL0500-01 Prime Construction Group, Inc . PAGE 00001 DATE 04-25-1996 5528 Force Four Parkway TIME 10 : 58 Orlando, FL 32809 BALANCE SHEET FISCAL 1996 FOR PERIOD 03 ENDING 03/31 COMPANY DETAIL BALANCE SHEET ASSETS CURRENT ASSETS Petty Cash 500 . 00 Citrus Bank Payroll 1, 945 . 00 Citrus Bank Operatin 2 , 903 . 98 Citrus Bank Money Mk 45 , 030 . 03 United Amer Payroll 4 , 776 . 69 United Amer Operatin ( 129 . 24) United Amer MoneyMkt 292 , 038 . 91 Contract Receivables 505 , 688 . 27 Employee Receivables 1, 700 . 00 Other Receivables 1, 034 . 30 Stckhldrs' Loan Rec . 60 . 00 Deposits 150 . 00 Cost & Earn In Exces 39 , 986 . 49 Prepaid Insurance 1, 744 . 00 TOTAL CURRENT ASSETS 897, 428. 43 PROPERTY & EQUIPMENT Construction Equipmt 448 , 868 . 12 Vehicles 96 , 858 . 16 Computer Equipment 13 , 121 . 29 Office Furn & Equip . 13 , 726 . 68 Computer Software 5 , 984 . 64 Accum Depreciation. ( 213 , 863 . 67) TOTAL PROPERTY & EQUIPMENT 364 , 695 . 22 TOTAL ASSETS 1, 262 , 123 . 65 SEE ACCOUNTANT' S COMPILATION REPORT REPORT GL0500-01 Prime Construction Group, Inc. PAGE 00002 DATE 04-25-1996 5528 Force Four Parkway TIME 10 : 58 Orlando, FL 32809 BALANCE SHEET FISCAL 1996 FOR PERIOD 03 ENDING 03/31 COMPANY DETAIL BALANCE SHEET LIABILITIES CURRENT LIABILITIES Accounts Payable 157, 112 . 99 Accrued Ins W/C 7, 614. 25 Accrued Ins G/L 622 . 05 SUTA Payable 3 , 029 . 05 FUTA Payable 900 . 57 Cur Prt-Assoc JD310C 1, 757 . 14 Cur Prt-CAT IT18 13 , 382 . 25 Cur Prt-CAT 219D 10, 242 . 56 Cur Prt-Un Am JD5300 7, 200 . 00 Cur Prt-Bar 90 Fd JF 3 , 332 . 96 Cur Prt-FM 94 F15ORS 4, 874 . 62 Cur Prt-FM 94 F150TP 4 , 901 . 11 Cur Prt-AT&T Computr 5, 553 . 84 Cur Prt-JD644G 33 , 390 . 39 Cur Prt-Bar 95 K2500 6, 408 . 08 Cur Prt-JD570A 8, 365 . 79 Billings In Excess 252, 176 . 76 TOTAL CURRENT LIABILITIES 520 , 864 . 41 LONG-TERM LIABILITIES N/P CAT IT18 7, 157 . 71 N/P CAT 219D 10, 230 . 82 N/P Un Am JD5300 600 . 00 N/P Bar 1990 Ford JF 835 . 15 N/P FMC 1994 F150 RS 6, 268 . 97 N/P FMC 1994 F150 TP 6, 302 . 86 N/P AT&T Computers 1, 000 . 88 N/P JD644G 74, 903 . 98 N/P Bar 1995 K2500 10, 669 . 87 N/P JD570A Grader 16, 666 . 65 TOTAL LONG-TERM LIABILITIES 134 , 636 . 89 TOTAL LIABILITIES 655, 501 . 30 EQUITY STOCKHOLDER' S EQUITY Common Stock 900 . 00 Add' l Paid In Capita 253 , 931 . 71 Shareholders' Distri ( 25, 657 . 89) Retained Earnings 247, 163 . 69 Ytd Net Income 130, 284 . 84 TOTAL STOCKHOLDER' S EQUITY 606 , 622 . 35 TOTAL EQUITY 606, 622 . 35 "AL LIABILITIES & EQUITY 1, 262 , 123 . 65 SEE ACCOUNTANT' S COMPILATION REPORT REPORT GL0401-01 Prime Construction Group, Inc. PAGE 00001 DATE 04-25-1996 5528 Force Four Parkway TIME 10:58 Orlando, FL 32809 PERIOD & Y-T-D PROFIT & LOSS STATEMENT FISCAL 1996 DETAIL COMPANY PROFIT & LOSS PERIOD 03 ENDED 03/31 YEAR-TO-DATE THRU PERIOD 03 ENDED 03/31 INCOME EARNED REVENUES Earned Revenues 341,614.20 100.00% 890,636.31 100.00% TOTAL EARNED REVENUES 341,614.20 100.00% 890,636.31 100.00% TOTAL INCOME 341,614.20 100.00% 890,636.31 100.00% COST OF GOODS SOLD COST OF EARNED REVENUES Cost of Earn Revenue 240,248.06 70.33% 676,226.07 75.93% TOTAL COST OF EARNED REVENUES 240,248.06 70.33% 676,226.07 75.93% TOTAL COST OF GOODS SOLD 240,248.06 70.33% 676,226.07 75.93% GROSS PROFIT 101,366.14 29.67% 214,410.24 24.07% EXPENSES OPERATING EXPENSES Auto Expense 377.40 0.11% 844.61 0.09% Bank Charges 522.50 0.15% 557.50 0.06% Computer Expenses 0.00 0.00% 144.04 0.02% Communications-Radio 309.71 0.09% 812.37 0.09% Courier 384.50 0.11% 591.50 0.07% Contributions 30.50 0.01% 128.00 0.01% Depreciation 3,026.69 0.89% 9,080.07 1.02% Dues & Subscriptions 477.80 0.14% 1,857.60 0.21% Entertainment 153.13 0.04% 433.79 0.05% Insur-Officers' Life 85.81 0.03% 257.39 0.03% Insurance - General 1,072.97 0.31% 1,773.81 0.20% Insur-Workers Comp. ( 1,754.84) -0.51% ( 2,695.70) -0.30% Insurance - Health 441.36 0.13% 1,687.45 0.19% Insurance-S/H Health 207.34 0.06% 622.02 0.07% Insurance - Auto 594.97 0.17% 1,784.83 0.20% Interest 2,034.03 0.60% 6,330.72 0.71% Mgt Comm Meet - Meal 242.78 0.07% 779.94 0.09% Office Cleaning 0.00 0.00% 325.00 0.04% Office Rental 1,277.34 0.37% 2,019.34 0.23% Office Supplies 1,123.58 0.33% 2,002.90 0.22% P/R Processing Fees 320.43 0.09% 731.27 0.08% Plans & Specs 218.00 0.06% 1,187.87 0.13% Postage 301.57 0.09% 707.67 0.08% Professional Fees 1,929.56 0.56% 4,367.36 0.49% Rent - Storage 560.00 0.16% 1,120.00 0.13% Repairs & Maint-Equi 3,887.98 1.14% 8,103.15 0.91% Repairs & Maint-Vehi 1,404.73 0.41% 1,650.41 0.19% Safety Equipment 522.34 0.15% 879.74 0.10% Seminars 797.84 0.23% 917.84 0.10% Supplies - Misc. 745.71 0.22% 745.71 0.08% Salaries & Wages 9,240.00 2.70% 28,816.13 3.24% Taxes & Licenses 0.00 0.00% 281.75 0.03% Taxes - Payroll 706.53 0.21% 2,223.02 0.25% • REPORT GL0401-01 Prime Construction Group, Inc. PAGE 00002 DATE 04-25-1996 5528 Force Four Parkway TIME 10:58 Orlando, FL 32809 PERIOD & Y-T-D PROFIT & LOSS STATEMENT FISCAL 1996 { DETAIL COMPANY PROFIT & LOSS PERIOD 03 ENDED 03/31 YEAR-TO-DATE THRU PERIOD 03 ENDED 03/31 P/R Taxes - SUTA 916.70 0.27% 3,029.05 0.34% P/R Taxes - FUTA 274.52 0.08% 900.57 0.10% Utilities & Telephon 386.12 0.11% 1,054.04 0.12% Miscell Job Cost Adj ( 52.23) -0.02% 80.29 0.01% TOTAL OPERATING EXPENSES 32,767.37 9.59% 86,133.05 9.67% TOTAL EXPENSES 32,767.37 9.59% 86,133.05 9.67% OTHER INCOME/EXPENSES OTHER INCOME Interest Income 1,220.98 0.36% 1,950.86 0.22% Miscellaneous Income 0.00 0.00% 56.79 0.01% TOTAL OTHER INCOME 1,220.98 0.36% 2,007.65 0.23% TOTAL OTHER INCOME/EXPENSES 1,220.98 0.36% 2,007.65 0.23% NET PROFIT - (LOSS) 69,819.75 20.44% 130,284.84 14.63% PRIME CONSTRUCTION GROUP, INC. CONTRACT RECEIVABLES MARCH 31, 1996 BILLED: JOB # TOTAL RETAINAGE OTHER 243.00 32380.70 0.00 32380.70 244.00 29276.68 0.00 29276.68 257.00 12479.44 12479.44 0.00 258.00 358882.97 35888.30 322994.67 260.00 65876.00 6587.60 59288.40 UNBILLED: 257.00 1300.00 1300.00 260.00 5492.48 5492.48 505688.27 54955.34 450732.93 SEE ACCOUNTANT'S COMPILATION REPORT PRIME CONSTRUCTION GROUP, INC. EARNED REVENUES MARCH 31, 1996 EARNED CONSTRUCTION GROSS REVENUE COSTS PROFIT COMPLETED JOBS 264,967.64 188,496.67 76,470.97 JOBS IN PROGRESS 625,668.67 487,729.40 137,939.27 890,636.31 676,226.07 214,410.24 SEE ACCOUNTANT'S COMPILATION REPORT y mm ol UOFA °! - -� LL 0 'tD N m Z p N Ul N U. Z°O) 0)I-O)`0* 0) cD In. 0 v, G Z_UWZ uf)CD .- W pyw- In0)In0) O) ii UOXJ MN .-N rMI ) II OW"' I II I I II I 1 09, 88881 ,7; N �N00001k C, no z IQ J N O) I .- CO ZCI I 'mup.up..0 1 N i1 up 1 m ri OU cr.)VV)CNorO)— CO 11 00 1 CO G tI Go�rn0.0 w 11 I uD n i•-1°/-Q 4. 1A 0D r),-.-N 1 .- 11 up I IA 1 C + O 1 Nr- I 0. 11 Cl ICO I 1-.co � 11 I Za) a n p 1 1 UU 1 i i co 1 W .r-N'7 0)0.co cp 0 ` C , .cm 1 up ' N CD I E5RCj I CDOfD1nNO j 0? 1 0 i 0)el I aaM 1 ;iO- 1 N I aD i r).- II I O N 0)000 i 1 aDh M+t00 1 r) 1 :5l' u) .- 1 Q CON0 I CO 1 ANLL 1 0-t0n..0IV I GOD. 1 hmrt 1 0N'.-. . m ! W V' d i N.- 1 Q G I , O O N O O O 1 N o OO GD(DOO I N 1- IIn7,-c0el cNC) I E-I ¢Qi- Omrnr1wc') (Z 1OD 0U 00�oDIN 1W — w c7C5CDo 0) 1:4on 00w N-rnr).NU) nu i- W GCDCoInoo n Z ¢v» I) 00)CD In 0 P2 82 C'1 Co00)CO- cn 0) H WU0 a I 009 01 0 CO Q 04 Ill I GO ' Q 1 H FIA I QD Q..-0)QNGD 1 0 N el M N j �.. - I1 IIII0 Zo 1 N CO-N co N 1 v I U 00Z UO UI ! - I I u E-I zN I- CN00p000p0 I0 z JU IDN0000 O1 tct H Fa- no1n1nN0 Z 0O OZ 1 N0)0)OO.- nr C' Oa 0 N 0 U 0- u U Um � 00 W ►-n.0m W QJ_ MOM.-NCOM Q In In ID ID CD OD Q= it N N N N N N .- <wU m0a • . , co II) AN co ii:g53 U5 up N N Nr U' ah0 C)aai , „0N W } p��pp p cc. t�[820No iii0o0.4Q.In Ci CO (O 00,-. s-COV) 0 W ooOCDOOo v 0 0 0 co s-v 0 0 ZW�' 000MW rn W Z > rn Ni W W I N >- I ,-r-o (Dor. In hlAupWON 0- coF-Q CO�000 Ni co n o W Lo w coLL M NrCO o(O w to tae VN.V°� co "' W N } OOONI-o D) ; 01 Ill NOInD)otD ' M Jfn nr(D 66 cj6 C7 r-r-Ns-D) N N =7.1 F- ,-000--0 to Nfn ,7etnr` N OD 00,- OD04 00 OD r W t } s- I r-000(D sr Ln D)IooCDOD) o Z O,_ 0 0<-N o r 07 W2!el r E o W W sT M sr M } 1 H R O a w Z MI�NV'loh 00 NO,-NNN WZ fn F- O(Vlfl�tn0 Ln 0 D)hI�M..—rr I m H U)W � D) srNNo O gt 0 rl IN a H ! a r-vrn tI- rnmow O ON,-66610 UQQ oinoCOo= orr- ele_ oz r-omor , I' Lo - Da".9 0 � � Z gt 00 H OF Z 2 11.1 0-10 CL. VO = U SD �LLrn w Z O N N N N N N rIJ O j(j Oh f/S m WWv 0 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 May 8, 1996 "? MAY I 0 ,,.;y3 Mr. James Shira, P.E. City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Re: Continuing Contractors Dear Mr. Shira: We appreciate the invitation and opportunity to offer our services in a continuing contract for horizontal construction work for the City of Ocoee. Sunshine Building and Development Corp. hereby manifests its interest in qualifying for and contracting with the City of Ocoee for its needs in this area. Enclosed please find the requested attachments. Very truly yours, SUNSHINE BUILDING AND DEVELOPMENT CORP. J hn . Bus 7re ident JTB/aI 1 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 Name,address,and phone number of one(1)party to whom all future correspondence and all communication will be directed: John T.Bush P.O.Box 180958 Casselberry,Florida 31718-0958 Phone Number-339-6721 FAX Number -331-7542 Mobil Number-341-2127 • Sunshine Building and Development Corp. p p POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 References: Seminole County Contact-Chuck Lawson Phone Number-830-8919 City of Winter Park Contact-Bill Archer Phone Number-623-3349 City of Altamonte Springs Contact-Roger Densberger Phone Number-830-3857 Sanlando Utilities Corp. Contact-Hamp Conley Phone Number-788-3600 Econ Utilities Contact-Bill Sassamon Phone Number-568-2113 Southern States Utilities Contact-Bruce Paster Phone Number-880-0058 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1990 Walt Disney World Orlando, FL Phone 824-6853 Contact: Tim Dison, Service Area Maintenance Lift Station Rehabilitation $5,544.00 Econ Utilities 20751 S.R. 520 Orlando, FL 32833 Phone 568-2113 Contact: Bill Sassamon Lift Station No. 5 $30,264.00 Sanlando Utilities Corp. P.O. Box 3884 Longwood, FL 32791 Phone 788-3600 Contact: Hamp Conley Wekiva WWTP Expansion -Contracts 1, 2, & 3 $859,850.00 Park Manor Development 1527 Park Manor Drive Orlando,FL 32825 Phone 277-1204 Contact: Bob Powers Unit 12C-Clearing and Grubbing, paving and Drainage, Water Distribution, and Sanitary Sewer $176,230.00 City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs,FL 32701 Phone 830-3856 Contact: Roger Densberger CBD Force Main and Reclaimed Water Main $846,351.00 • Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1991 Park Manor Waterworks, Inc. 1527 Park Manor Drive Orlando, FL 32825 Phone 277-1204 Contact: Bob Powers $11,954.00 City of Winter Park 401 Park Avenue South Winter Park, FL 32789 Phone 623-3349 Contact: Bill Archer Howard Drive Lift Station $65,423.00 Econ Utilities 20751 S.R. 520 Orlando, FL 32833 Phone 568-2113 Contact: Bill Sassamon Replace Hydro Tank $21,200.00 City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs, FL 32701 Phone 830-3857 Contact: Roger Densberger ECBD Reclaimed Water Main $1,107,444.15 Sanlando Utilities P.O. Box 3884 Longwood, FL 32791 Phone 788-3600 Contact: Hamp Conley Lynwood Booster Pump Station $52,148.00 Econ Utilities 20751 S.R. 520 Orlando, FL 32833 Phone 568-2113 Contact: Bill Sassamon Upgrade Fire Hydrants $7,900.00 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE (407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1992 Lake Grove Utilities P.O. Box 3884 Longwood, FL 32791 Phone 788-3600 Contact: Hamp Conley Construct Package WWTP and Upgrade Existing WTP $175,000.00 City of Winter Springs 1126 E. State Road 434 Winter Springs, FL 32708 Phone 327-1641 Contact: Kipton Lockuff Water Main Extension, Sheoah Blvd., and Moss Road $71,000.00 Florida D.O.T. 719 S. Woodland Blvd. DeLand,FL 32720 Phone 1/846-5265 Contact: Eddie Wooten Lift Station and Force Main $170,000.00 Southern States Utilities 1000 Color Place Apopka,FL 32703 Phone 880-0058 Contact: Bruce Paster Zephyr Shores WWTP Effluent Disposal Improvements $79,000.00 Sanlando Utilities Corp. P.O. Box 3884 Longwood, FL 32791 Phone 788-3600 Contact: Hamp Conley Water and Force Main Relocation $20,883.00 Seminole County P.O. Box 2109 Sanford, FL 32772 Phone 321-1130 X 7112 Contact: Linda Jones Roseland Park Water Main Extension $143,680.50 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1992 -(Cont'd) City of Winter Springs 1126 East State Road 434 Winter Springs, FL 32708 Phone 327-1800 Contact: G.E. Martin, Purchasing Director Blower Addition $93,065.00 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1993 Sanlando Utilities 1105 Kensington Park Dr. Altamonte Springs, FL 32714 Phone 788-3600 Contact: Hamp Conley Water Plant Expansion $408,190.00 City of Cassselberry 95 Triplet Lake Dr. Casselberry, FL 32707 Phone 263-3912 Contact: William C. Goucher, P.E. Relocate Gravity Sewer and Water Main $79,590.00 Orange County Public Utilities 109 E. Church Street Orlando, FL 32801 Phone 836-7272 Contact: Tom Rutherford Landfill Leachate Pump Station and Force Main $265,008.00 Southern States Utilities 1000 Color Place Apopka,FL 32703 Phone 880-0058 Contact: Bruce Paster Water System Interconnect $15,396.00 Florida D.O.T. Turnpike Construction n P.O. Box 593527 Orlando, FL 32859 Phone 851-1418 Contact: Joe Chinelly Lift Stations, Force Main,and Water Main $142,980.00 Seminole County Public Works Dept. 3000A Southgate Rd. Sanford, FL 32773 Phone 830-8919 Contact: Chuck Lawson Water Distribution System-Black Hammock Ph. III $89,205.00 iiSunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1993 -(Cont'd) Florida D.O.T. Turnpike Construction P.O. Box 593527 Orlando, FL 32859 Phone 851-1418 Contact: Joe Chinelly Leesburg/Clermont Toll Facilities, Water. and Wastewater Utility Improvements $177,894.00 City of Altamonte Springs 225 Newburyport Ave. Altamonte Springs, FL 32701-3697 Phone 830-3857 Contact: Roger Densberger Northeast Quadrant Reclaimed Water Mains $831,646.00 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1994 Lake Hills Utilities P.O. Box 915389 Longwood, FL 32791 Phone 774-8992 Contact: Hamp Conley Lake Hills Water Treatment Plant Ph. III $383,539.50 City of Winter Park 401 Park Avenue South Winter Park,FL 32789 Phone 623-3398 Contact: Bill Archer Belmont, Phelps, Isle of Sicily&Roundelay Lift Station Modernization $204,862.50 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster Holiday Heights Water Plant Hydro Tank Replacement $27,799.50 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster Morningview Water Treatment Plant Hydro Tank $35,682.50 Park Manor Waterworks, Inc. 1527 Park Manor Drive Orlando, FL 32825 Phone 277-1204 Contact: Bob Powers Park Manor Headworks $26,225.00 City of Winter Park 401 Park Avenue South Winter Park, FL 32789 Phone 623-3398 Contact: Bill Archer Lift Station Renovations $59,205.00 • Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1994 -(Coned) City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs, FL 32701 Phone 830-3857 Contact: Roger Densberger Jamestown Bridge $22,355.00 City of Apopka, FL 32703 Phone 889-1723 Contact: James Huish Third Street Lift Station Repairs $49,833.00 Seminole County Public Works Dept. 3000 A Southgate Dr. Sanford, FL 32773 Phone 830-8919 Contact: Chuck Lawson Lower 16" FM $32,043.00 City of Apopka 120 E. Main St. Apopka, FL 32703 Phone 889-1723 Contact: James Huish Monroe Avenue LS Renovation $50,718.00 City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs, FL 32701 Phone 830-3857 Contact: Roger Densberger NE Quadrant Reclaimed Water Main $784,097.28 City of Winter Springs 1126 E. S.R. 434 Winter Springs, FL 32708 Phone 327-1641 Contact: Kipton Lockuff High Service Pump $30,257.00 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1994 -(Cont'd) Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster University Blvd. WW Interconnect $50,156.00 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster Intercession City WM Replacement $36,921.24 Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1995 City of Minneola P.O. Box 678 Minneola, FL 34755 Phone(904) 394-3598 Contact: Lakewood Ridge Booster PS $77,482.00 City of Winter Park 401 Park Avenue South Winter Park,FL 32789 Phone 623-3398 Contract: Bill Archer Winn Dixie, Dinky Dock, Kraft Gardens LS Modernization $177,022.00 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster Sunshine Parkway WWTP Impts $47,082.00 Seminole County Public Works Dept. 3000 A Southgate Dr. Sanford, Fl 32773 Phone 830-8919 Contact: Chuck Lawson Hunt Club Blvd. Drainage Impts. $94,111.60 City of Altamonte springs 225 Newburyport Avenue Altamonte Springs,FL 32701 Phone 830-3857 Contact: Roger Densberger Master PS #8& PS #4 Rehab $283,338.00 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Woody Hendricks Lake Brantley WTP $83,190.80 Sunshine Building and Development Corp. p POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 PROJECT EXPERIENCE 1995 -(Cont'd Seminole County Public Works Dept. 3000 A Southgate Dr. Sanford, Fl 32773 Phone 830-8919 Contact: Chuck Lawson Indian Hills LS $74,443.00 Southern States Utilities 1000 Color Place Apopka, FL 32703 Phone 880-0058 Contact: Bruce Paster The Palisades $20,890.00 Southern States Utilities 1000 Color Place Apopka,FL 32703 Phone 880-0058 Contact: Bruce Pastor Western Shores Steel Casing $2,210.00 Sunshine Building and Development Corp. p POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 Resumes of the following "Key Personnel" are attached: John T. Bush President/General Superintendent Ronny E. Daniels Vice President/Foreman Rebecca Whitfield Bush Asst. Secretary/Safety Director Sue A. LaRosa Asst. Secretary/Office Manager Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE (407) 339-6721 /FAX: (407)331-7542 John T. Bush 3/78 -Present President Sunshine Building and Development Corp. 1/68 - 3/78 Vice President. General Superintendent, Orange Paving and Construction Co. (10%Ownership) 1/62 - 1/68 Foreman, Orange Paving and Construction Co. 1/60 - 1/62 Laborer,Operator, Foreman,Orange Paving and Construction Co. Education: High School Graduate Air Force Schools During employment with Orange Paving completed correspondence courses in general business math and procedures and completed study courses in preparation for examination for General Contractors License; passed General Contractors License examination and received General Contractors License in 1976. Note: Orange paving jobs ranged from small up to the largest of approximately$600,000.00. Sunshine Building and Development Corp. p POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 Ronny E. Daniels 4/93 -Present Vice President in Charge of Outside Operations, Sunshine Building and Development Corp. 10/83 - 3/93 Foreman, Sunshine Building and Development Corp. 1982 Equipment Operator, Fields Landclearing, Inc. 1981 Superintendent, S& S Underground 1966 - 1980 Laborer, Equipment Operator, Foreman, Orange Paving and Construction Co. Education: High School Graduate U.S. Army Various Construction and Safety Courses. • Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE (407)339-6721 /FAX: (407)331-7542 Rebecca Whitfield Bush 1/94 -Present Assistant Secretary, Sunshine Building and Development Corp. 7/91 - 12/92 Senior Software Analyst IBAX Healthcare Solutions 3/87-5/89 Data Processing Positions in Orlando and New Smyrna Beach, FL 12/81 - 12/86 Data Processing Manager, Inversiones Sabenpe C.A., Caracas, Venezuela 12/79 - 12/80 Student Registration and Computer Science Curricula Coordinator, Universidad Nacional Abierta, Caracas, Venezuela 5/76 - 12/79 Director, Informatics Div. Scholarship Program"Gran Mariscal De Ayacucho", Caracas, Venezuela 1/75 - 5/76 Programming Manager, Banco de Venezuela, Caracas, Venezuela 3/69 - 12/74 Data Processing Manager, Volkswagen, C.A., Caracas, Venezuela More than 20 years experience in large main frame computer systems. Education: University of Florida, AA- 3/69 Gainesville, FL University of Central Florida Bachelor of Science in Business Administration-5/91 Numerous courses completed with IBM, Hewlett Packard, NCR, and Unisys. Public Safety Certification- 3/96 National Safety Council. Sunshine Building and Development Corp. POST OFFICE BOX 180958/CASSELBERRY, FLORIDA 32718-0958/PHONE(407)339-6721 /FAX: (407)331-7542 Sue A. LaRosa 3/83 -Present Assistant Secretary/Bookkeeper, Sunshine Building and Development Corp. 8/77-2/83 Bookkeeper, Orange Paving and Construction Co. 10/67-7/77 SecretaryBookkeeper, Greene and Dycus, CPA's Sanford, FL 1963 - 1966 Teller/Bookkeeper, NAS Federal Credit Union, Sanford, Florida 1960- 1961 Clerk, Seminole County Tax Collectors Office, Sanford, FL 1959 - 1960 Teller, Florida State Bank, Sanford, FL Education: High School Graduate Seminole High School, Sanford, FL One year University of Florida, Gainesville Various Banking Courses, Business Courses, and Computer Courses. AT MID ;;;:: PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Fisher—Brown , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 711 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pensacola , FL 32593-0711 COMPANIES AFFORDING COVERAGE WE L/c r COMPANY 904-432-7474 A U S FIRE INSURANCE CO INSURED — COMPANY Sunshine Bldg & Development Co B CNA Insurance Companies Attn: Am o r e t LaRosa COMPANY P. 0. Box 180958 C Casselberry , FL 32718-0958 COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT WITHSTANDING ANYREOUIREMENT,TERMOR CONDITION OFANYCONTRACTOR OTHERDOCUMENT WITHRESPECT 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MM/DD/YY) DATE(MM/DDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2000000 B X COMMERCIAL GENERAL LIABILITY 10327996 4/09/96 4/09/97 PRODUCTS-COMP/OP AGG $ 2000000 CLAIMS MADE X OCCUR PERSONAL & ADV INJURY $ 1000000 OWNER'S&CONTRACTOR'S PROT i EACH OCCURRENCE $ 1000000 FIRE DAMAGE(Any one fire) S 50000 MED EXP (Any one person) $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S B X ANY AUTO 10327996 4/09/96 4/09/97 _ 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY I AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ 8 0 0 0 0 0 0_ A X UMBRELLA FORM 5530244085 4/09/96 4/09/97 AGGREGATE $ 16000000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS'LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ _ INCL DISEASE-POLICY LIMIT S PARTNERS/EXECUTIVE — OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE S OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS The City of Ocoee is incl . as Add' I . Ins . against claims for damages to person property or premises arising out of the operations to complete this contract . :CEHT1FIC_A1E HOLDER: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 692380000 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Ocoee 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 150 N. Lakeshore Drive BUT URE TO MAIL SUCH •T ALL IMPOSE NO OBLIGATION OR LIABILITY Ocoee , FL 34761 F KIND UPON TN:. ITS AGENTS OR REPRESENTATIVES. AU ORI DR PRESENT/1�IV 692380000 t4t, e AC D::2 • :: ::::::.::::::::::.::: :::::::::::::::.::.:.: :�ICORD..CCl/IPfi?R14't1QM:3:95;1: :'•:' A4:111111. . � :::;:;.: � .. ..� � �; : ::.i:.s:.i::::i:.i:.i: i:::::'S:;is:;;:.;;;:.;:.;:.;:.:s:.ii:: :::::: DATE MM.../D...D/YY........,;:.;:.;: ;;; ; ; ;:.:::::::::.::.:c:<;.;:.:;;:;.;:;.;:;.;:.;:.;::;:::.;::.:;;:.>:.;:.;:;:;;.:::.:::: ( ... ,.:::. ::::::: :: ; : > ,<: /96 PRODUCER . .: :r ; THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Fisher—Brown , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 7 1 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pensacola , FL 32593-0711 COMPANIES AFFORDING COVERAGE WE L/c r COMPANY 904-432-7474 A Associated Industries of Fla INSURED COMPANY Sunshine Bldg & Development Co B Attn: Amoret LaRosa COMPANY P. O. Box 180958 C Casselberry , FL 32718-0958 COMPANY D 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,TERMORCONDITIONOFANYCONTRACT OR OTHERDOCUMENT WITHRESPECTTO WHICHTHIS 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MMIDDIYY) DATE(MM/DDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE OCCUR PERSONAL & ADV INJURY S OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE(Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE 5 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS'LIABILITY A 962301769 4/09/96 4/09/97 EACH ACCIDENT 5 500000 THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT S PARTNERS/EXECUTIVE 500000_ OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $ 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS C RTIF1CATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 692380000 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Ocoee 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 150 N Lakeshore Drive BUT F LURE TO MAIL SUCH NOT IMPOSE NO OBLIGATION OR LIABILITY Ocoee , FL 34761 OF A KIND UPON THE C'MP S AGENTS OR REPRESENTATIVES. AU ORIZ DPRESENIA IV 692380000 I <A :1 4 :: 3 9 ..:.>::: . : ;::::...:..::::::.:....z:AGt7k::cpo#ATioN:3:9$3 FB B FISHER-BROWN INCORPORATED ---Q ( INS R.INCE - BONDS . . . IT PAYS May 6 , 1996 TO WHOM IT MAY CONCERN: We have been asked to provide information regarding the bonding capabilities of Sunshine Building & Development Corp. This agency and the United States Fidelity & Guaranty Company have been privileged to take care of their bond needs since they went into business in 1978 . We consider them to be one of the finest contractors of their type in the Southeast and would favorably consider any bond request, subject of course to our normal underwriting criteria. Please advise if we can provide any further information. Since y, (•(1 Robert H. Dixon Vice President Manager, Bond Department RHD/psn MAIN OFFICE: 1701 WEST GARDEN STREET ❑ P.O. BOX 711 315 MARY ESTHER BLVD. ❑ P.O. BOX 845 PENSACOLA, FL 32593-0711 ❑ 904/432-7474 MARY ESTHER, FL 32569-0845 ❑ 904/243-9187 FAX: 904/438-4678FAX: 904/664-5350 304 STEWART ST. S.E. (1-1116141 1714 WEST 23RD ST., SUITE K ❑P.O. BOX 16359 MILTON, FL 32570-4770 ❑ 904/623-3414 AMM,, PANAMA CITY, FL 32406-6359 ❑ 904/785-7404 FAX: 904/626-7722 _ FAX:904/769-5942 J IMI L yr rL_vrslu- • DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONST INDUSTRY LICENSING BOARD DATE LICENSE NO. BATCH NO. 07/26/94 CG CA1111 :? 94900153 THE CERTIFIED GENERAL CONTRACTOR NAMED BELOW IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489 F.S., FOR THE YEAR EXPIRING AUG 31 , 1996 BUSH , JOHN T SUNSHINE BUILDING & DEV CORP P 0 BOX 180958 CASSELBERRY FL 3713-0953 441 LAW HL/ UEO' E S7U i•T, JR. GOVERNOR DISPLAY IN A CONSPICUOUS PLACE SECRETARY,I,.B.P.R. "�;�DVCDVCDVCDVCDVC�DVCD�}�C1���QnCNMPI MDMNFIDNRMDVC ,3n n n n n n n n nO n, % pnc .� Dec :.Xc _ Q at e - a I:)„, gg V �5b ` 7 : W. -- n � • .. =0� wI .PSS Doc �pparttnrnt of f§tat p x V ft 7VC ft x.. I certify from the records of this office that SUNSHINE BUILDING AND �nC - DEVELOPMENT CORPORATION is a corporation organized under the laws of jVC V the State of Florida, filed on June 27, 1978 ;..kVA :..-V),..2 The document number of this corporation is 577126. `V n ft C I further certify that said corporation has paid all fees and penalties due this office j d�pC through December 31 , 1996, that its most recent annual report was filed on V' January 23, 1996, and its status is active. D� x ft '� I further certify that said corporation has not filed Articles of Dissolution. nx pec JDmv HQ gM ...x'n' J He J D 0iben unser mp hanb anb the Nv Great teal of the state of ifloriba, 7VC at trallahaggee, the Capital, thig the n ' Twenty-fifth bap of January, 1996 �ft QVC 0.--`,i4F V n.l F2 4.1,-* ,\.‘‘,. M ci‘z ', ..:.i.e`t:Vic..-1.-.E-4 5ns, r4.. bk..';,: ti' w.7111Ni.e.i . .14 Z7friJZ() klcv QV � C � ti %.,`. ` VC CI ° 4.i,ia $unbruurarthum Qn M CR2E022(1-95) $etre of(State N�Mlz W7W7 • 'Vc0°6cadk.CCW�E�a gDrIC ar' a �nc� �d (.14kc Dnc?• • .•n. n n n n n n n FLORIDA _ DEPARTMENT OF TRANSPORTATION LAMTOPI CHILES 605 Suwannee Street 11 Yet 4'i BEM(;.WAITS GOVERPIOR •Nrai MSECRL.7AAY • August 2, 1995 V Sunshine Building and Development Corp. P. 0. Box 180958 Casselberry, Florida 31718-0958 RE: CERTIFICATE OF QUALIFICATION Gentlemen: The Department of Transportation has qualified your company for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire July 31, 1996. Please take notice that to ensure continuity in your certification at least thirty (30) days must be allowed for the processing of your next application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3) , Florida Administrative Code. MAXIMUM CAPACITY RATING: $5,200,000.00 WORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spans _ b. Bridges which include Curved Steel Girders c. Bridges with Multi-Level Roadways d. Bridges of Concrete Segmental Construction e. Bridges which include Steel Truss Construction _ f. Bridges which include Cable Stayed Construction _ g. Bridges of conventional construction which are over a water opening of 1000 feet or more 2. Intermediate Bridges (Bridges that contain none of the types of construction listed under Major Bridges and span lengths exceeding 50 feet (center to center of cap) _ 3. Minor Bridges (Bridges with span lengths not exceeding 50 feet (center to center of cap) and total length not exceeding 300 feet. A Minor Bridge shall not contain any types of construction listed under Major Bridges or Intermediate Bridges) _ 4. Bascule Bridge Rehabilitation — 5. Grading (Includes clearing and grubbing, excavation, and embankment) X 6. Drainage (Includes all storm drains, pipe culverts, culverts, etc. ) X 7. Flexible Paving (Includes limerock and shell base and other optional base courses, soil-cemented based, mixed-in-place bituminous paving, bituminous surface treatments, and stabilizing) X 8. Portland Cement Concrete Paving 9. Hot Plant-Mixed Bituminous Structural and Surface Courses SPECIALTY CLASSES OF WORK: Sanitary Sewer, Water Lines & Appurtances, Mechanical, Water Treatment and Wastewater Treatment Plants X Sunshine Building and Development Corp. August 2, 1995 Page Two You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14- 22.0041(3) , Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Also, refer to the note at the bottom of Page 13 of the Application for Qualification when supplying additional information. Sincerely yours, Juanita Moore, Manager Contracts Administration Office JM/paw 12/89 (SEE NOTES ON REVERSE SIDE) GEORGETOWN ENTERPRISES, INC, ROADWAYS * SITE UTILITIES * EROSION CONTROL April 1, 1996 Mr. James Shira, P.E., City Engineer City of Ocoee 150 North Lakeshore Drive Ocoee, FL 34761 Re: Letter of Interest For Construction Services For Horizontal Construction Work For The City of Ocoee Dear Mr. Shira: Georgetown Enterprises, Inc.,has a strong interest in being selected for horizontal construction services for work for the City of Ocoee for the three year period as advertised in the Orlando Sentinel on Sunday March 24, 1996. Georgetown is very familiar with this type of work and has been in the horizontal construction business in the Central Florida area for the past twenty years. Georgetown is registered with the State of Florida Department of Professional Regulations as an Unlimited General Contractor, Registration Number CGC 003347,by Thomas P. Warlow. Georgetown and its persons are very familiar and work on a daily basis with the laws, regulations, codes, and practices of the State of Florida, and Orange County and will familiarize ourselves with and adopt applicable City of Ocoee regulations and laws. Georgetown carries the necessary insurance required, and has the Bonding Capacity for the type and volume of work required by the City of Ocoee. Please refer to attachments "A"and `B". Georgetown designates all correspondence and communications to be directed to Thomas P. Warlow, President, PO Box 547163, Orlando, FL 32854, Tele. 407-843-3445 and Fax 407-423-1644. Georgetown has contracted and completed numerous horizontal construction contracts within the past twenty years. All contracts have been completed in a timely manner and there are no lawsuits,judgments, pending litigation or unfinished/uncompleted work. Georgetown enjoys a good reputation and has a long list of continuing customers. Please see Attachment "C"for horizontal construction work in process and completed. Licensed General Contractors P.O. Box 547163 * Orlando, FL 32854-7163 * 407/843-3445 * Fax 407/423-1644 The Key personnel which Georgetown intends to utilize if we are selected to contract with the City of Ocoee is listed in Attachment `D". As you will see,these people have extensive experience in this type work and have been with Georgetown for a long time. Georgetown has a fleet of modem, well-maintained construction equipment and trucks. Attachment "E"list this equipment which we can commit to construction work in the City of Ocoee. Georgetown has the financial capability to Bid, Contract and Complete in a timely manner the construction services you require. Please see our attached Financial Report. Finally, Georgetown strongly desires to enter into a continuing contract for horizontal construction services with the City of Ocoee. We feel we have the experience, equipment, personnel and desire to bid competitively and complete the work to your satisfaction. Respectfully submitted, 42/7/kV Thomas P. Warlow President I z Cri T 1 0 I F Ii (p o • C) d- ; _1ca n• ¢d rl- cr. N I I (3cr. co..n -)d (N,10 2 i w c •1-0- m r) k r1J 0 ..4 I IVCD CJ 0- '4-. p W W . J al 1— r ti W r4 \ F - C.X7 CI. C41 O f_.1 �I r-4 1-4 d ► F Z r-i I wI 5Z is w =..4 . 0,1 ,-+rn 1 w (1)F-a F" �U7 Cir l406 d co in _J w =IouWCn :T ._W } ,.00y z U ILLI LL ¢ o y OZ. Cl Cow >m Li - J p o - , WCC o IQW ca 1_.,, -a z tact. z tJiarJ ow wa CJ F 4>< I I ii.z 4- ..r ►-4EL ¢ 3 m C Jw w Cr OQJ < t1.W 5OZ o r.� z "Irco>. W L171- W fy a 0- Cr.G7 Q W[t Z <2: a I--I- w D JI �F- W W WX U7rn _J � L.I =W rD O w w l's. :a:er I CO :Z Z OC O C•-+Or-. I l!_L7 r..D I--3 =W v, ,Y z M 2..J r-•-> I 0 T_ i1) C) H>- w¢ rl- in r'7 ,---#CG r'7 z 1-F-a F-d ..I-. 2 0 .'. z O < 0 i I Z Li- .. i11 0 r-- U c I— i.t.iW W1- I-. f70 if.I- Zw C) n r....3 rr)01—:Y. I 1 Cn 1— ._1CC' (nom 0O .,• :2.-0,--4 r) Q Z CC Cr:0 <00 rt" o r f_7 ET^ rL I I MO w x:111 ILL 5 CC z w O o }. ¢2 J z c 2 Hm 1- m r.-)� I— \ j �¢ W 0- 0 \\,w1-- CC �. r W n W \l w o Cr. Cii o H ao: Z o W p 0 (.0 r,..1 ( w Q N 1-4J 0 u_ rn a- a- a. • L'r Oz N w w) ul co W • pct ct cr I-1Z 07 0 a r," z M L7 1...41.1...41.1...41...1 (,J 0 ...4M� if r-I P"1 LL �l uW) a C? In 0 cc w O < ZW J a O Q :> U ! CC cif) LL y h Cl /-40•4 Z h C9 Z Q r..af.c: 0 LJ,J N cn LI C7 Ci= ►-+1�.. 0 Q W 0 VWU ra W Z V) Z " amp ¢2- n 1— CCP - Own J m r..0 Z w ZCQ- X Z'tt W Z W c.O O—' 1--:40 0 O r.D rn— . •a-xra Z ~�') oci 00w 03 JCG C I W -. LL 0dr) WOO_J 0) ,_2 a 0 1-1jw¢ =Soci..a • w it =z CO a O rJ Z Z w NW wWCC 'IT . 0 w20o.. 1-c a 2azx g I—ZDW ?lid Sd9t :ZI 96 'TI 'i0 CUSTOMER # 12426 CERTIFICATE OF INSURANCE ISSUE DATE: 04/11/96 ._rr•_.. . '�...r. ,=73340...... 3n :y2MMt=n1=' _.•pSCRR3CZ1a0'd.''i- .._. g.,.,.,...•�i�_I]:r_...�..,....'...,..��n^^__._�..91.•.......� ,_4=.. PRODUCER I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS WILLIAM H. SHANK & ASSOC II NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, 1104 OSCEOLA STREET I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, P 0 BOX 5744 JACKSONVILLE,FL COMPANIES AFFORDING COVERAGE ZIP CODE 32207 COMPANY LETTER A AMERISURE INS. CO. COMPANY LETTER B PINNACLE INS CO. INSURED GEORGETOWN ENTERPRISES COMPANY LETTER C AETNA INC, P. O. BOX 547163 COMPANY LETTER 0 ORLANDO, FLORIDA ZIP CODE 32854-7163 COMPANY LETTER E ...n. n......-._..-mmmmmAWiLm====%;........ q7:�•r.._ac:a's:.^. Z:::S:,::C;�: �e:::::;:;...._.:::7:fi::xa:.sr,.s s�:�::5':W:::�:�::=,4:.'-:::.^.ate.�c.�s:'�::.r_........, .. ^a COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 1'0 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 CERTIICATE 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 SY PAID CLAIMS, ------------------------------------ ----------------------------------------------------- ------ COr. CO POLICY POLICY LTR TYPE OF INSURANCE POLICY NUMBER EFF. DATE EXP. DATE LIMITS '.R7e=RRassas.r:.aa.a,:.: nzrx::mss:237 ::YS.. ...__._._..�,a:.::�c::CG�:: GENERAL LIABILITY i ( GENERAL AGGREGATE $ 2,000,000 A (X) COMMERCIAL GENERAL LIABILITY CPP115641.7 01/15/96 01/15/97 PRODUCTS-'COMP/OP AGO. $ 2,000,000 ( ) CLAIMS MADE (X) OCCUR. PERSONAL A ADV, INJURY $ 1,000,000 ( ) OWNER'S b CONTRACTOR'S PROT, EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (ANY ONE FIRE) $ 50,000 ( ) MED, EXPENSE (ANY ONE PERS) $ 5,000 AUTOMOBILE LIABILITY A (X) ANY AUTO I CA10s1997B 01/15/76 01/15/97 COMBINED SINGLE LIMIT $ 1,000,000 ( ) ALL OWNED AUTOS ( ) SCHEDULED AUTOS BODILY INJURY (PER PERSON) $ (X) HIRED AUTOS (X) NON•'OWNEO AUTOS BODILY INJURY (PER ACC) $ () GARAGE LIABILITY ( ) PROPER'T'Y DAMAGE $ .... EXCESS LIABILITY --. ....^..............�..._....,...-.,_,..,.,.._..._.,.._,. Al 1,000,000 (X) UMBRELLA FORM C10270020 01/15/96 01/15/97 EACH OCCURRENCE �......,. $ () OTHER THANUMBRELLA FORM AGGREGATE 1,000,000 I ( ) STATUTORY LIMITS 8 WORKER'S COMPENSATION J 407-5651 12/31/95 12/31/96 EACH ACCIDENT $ 500,00() AND II DISEASE-POLICY LIMIT $ 500,000 • EMPLOYER'S LIABILITY DISEASE-EACH EMPLOYEE $ 500,000 OTHER C EQUIPMENT 351Z024923589 01/15/96 01/15/97 1,260,011 B UC-FLORIDA OPERATION ONLY DESCRIPTION OFOPERATIONS/LOCATIONS/VEHICLES/SPECIALITEMS ^^. AS REPSECTS AUTOMOBILE AND GENERAL LIABILITY, THE CITY IF OCOEE IS ADDITIONAL INSURED, AS RESPECTS BONDING LIMITS, PLEASE SEE THE ATTACHED LETTER. .._....._-'....__.. '...nr..r_ ..rr.._r..rnr�,•..CS:.._......._._.... _._'.'....._...�7^-.::::.....'.:2.a::�a.`.aY::X_:Y.... ......-......., 7'���5=','iS:^'... .CERTIFICATE HOLDER CANCELLATION CITY OF OCOEE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 150 N. LAKESHORE DRIVE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL OCOEE, FL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ZIP CODE 34761 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, .... .._�,__.... ....r.. ..___..n_.,:•'A11'TFIORIZE'D REPRESENTATIVE li WILLIAM H SHANK BANKERS itiiU ,RNeU •POU/ Bankers Insurance Company • Bankers Life Insurance Company April I1, 1996 William Shank and Associates PO Box 5744 Jacksonville,Florida 32247 Re: Georgetown Enterprises, Inc. Dear Kim: Georgetown Enterprises recently completed a bonded project of Cnmproximately pany would be wi�Ong t0. 'ohey have completed larger projects in the past. Bankers Insurance consider bonding additional jobs of this magnitude provided the underwriting information is current and acceptable at the time of the bid or final bond request. Please call if you have any additional questions. Sincerely, s/ Peder J. Flare Senior Tech. Bond Underwriter PJF P.O. Box 16707 s St. Petersburg, FL 33733.5707 s 813 023-4000 • 800 627-0000 20'd NN17HS W17 I fl I M V0092_9£1706 SS:T T 966T-TT-170 Georgetown Enterprises, Inc. Horizontal Construction Services 1996 Job Information Primera Mr. Sandy Acton, 401 Glenwood Dr., Raleigh, NC (919) 821-2626 The North Carolina Insurance Commission took control of this business park in Lake Mary, Florida. Construction had begun and was halted in 1991, due to a default and bankruptcy process. Georgetown Enterprises, as general site contractor, began testing and repairing existing pipe lines and performing new horizontal work including, among many new items, a 30 mil PVC liner in the large and more visible retention pond. Work in progress. Phillips Place Victoria Equities, Mr. Wayne Rich, 912 Highland Ave., Orlando, FL (407) 649-4205 This work is occurring in an established neighborhood and includes demolition and removal of existing buildings along with horizontal construction necessary for a nine lot subdivision. Arrowhead Arrowhead Associates, Inc., Mr. Jean Pierre Cuenant, 2430 Via Sienna, Winter Park, FL (407) 341-3191 This is a 3 phase 170 lot project located on previously undeveloped property in Lake County, Florida. Georgetown Enterprises is responsible for all aspects of site construction from clearing through asphalt paving. Rick Springs Mobile Home Park Reeco Properties, Mr. Alan Cooper, 13 Tanglewood Apopka, FL (407) 886-0775 On this project in an existing mobile home park, we camera tested existing sanitary sewer lines and made necessary repairs to prevent ground water intrusion into the sanitary system. First Presbyterian Church of Orlando McCree, Inc., Mr. Buz Ausley, 500 E. Princeton Street, Orlando, FL (407) 898-4821 On a restrictive site in downtown Orlando, Georgetown Enterprises was coordinated with other subcontractors to complete the horizontal construction. This was a multi-level facility with basement and site work included all necessary drainage and subsurface stabilization. Central Park South McCree, Inc., Mr. Buz Ausley, 500 E. Princeton Street, Orlando,FL (407) 898-4821 In an existing business park, Georgetown Enterprises tied into exiting utility lines and provided a building pad and parking lot for new office building. Also including in our scope of services was initial site clearing and grading. Georgetown Enterprises, Inc. Key Personnel for the City of Ocoee Thomas P. Warlow President DOB July 19, 1943 Incorporated Georgetown in 1976 BE Civil Engineering Vanderbilt University 1966 Work Experience: 7 years- Hubbard Construction- Construction Engineer 3 years- Tom Warlow, Inc. Underground Utility Contractor 20 years- Georgetown Enterprises, Inc. CEO, Project Superintendent and General Superintendent for Construction David T. Norris Vice President DOB November 15, 1953 BS Management Auburn University 1975 Work Experience: 1978 to present Georgetown Enterprises, Inc. Project Superintendent, Estimator and Comptroller Andrew Sessions Corporate Secretary DOB September 7, 1964 BS Physics Millsaps College Work Experience: 1988 to present Georgetown Enterprises, Inc. Administrative, scheduling, materials and personnel James Sweat Project Superintendent for paving, drainage, grading DOB 1927 Work Experience: Hubbard Construction 25 years 1989 to present GEI Fred Schultz Pipe Foreman DOB 1950 Work Experience: 22 years experience with sewer, water and pressure pipe of all kinds. 1986 to present GEI Bill Robinson Project Foreman DOB 1955 Work Experience: Over 9 years experience in concrete and water control structures, erosion control, clearing and grubbing; CDL licensed. 1987 to present GEI Ken McGinnis Project Foreman DOB 1956 Work Experience: Over 14 years experience in erosion control, heavy equipment operations, concrete and pipe work. 1982 to present GEI GEORGETOWN ENTERPRISES, INC. EQUIPMENT APRIL 1996 Caterpillar Dozer D-3LGP Caterpillar Motor Grader 120 G Caterpillar Crawler Backhoe 322 L Caterpillar Crawler Backhoe 325 L Caterpillar Loader 950 B Caterpillar Loader 928 F Caterpillar Loader 926 E Caterpillar 426 B Loader Backhoe Caterpillar CS 435 Vibe Roller Ingram Roller 9 Wheel Ford Power Broom/Bush Hog Rex Mixer/Stabilizer Morebark Chipper Mayco Concrete Pump Pump-It Concrete Pump Moretrench America-Wellpoint 8"x 6" International Flat Bed Truck Ford F-700 Sewer Wash Truck TV/Grout Sewer Truck 2 Axle Equipment Trailer Trench Burner • Page: 1 of 2 Georgetown Enterprises Inc. Balance Sheet December 31, 1995 ASSETS Current Assets United American Checking Acct $ 16,490.95 Payroll Checking Account 890.35 Payroll-Amsouth 459.27 Amsouth Checking Account 1,049.51 Petty Cash-Tom Warlow 2,100.00 Petty Cash-Dave Norris 100.00 Petty Cash-Ken McGinnis 250.00 Petty Cash-Chuck Crooker 100.00 Petty Cash-Bill Robinson 200.00 Petty Cash-Gary Reamer 150.00 Petty Cash-Scott Treviranus 200.00 Petty Cash-Lonnie Dees 200.00 Stocks Held 25,000.00 Accounts Receivable 333,996.50 Accts Rec-Retainage 135,130.32 Inventory 19,080.00 Prepaid Insurance 17,971.00 Deposits 829.89 Loans Receivable-Tom Warlow 7,369.00 Loans Receivable-Lenton Burks 188.00 Total Current Assets 561,754.79 Property and Equipment Furniture&Fixtures 4,338.00 Machinery&Equipment 310,831.61 Trucks&Autos 204,294.21 Accum Deprec-Mach&Equip <397,858.43> Total Property and Equipment 121,605.39 Other Assets Total Other Assets 0.00 Total Assets $ 683,360.18 • LIABILITIES AND CAPITAL Current Liabilities Accounts Payable $ 210,761.10 Insurance Reserve Payable 62,386.00 SUTA Payable 829.71 FUTA Payable 857.58 Child Support 540.80 IRS Employee Witholding 400.00 Note Pay-Bamett Bank/94 Dodge 5,816.23 Line of Credit-United American 94,697.23 Note Pay GMAC-94 Chevy 5,063.97 Note Pay-GMAC 95 Gm PU 10,160.84 Note Pay 95 GMAC WT-PU 15,541.40 Total Current Liabilities 407,054.86 Unaudited-For Management Purposes Only • Page:2 of 2 Georgetown Enterprises Inc. Balance Sheet December 31, 1995 Long-Term Liabilities Total Long-Term Liabilities 0.00 Total Liabilities 407,054.86 Capital Common Stock 860.00 Retained Earnings 259,175.34 Paid in Capital 786.00 Net Income 15,483.98 Total Capital 276,305.32 Total Liabilities&Capital $ 683,360.18 Unaudited-For Management Purposes Only • Page: 1 of 2 Georgetown Enterprises Inc. Income Statement For the Twelve Months Ending December 31, 1995 Current Month Year to Date Revenues Income-Construction 2,226,119.87 84.03 2,226,119.87 84.03 Income-Revetment 380,772.61 14.37 380,772.61 14.37 Income-Line Cleaning 40,326.47 1.52 40,326.47 1.52 Income-Fabric Sales 987.24 0.04 987.24 0.04 Other Income 348.00 0.01 348.00 0.01 Gain on Sale Of Assets 800.00 0.03 800.00 0.03 Total Revenues 2,649,354.19 100.00 2,649,354.19 100.00 Cost of Sales Construction Salaries-Reg 407,322.40 15.37 407,322.40 15.37 Construction Salaries-OT 39,168.12 1.48 39,168.12 1.48 Purchases Construction 192,577.97 7.27 192,577.97 7.27 Purchases Concrete 138,324.08 5.22 138,324.08 5.22 Purchases Fabric 98,904.39 3.73 98,904.39 3.73 Purchases Concrete Pipe 83,532.24 3.15 83,532.24 3.15 Purchases Pipe-Utility 182,396.30 6.88 182,396.30 6.88 Purchases Precast 67,620.02 2.55 67,620.02 2.55 Purchases-Fill 6,674.86 0.25 6,674.86 0.25 Equipment 1,569.81 0.06 1,569.81 0.06 Equipment Rent 314,935.55 11.89 314,935.55 11.89 Equipment-Small Rental 34,982.04 1.32 34,982.04 1.32 Equipment Rent-Auto 24,584.98 0.93 24,584.98 0.93 Subcontract 120,044.84 4.53 120,044.84 4.53 Subcontract-Survey 26,343.50 0.99 26,343.50 0.99 Subcontract-Hauling 93,903.20 3.54 93,903.20 3.54 Subcontract-Paving 124,356.51 4.69 124,356.51 4.69 Subcontract-Testing 527.00 0.02 527.00 0.02 Subcontract-Transport 13,827.90 0.52 13,827.90 0.52 Permits-Job 11,416.36 0.43 11,416.36 0.43 Fuel 56,494.93 2.13 56,494.93 2.13 Oil&Grease 5,169.49 0.20 5,169.49 0.20 Repair&Maintenance 86,807.57 3.28 86,807.57 3.28 Vehicle Expense 220.16 0.01 220.16 0.01 Vehicle Expense-Gas 29,210.86 1.10 29,210.86 1.10 Vehicle Expense-Repair 1,554.62 0.06 1,554.62 0.06 Purchase Discounts 77.81 0.00 77.81 0.00 Radio Communication 1,397.51 0.05 1,397.51 0.05 Total Cost of Sales 2,163,945.02 81.68 2,163,945.02 81.68 Gross Profit 485,409.17 18.32 485,409.17 18.32 Expenses Salaries-Officers 116,700.00 4.40 116,700.00 4.40 Salaries-Office 29,992.44 1.13 29,992.44 1.13 Insurance 6,075.92 0.23 6,075.92 0.23 Insurance General Liability 70,464.52 2.66 70,464.52 2.66 Insurance Workman's Comp 26,724.76 1.01 26,724.76 1.01 Insurance-Bonds 18,076.00 0.68 18,076.00 0.68 Legal 1,361.40 0.05 1,361.40 0.05 Accounting 9,198.75 0.35 9,198.75 0.35 Accounting Late Charge 2,586.38 0.10 2,586.38 0.10 Office Supplies 4,260.47 0.16 4,260.47 0.16 Other Office Expenses 14,297.92 0.54 14,297.92 0.54 For Management Purposes Only • Page:2 of 2 Georgetown Enterprises Inc. Income Statement For the Twelve Months Ending December 31, 1995 Advertising&Promotion 1,266.50 0.05 1,266.50 0.05 Bank Charges 2,878.29 0.11 2,878.29 0.11 Interest 186.50 0.01 186.50 0.01 Interest Expense-UA LOC 7,921.64 0.30 7,921.64 0.30 Interest Expense-Amsouth LOC 3,700.34 0.14 3,700.34 0.14 Interest Exp-GMAC-95 GRN-PU 991.04 0.04 991.04 0.04 Interest Exp-GMAC 95 WT PU 243.18 0.01 243.18 0.01 Licenses&Permits 2,263.46 0.09 2,263.46 0.09 Rent-Office 39,600.00 1.49 39,600.00 1.49 Utilities-Office 2,486.94 0.09 2,486.94 0.09 Telephone-Office 5,172.98 0.20 5,172.98 0.20 Telephone-Mobil 6,295.07 0.24 6,295.07 0.24 Telephone-Long Distance 713.88 0.03 713.88 0.03 Consultant 13,315.10 0.50 13,315.10 0.50 Travel 10,484.23 0.40 10,484.23 0.40 Entertainment 595.07 0.02 595.07 0.02 Donations-Charitable 524.00 0.02 524.00 0.02 Sales Taxes 863.09 0.03 863.09 0.03 Employer FICA Tax Expense 36,579.81 1.38 36,579.81 1.38 Employer Medicare Tax Expense 8,555.91 0.32 8,555.91 0.32 Employer FUTA Tax Expense 6,880.13 0.26 6,880.13 0.26 Employer SUTA Tax Expense 3,423.81 0.13 3,423.81 0.13 Taxes-Miscellaneous 15,245.66 0.58 15,245.66 0.58 Total Expenses 469,925.19 17.74 469,925.19 17.74 Net Income $ 15,483.98 0.58 $ 15,483.98 0.58 For Management Purposes Only r' O�S�tuC ' C. ig 6239 EDGEWATER DRIVE SUITE D-l0 ORLANDO, FLORIDA 32810 (407) 290-3202 FAx (407) 290-3019 April 12, 1996 Mr. James Shira, P.E. City Engineer City of Ocoee 150 North Lakeshore Drive Ocoee, Fl 34761 RE: Qualification Statement for Horizontal Construction General Contractor Continuing Contractor- Letter of Intent Dear Mr. Shira: JCB Construction, Inc. is pleased to respond to your advertisement for"Notice of Contracting Service Desired" as advertised in the Orlando Sentinel on Sunday, March 24, 1996. We are submitting our letter of interest as requested. JCB Construction, Inc. has performed horizontal construction since 1987 and is highly capable of performing the services you desire. We have a staff of qualified personnel to provide you with a quality product in a timely manner. We would certainly appreciate your consideration and we look forward to being selected as one of your five Continuing Contractors for horizontal construction for the City of Ocoee. All future correspondence and communication should be directed to: M. Jean Butler 6239 Edgewater Drive, Suite D-10 Orlando, Fl 32810 (407)290-3202 Please feel free to contact me should you require additional information. Sincerely, Butler MJB:plr HORIZONTAL CONSTRUCTION PERFORMED DURING THE PAST ONE (1)YEAR 1) Orlando Science Center-City of Orlando Site work and underground utilities performed by JCB as trade contractor. Construction Manager: Baker/Mellon Stuart; Kevin Geryk, Project Manager 722 East Rollins Street Orlando, FL 32803 (407) 894-4221 2) Celebration Town Center- Disney Development Company Sitework and utilities performed by JCB as trade contractor. Construction Manager. McDevitt Street Bovis, Inc.; Ray Bowen, Project Manager 760 W. Celebration Avenue, Suite A Celebration, Fl 34747 (407) 939-0938. 3) Coronado Springs Resort- Disney Development Company Storm Drainage performed by JCB as trade contractor. General Contractor: Hubbard Construction Company; Ernest Wolfe, Contract Administrator P. O. Box 547217 Orlando, FL 32854-7217 (407) 645-5500 4) T. M. Goodwin, Canal 54- Florida Game and Freshwater Fish Commission Drainage performed by JCB as prime contractor. Owner: Florida Game and Freshwater Fish Commission 5) Southwest Water Treatment Plant -Orlando Utilities Commission Roadway and storm drainage performed by JCB as trade contractor. Construction Manager: Walbridge Contracting, Inc. Paul Whitener, Project Manager 410 Ware Boulevard, Suite 900 Tampa, FL 33619 (813) 622-8900 HORIZONTAL CONSTRUCTION PERFORMED WITHIN THE PAST THREE YEARS 1) John Young Parkway -City of Orlando SR 423- 1-4 to Columbia New roadway, clearing, demucking and storm drainage performed by JCB. General Contractor. Hubbard Construction, Ernest Wolfe, Contract Administrator; P. O. Box 547217 Orlando, FL 32854-7217 (407)645-5500 2) Seminole/77040-3518 - Florida Department of Transportation; Storm Drainage performed by JCB. General Contractor: Macasphalt Division Don Carter, Manager 655 State Road 419 Winter Springs, FL 32708 (407) 327-0470 3) Orange/75259-3903 -Florida Department of Transportation; Storm Drainage performed by JCB. General Contractor: Macasphalt Division Don Carter, Manager 655 State Road 419 Winter Springs, FL 32708 (407) 327-0470 4) Bridge Replacement-Orange County Installed large box culvert with associated drainage performed by JCB as prime contractor. Owner: Orange County Highway Construction Department Antonio Lozada, P.E., Chief Engineer 4200 S. John Young Parkway Orlando, FL 32839-9205 (407) 836-7916 5) Miscellaneous Intersection Improvements -City of Orlando Concrete flatwork, paving and drainage performed by JCB as prime contractor. Owner: City of Orlando; Steven E. Frey, Construction Manager 400 S. Orange Avenue Orlando, FL 32801 6) Harry P. Leu Gardens -City of Orlando Roadway and storm drainage performed by JCB. General Contractor: Seacoast Constructors and Consultants; Bill Anderson, Project Manager 775 Kirkman Road, Suite 110 Orlando, Fl 32811 (407)578-9300 HORIZONTAL CONSTRUCTION PERFORMED WITHIN THE PAST THREE YEARS (con'd.) 7) Orange County Courthouse Storm Drainage performed by JCB. General Contractor. Amick Construction, Limited; Jim Smeenge, Vice-President P. O. Box 568492 Orlando, FL 32856 (407) 293-6562 Role of Key Personnel (See attached Resumes) A. Gratten White - Primary responsibilities will include estimating, project management and administration. He will be responsible for project budgets, material procurement and project schedule development. He will also assist in the coordination and allocation of manpower and equipment needs. B. Clement Seegobin - General Superintendent His primary function will be to assure that the scope of work is accomplished according to plans and specifications. He will also be responsible for supervising personnel, coordinating scheduling of material and equipment, and managing the project to insure quality as well as safety. 04/11/1996 15:31 4078395933 GRATTEN WHITE PAGE 02 GRATTEN L. WHITE, JR. office: 1209 Edgewater Dr., Suite 102D Orlando, FL 32804 407/839-0638 407/839-5933 (Fax) f,'esidencs: 2515 Woodside Avenue Orlando, FL 32803 407/896-1095 &Mint Married: Since 1973 Children: Two daughters, ages 20 and 16 I-iealth: Excellent lnte,ests; Golf, Hunting, Softball, Reading Activities- Honors: Eider in 1st Presbyterian Church of Orlando QirectQr - Florida Transportation Builders Association Director - Mid-Florida Transportation Builders Association President - Central Florida Association of Roadbuilders Mayor's Task Force on Minority Business Sub-Contracting, City of Orlando 12ard Member- Orange County Road/Advisory Board, 1986-1991 yQlunteer - United Way Campaign &ducation: Hamlet High School, 1968 Hamlet, North Carolina, with Honors - 3rd in class of 150 Received William G. Danforth Award Morehead Scholar Nominee National Beta Club Baseball, Basketball, Football, Track, 4 years Rollins College, B.A., 1972 Winter Park, Florida Signa Nu Fraternity, 1968-1972; President 1972 Varsity Baseball, 3 years 04/11/1996 15: 31 4078395933 GRATTEN WHITE PAGE 03 EMPLOYMENT HISTORY WHITE CONSTRUCTION CQNSULTINQ March 1992 - Present Orlando, Florida Own and operate a smal construction consulting business. Represent select clients in marketing, prequalification, and estimating capacity. Also perform selected projects such as site evaluation for developers and builders. Perform single - event special tasks such as before and after project investigation and analysis. Prepare, analyze, defend claims and provide expert testimony. Review of contract administration and project management procedures. Available on an hourly, fixed fee, or retainer basis. HUBBARD CONSTRUCTION COMPANY October, 1977 - February 1992 Winter Park, Florida (Large Regional Heavy/Highway/Site Development Contractor; 9125-140 Million Annually) January 1, 1991 - February 28, 1992 Vice-President, Business Development After merging separate private division with public division, took over Business Development for entire company. Responsibilities included tracking all future work, client contact, budget estimates and schedules. Also, re::ponsible for investigating and seeking out new business opportunities and ventures. October 1987 • Decemb' r 1990 Vice President, Division Manager Organized and managed new Commercial Division concentrating on privately funded projects in Metropolitan Orlando area. Responsible for procurement and management including bottom line. During three years generated over 970,000,000 in "new" privately funded sitework in Central Florida. October 1983 - Septemter 1987 Vice President, Chief Estimator Responsible for all estimating activities, purchasing, contracts administration, while managing staff of 15. Responsible on ail annual basis for budgeting revenue and attainment of same. On monthly basis, responsible for projecting job status as far as gains and losses to budget. During 1986, responsible for successful bids on over $78,000,000 in new work which represented a 49% success ratio. 04/11/1996 15:31 4078395933 GRATTEN WHITE PAGE 04 September 1981 - Octc.ber 1983 Vice President Responsibilities were for 50% of all FOOT work as well as entire business development effort in Tampa, Florida. Developed this new market with over 330,000,000 in new revenue during this period. March 1980 • September 1981 Vice President Estimator responsible for $19,000,000 successful bid at Orlando International Airport. Later became project manage' for same. May 1979 • March 19810 Assistant Vice President Responsibilities included that of Project Engineer for S15,000.000 project at Orlando International Airport. Duties included scheduling, invoicing, purchasing, subcontracting, processing change orders, and liaison with ^ield. October 1977 • October 1978 Estimator Responsible for cost development for variety of projects J Sts B SLURRY SEAL COMPANY Of FLORIDA May 1969 • September 1977 Winter Park, Florida (Small Specialty Paving Contractor) May 1972 - October 1977 Vice President Responsible for marketing), estimating and management of projects in Florida. Also, managed major projects for parent comp:lny outside Florida. May 1969 - May 1972 Superintendent (Part time and Full time Summers) Superintendent for pavement sealing operations. Managed projects in Virginia, North Carolina, Georgia, and Florida. References Available Upon Request hoOc W minitortYrilw lv 4V Num•2 C4/11/1996 15:31 4078395933 GRATTEN WHITE PAGE 05 The following is representative list of projects that I have been involved with in different capacities. As Project Manager: Northwest Hillsborough County Sanitary Landfill (Public) $3,000,000.00 100 Acre Landfill Closure - Estimated and managed project - successfully negotiated $450,000.00 changed conditions claim. Southeast Hillsborough County Sanitary Landfill (Public' $6,000,000.00 200 Acre New Landfill Creation in former phosphate mine. Estimated and managed 7 month effort while faced with $10 000.00 - $30,000.00 per day DER penalty for delinquency. Completed on time. Hunter's Creek Country Club (Private) $5,000,000.00 Estimated and managed 1,000,000 cubic yard golf course and infrastructure project involving 40' cuts in lakes. Greater Orlando Aviation Authority Bid Package 36 (Public) $19,000,000.00 Estimated and managed major infrastructure project involving bridges, major grading, utilities, fuel pipeline and apron construction. Interstate 275 - Hillsboroufth County (Public) $7,000,000.00 Estimated and managed new interstate construction project involving heavy embankment, concrete paving, bridges, and nil crossing. Negotiated real estate transaction for securing borrow material adjacent to right-of-way. As Vice President, Estimating and Administration: Metrowest Sitework (t'rivate) $7,000,000.00 Successfully "Soft-bid" and later negotiated initial major infrastructure package involving heavy utilities,pedestrian tunnels, golf course mass grading, roadway construction. Negotiated over sixty separate change orders. Consery I - Percolation Basins (Publics $17,000,000.00 Led team of estimator; that secured large rapid infiltration basin project with major pipework. Completed timely w/2t1% gain to budget. Dame Point Expressway Road and Bri a Public) $12,000,000.00 Led estimating effort that secured major toll road project with $25,000.00 per day liquidated damages. Bought project out, scheduled and turned over to project manager who completed on time, under budget. &4/11/1996 15:31 4078395933 GRATTEN WHITE PAGE 06 Westinghouse AGT, Leg 4 (Private/Public) $8,000,000.00 Negotiated the contr:Lct for major automated guideway transit leg at Orlando International Airport. Structure involved major excavation, tunnel construction,substructure and superstructure concrete, and structural steel. "Train" feature transports passengers from terminal to airside. FDOT. Interstate 10. Puvai, County (Public) $10,000,000.00 Led estimating team that successfully obtained major urban interstate widening project. Bought project out and turned over to project management team. Buena Vista Driye Exrension. Disney (Private) $13,000,000.00 Began assisting owner (Disney Development) with budgeting and scheduling eight months before construction started. Led estimate effort that "soft-bid" and later negotiated major roadway expansion with interchange, surcharge, and heavy utilities. This project signaled Hubbard's entry into the Disney mark,:t after a five year absence. As Vice President, Ditiision Manager Vinings at Lake Buena Vista (Private) $1,500,000.00 Sitework for 300 unit apartment complex just inside Disney property for Trammel Crow. Southchase PD (Privall $3,700,000.00 Sitework for 240 lot subdivision. Shops at West Town (Private-Public) $4,000,000.00 Sitework for new shopping center that was bisected by major roadway that was widened by us during construction. Marriott World Centel Hotel Expansion (Private) $2,000,000.00 Sitework for major re:.ort hotel expansion. Lake Forest Phase I and Il (Private) $3,600,000.00 Subdivision development in environmentally sensitive area. AAA National Headquar ere (Private) $1,500,000.00 Negotiated sitework for 250,000 square foot office facility. Semoran Commercent{r (Private) $1,300,000.00 Site development for c ommercial project involving major wetlands mitigation effort. Orlando Fashion Square Expansion (Private) $3,000,000.00 Negotiated sitework aid parking rehabilitation for shopping center expansion. University Estates (Private-Public) $5,000,000.00 Sitework for 400 lot s'tbdivision with county road extension and utilities. Duda Development I,II,III,IV (Private-Public) $4,300,000.00 Negotiated sitework for major infrastructure project that kicked off development effort for new "city" of Viera. 04/11/1996 15:31 4078395933 GRATTEN WHITE PAGE 07 Carillon (Private-Pub°1tj $7,000,000.00 Negotiated major infrastructure development for future 900 lot subdivision. included lot development, 2,000,000 cubic yards lake excavation, county road construction, boxculvert, river crossing (bore &jack), storm drainage and major utilities. As Vice President, Business Development Disney - Buena Vista Drive Improvements (Private) $6,000,000.00 Arterial Roadway Ext:!nsion. Disney - World Drive Widening (Private) $5,000,000.00 Entry road widening and bridge construction. Viera Tract BB (Joint Venture, Private? $1,000,000.00 Joint Venture subdivision whereby we contributed sitework with owner (Duda) contributing acreage. excellent financial success. Personally negotiated terms of joint venture. Epcot Center_Drive for Disney (Private) $8,000,000.00 Major roadway and interchange improvement. Club Hotel Sitework - hisnev (Private) $4,000,000.00 Sitework for Resort Hotel facility. Seminole County Expressway (Public) $19,000,000.00 Successfully negotiated exclusive borrow pit agreement prior to bid opening. Secured 1,500,000 cubic yards of fill adjacent to right-of-way, yielding a significant advantage over competition. CLEMENT SEEGOBIN 2921 E. Waco Drive Deltona, FL 32838-1519 Office (407)290-3202 JCB CONSTRUCTION, INC. VICE PRESIDENT OF FIELD OPERATIONS 1988 -Present His vast experience in horizontal construction for the past fifteen years qualifies Clement as a key member on JCB's team. Responsible for Project Scheduling,Quality Control, Cost Controls,Field Documentation and Safety Meetings. Other duties include maintaining and managing an adequate work force;assuring the Scope of Work is accomplished according to plans and specifications;coordinating materials and equipment to insure that they are available when needed. Successfully completed several projects in excess of$2.5 million in a timely manner, meeting acceptable standards. WORK HISTORY Caddie Construction Company General Superintendent 1982- 1988 Scope of work included road construction, storm, sewer, sanitary, lift stations, water/oil separators and general site work. Some major projects included Taxiway Improvements, GOAA, storm and earthwork in excess of$1 million dollars; Air Cargo Building, GOAA,Total site package at$1.7 million. Other projects have included numerous roadwork improvements, storm drainage improvements, retention ponds, force mains, improvements in wastewater systems and installation of lift stations. RGK Construction Company Supervisor 1980- 1982 Road construction Supervisor overseeing the duties pertaining to import fill for bridge approach, subbase, limerock and asphalt placement. On this$2 million project, he supervised an eight man crew coordinating laborers,operators, materials and acted as a Liaison Inspector. ED UCA TION National Supervisory Council: Fundamentals of Supervision OSHA Certified Competent Person Georgetown Hospital School of Nursing, Guyana 0411/96 15:57 '$4077740936 SIHLE & WILLIAMS 2001 4•45 &hle (11171e INSURANCE GROUP April 11, 1996 City of Ocoee Ocoee, Florida Re: Evidence of insurance for JCB Construction, Inc. - To Whom it May Concern: • Attached .you will find copy of current certificate of coverage- for JCB Construction, Inc. Please be advised that we can provide $2, 000, 000 . 00 Auto and General Liability Limits of coverage as required by your -bid requirements The City of Ocoee will be named as additional insured on the above coverages . Sincerely, Sih e Insurance Group Barbara A. Back bab • • 1 PO Box 160398 • 32716 • 871 Douglas Avenue • Altamonte Springs, FL • Office 407-869-0962 • FEx 407-774-0936 _ 04/11/96 15:58 V4077740936 SIHLE & WILLIAMS Z 002 AgNipiting •.—CERTIFICATE,OF, INSURANCE.: csft- .... • 04/12196 PRODUCER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SIMA3 INSURANCE GROUP, INC- 3. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 0. BOX 160398 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. ALTAMONTE SPRINGS FL 32716 COMPANIES AFFORDING COVERAGE COMPANY _Phone No. 407-869-0962 Fes NoA Westfield Companies INSURED COMPANY B COMPANY JCB Construction Inc. P. 0. Box 160143 COMPANY Altamonte Springs FL 32716D COVERAGES '2;• ' „:- .. 7: THIS is TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMD1T WITH RESPECT TO WHICH This CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED EY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES.UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POUCY NUMBER poucY EFFECTIVE POUCY EXPIRATION UMITS LTR DATE imM/Doiro DATE(MM/DDNY1 GENERAL LEABELGY I2LIERAL AGGR.MATE 1 2,000,000 COMMERCIAL GENERAL UABIUTY cwp 3679595 04/04/96 04/04/97 PapoucTS COmprop ACG *2,000,000 CLAIMS MADE X occuR Policy provides I Peasoaa.&A.DV IMAM( .1,000,000 OWNER'S&CONTRACTOR'S PROT Contractual Liability EACH OCCURRENCE ;1,0 0 0,0 0 0 X I Broad Form Completed Operations FIRE DAMAGE(Any one fire) s 50,000 ii Independent Cont. Col lapse & Underground I MEED P Any one Derson) $ 5,000 AUTOMOBILE uaaturr ; AIX ANY AUTO CWP 3679595 04/04/96 04/04/97 COMBINED SINGLE LIMIT 1,0 0 0,0 0 0 Au.owN.so AUTOS BODILY INJURY Tier SCHEDULM AUTOS person) HIRE,AUTOS BODILY INJURY X NON.OV/NED AUTOS (Pcr occidcrr) PROPTY DAMAGE $ GARAGE=MLITT AUTO ONLY-EA ACCIDENT I S h-7 ANY AUTO OTHER THAN Al/TO ONLY: 1_ 1 EACH AOC:Jen-NI-i I 1 AGGREC.477 S EXCESS LIABILITY EACH OCCURRDICE 14 UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM 16 WORKERS COMPENSATION AND I STATUTORY UMITS I: EMPLOYERS'LIABILITY EACJ-I ACCIDENT IT THE PROPRIETOR/ INCL DISEASE-POUCY UMIT 14 PARTNEISIEAECVTIVE OFFICERS/.FI I CL DISEASE-EACH EMFLOYa I 3 OTHIERI A Leased or rented $300,000 04/04/96 04/04/97 equipment DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS CER-GETC-AL:TE tiOIDER ;•; •4 ; ; ;•; ;•-•;•;•; ;; ;; •4, • •4, 4.4' CI-170C1 SHOULD ANY OF THE ABOVE DESCRD1ED POLICIES as c.A.NcalED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 DAYS WrIrEN NCrnCE TO THE CERTIFICATE HOWER NAMED TO THE BUT FAILIIRE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY City of Ocoee 150 N Lakeshore prive OF ANY KIND UPON THE COMPANY.ITS AOENTS OR REPPMENTATIVES. Ocoee FL 34761-2258 AUTHORIZED REPRESENTATNE ...... -:-/PAC7CM1):09}3PPEATIONA993-:,:t APR-12-1996 11:52 P.01/01 ATE O . ISSUE DATE ,12(MI/IODN'1� `• 0498 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF-INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE FINWALL & ASSOC INSURANCE, INC POLICIES BELOW. 1455 Hewell Branch Road COMPANIES AFFORDING COVERAGE Winter Park XL 32789.1185 COMPANY A FESA LETTER. COMPANY p _..__..._.._. ..... ..........___.--.,....�.�.. ... .. _.. _ _...._. LETTER O INSURED COMPANY C JCA CONSTRUCTION INC. :ErrER P. 0. ®OX 160149 COMPANY D ALTAMONTE SPRWOK 92716 LETTER COMPANY E LETTER G s`I r 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. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COPOLICY EFFECTNE POLICY, EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE (Lim/DDf/Y) GATE(MMIDDNY) LIMffB • GENERAL LIABILITYOEN=RAL AGGREGATE COMMERCIAL GENERAL LIABILrrY PRODUCTS-COMPIOP ADS. s CLAIMS MADE OCCUR PERSONAL&ADV.INJURY s OWNER'S&CONTRACTORS PROT. EACH OCCURRENCE 5 FIRE DAMAGE(My one fire) S MED.EXPENSE(My one person)L AUTOMOBILE LIABEITY COMS'NED SINGLE LIM.T ANY AUTO • ALL OWNED AUTOS BODILY INJURY (Per PerLon) S • SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per ecddenD NON-OWNED AUTOS GARAGE UABILII'T PROPERTY DAMAGE S E7LCESS LIABhJTY - EACH OCCURRENCE S UMSRE:.A FORM AGGREGATE S OTHER THAN uMaRE'J.A FORM - - - - STATUTORY LIMITS WORKER'S COMPENSATION - - -- -- e AND 513.01879 04101/96 04/01/97 EACH ACCIDENT s 100000 DISEASE-POLICY LIMIT s 500000 EMPLOYERS'LIABILITY DISEASE-EACH EMPLOYEE s 100000 OTHER DESCRIPTION OF OPEHAYIONS.tOCATIONSNENIGLES/SPECW.MEANS ,LiER11[7.SOAT.'Yf.,VYYEI .. .. .... ,.., CELI.A'110D1..,.,. .. ..... ._ ..r. •,..,x rr.....`. .- ... SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 030 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OP OCOEE 150 N. LAKE SHORE DR. LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. OCOEE FL 34761 AU '•RIffO • • 0411 TOTAL P.01 APR-12—'96 10:06 T—PAWALLACE PAWALL 34805-02 P.A. Wallace & Associates Inc. INSURANCE•RISK MANAGEMENT CONSULTING •BENEFITS 102 Ashbrook Drirc Phone (813)651-0477 Brandon, Florida 33511 FAX (813)681-5928 April 12, 1996 City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Bonding Limits To Whom It May Concern: Please be advised that JCB Construction has been approved for a per project limit in excess of$500,000. If we may be of any further assistance to you please contact us. Si rely, Patricia A. ' allace, ARM President PAW/mal • M 00 `4 r,`_ "4' : G Z c` 1 -� o a n in � ("j �� CO en N 0 i I cc C O` co r 0. I I g.70 u WCC" v CV ^ U � vu VIN d '' t1 I 0 iZ'W W �� 1 7 U C� 9 ucs. •i W .� L ate♦ u O ..,W IW p .J 2 cg r a t--rCr- iX G u ; i p--' cmc ou W cnc9 t' go c� ccs W W v1 =1 cc 3 CA x O. a o , *a w 0- 0 •r • I Q 2.�0 2 a ALA ....). ...0W Q` i 1'7 'a:M: r., 2 ‘,,,,c2 f7 4 I D 2 W 0 ,- W ►- 2V 0.r' �' 0o v t!lor- I c, r- N 0T Z O0Ta4 I 0 w WL) o V ()N V)') I U C.) '..4", F . U 1 (17 /:1 44t- �J JCB CONSTRUCTION, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION Year Ended December 31, 1995 o , /1 ORLANDO CLEARWATER TALLAHASSEE SARASOTA MIAMI . APR - 3 - 96 WED 18 ; 38 L O V E L A C E , R O B Y & CO . P . 0 1 CONTENTS Page Number ACCOUNTANTS' REVIEW REPORT LII) 2 C; ' 1 FINANCIAL STATEMENTS Balance Sheet 2 Statement of Income 3 Statement of Retained Earnings 4 Statement of Cash Flows 5 Notes to Financial Statements 6 SUPPLEMENTARY INFORMATION Accountants' Report on Supplemental Information 10 Schedule I - Earnings from Contracts 11 Schedule II - Completed Contracts 12 Schedule III - Work In Progress 13 Schedule IV - General and Administrative Expenses 14 APR — 3 — 9 6 LJ E L 1 c : 3 9 L O `" E L HCS E . R uJ B & C O . P . 43 2 JCB CONSTRUCTION, INC. BALANCE SHEET December 31, 1995 ;l\ [j iJ1 ASSETS CURRENT ASSETS Cash and cash equivalents $ 204,331 Contract receivables (Note 2) 676,258 Cost and estimated earnings in excess of billings on uncompleted contracts (Note 3) 3,688 TOTAL CURRENT ASSETS 884,277 PROPERTY AND EQUIPMENT Construction equipment 550,434 Vehicles 247,171 Office equipment 19,558 817,163 Less accumulated depreciation 485,124__ 332,039 OTHER ASSETS Deposits _ 2,539 TOTAL ASSETS $1,218,855 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Current portion of long-term debt (Note 5) $ 49,026 Accounts payable and accrued expenses (Note 4) 128,661 Billings in excess of costs and estimated earnings on uncompleted contracts (Note 3) 242 732 TOTAL CURRENT LIABILITIES 420,419 LONG-TERM LIABILITIES: Long-term debt (Note 5) 97,699 Loan payable - stockholder (Note 7) 248,979 TOTAL, LONG-TERM LIABILITIES 346,678 COMMITMENTS AND CONTINGENCIES (Notes 3, 4, 5, 6 and 7) STOCKHOLDERS' EQUITY Common stock, $.25 par value; 7,500 shares authorized, 3,000 shares issued and outstanding 750 Additional paid-in capital 25,346 Retained earnings 425,662 TOTAL STOCKHOLDERS' EQUITY 451,758 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY .$1,218,55 The accompanying notes are an integral part of the financial statements. See Accountants' Review Report. - 2 - APR — — 9 6 t•J E L 1 :c . Q ci L. ' ) E L ri L. k • F? O B ',• v I_. O . P . JCB CONSTRUCTION, INC. STATEMENT OF INCOME Year Ended December 31, 1995 J3 / \ LflJ CONTRACT REVENUES $2,545,000 COST OF REVENUES EARNED 21138,938 GROSS PROFIT 406,062 GENERAL AND ADMINISTRATIVE EXPENSES 51,995 INCOME FROM OPERATIONS 354,067 OTHER INCOME(EXPENSE) Interest expense (36,089) Miscellaneous income 3.j426 TOTAL, OTHER INCOME (EXPENSE) (32,663) NET INCOME $ 321,404 The accompanying notes are an integral part of the financial statements. See Accountants' Review Report. - 3 - APR - 3 - 96 WED 1 8 : 4 1 L O V E L A C E . R O B Y & CO . P . © 4 JCB CONSTRUCTION, INC. STATEMENT OF RETAINED EARNINGS Year Ended December 31, 1995 , t' '.1 IJ (1` M Additional Common Paid In Retained Stockholders' Stock Capital Earnings Equity BALANCE-JANUARY 1, 1995 $ 750 $ 25,346 $ 245,194 $ 271,290 PRIOR-PERIOD ADJUSTMENT - - (140,936) (140,936) BALANCE-JANUARY 1, 1995, AS RESTATED 750 25,346 104,258 130,354 NET INCOME FOR THE YEAR ENDED DECEMBER 31, 1995 - - 321,404 321,404 BALANCE • DECEMBER 31, 1995 $ 750 $ 25,346 $ 425,662 $ 451,758 58 The accompanying notes are an integral part of the financial statements. See Accountants' Review Report. - 4 - AAR -- 3 - 2 _14PD 18 : 41 LOVELACE ROBY & CO . P . 05 JCB CONSTRUCTION, INC. STATEMENT OF CASH FLOWS Year Ended December 31, 1995 �` 1\ CASH FLOWS FROM OPERATING ACTIVITIES $ 321,404 Net income Adjustments to reconcile net income to net cash provided by operating activities g7,841 Depreciation Increase in contract receivables (390,230) Decrease in costs and estimated earnings in excess 637 423 7 of billings on uncompleted contracts 23, Decrease in deposits l 5, 23 Increase in accounts payable and accrued expenses Increase in billings in excess of cost and estimated 202,847 earnings on uncompleted contracts NET CASH PROVIDED BY OPERATING ACTIVITIES 261,567 CASH FLOWS FROM TNVESTING ACTIVITIES (145,809) Purchase of property and equipment NET CASH USED IN INVESTING ACTIVITIES (145,809) CASH FLOWS FROM FINANCING ACTIVITIES 81 Proceeds from borrowing 96,(6,1181 Stockholder loan 3) (33,928) Payments on debt - NET CASH PROVIDED BY FINANCING ACTIVITIES 52,780 NET INCREASE N CASH AND CASH EQUIVALENTS 168,538 CASH AND CASH EQUIVALENTS AT BEGINNING OF YEAR 35793 4-- CASH AND CASH EQUIVALENTS AT END OF YEAR . $ 204,3331� The accompanying notes are an integral part of the financial statements. See Accountants' Review Report. - 5 - APR - 3 - 96 WED 1 : : .4 :2 L O '•' E L ACE • ROBon . P . O 6 JCB CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS Year Ended December 31, 1995a J \sil1 u k-P l lr NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Industry JCB Construction, Inc. (the Company) is engaged in site development, including land clearing, grading, excavation, underground utilities, demolition and other related site work functions. The work is performed under fixed price contracts. The length of the Company's contracts varies but are typically less the one year. Revenue and Cost Recognition The Company recognizes revenues and costs as follows: Fixed Price Contracts Revenues from fixed price contracts are recognized on the percentage of completion method, measured by the percentage of contract costs incurred to date to estimated total contract costs for each contract. This percentage is applied to the total contract price to determine the amount of revenues earned. The current asset "Costs and estimated earnings in excess of billings on uncompleted contracts" represents revenues recognized in excess of amounts billed. The current liability "Billings in excess of costs and estimated earnings on uncompleted contracts" represents billings in excess of revenues recognized. Contract Costs Contract costs include all direct material and labor costs and those indirect costs related to contract performance. General and administrative costs are charged to expense portion general and sare ed to the contracts based upon contract cost burdenrates determ determined by management. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance,job conditions, and estimated profitability, including those arising from final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Cash Equivalents Cash equivalents consists of all highly liquid investments with original maturities of three months or less. • 6 - APR - 3 - 96 1.1ED 18 : 43 LOv'ELOCE . RORY '& CO . R . 1217 NOTE I - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES(Continued) Property and Equipment Property and equipment is recorded at cost. Depreciation is computed using the straight-line method over the estimated useful lives,as follows: Asst Lifg et), Construction equipment 7 -8 years Vehicles 5 - 7 years Office furniture and equipment 5 -7 years Depreciation expense charged against income totaled$87,841 in 1995. Credit Risk Financial instruments which potentially subject the Company to concentrations of credit risk consist principally of cash and cash equivalents and contract receivables. The Company has approximately $102,000 of cash deposited in a money market account that is not insured by the Federal Deposit Insurance Corporation (FDIC). Management believes the credit risk associated with its non-FDIC insured deposits is limited, since all funds are invested in federal treasury bills. The Company has approximately $676,000 in contract receivables as of December 31, 1995. Manage- ment believes the credit risk related to its contract receivables is limited due to its statutory protection under Florida's mechanic lien laws. F,stimatcs The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. income Taxes The Company, with the consent of its shareholders, has elected, under the Internal Revenue Code, to be an S corporation. The effect of this election is that taxable income or loss of the Company will pass through to the shareholders and be included on their individual tax returns. Accordingly, no provision (benefit) for income taxes has been included in the accompanying financial statements. NOTE 2- CONTRACT RECEIVABLES A summary of contract receivables at December 31, 1995,is as follows: Contract receivables $ 6,933 Completed contracts Uncompleted contracts,includes retainage of$233,134 6669325 9 28 Less allowance for doubtful accounts — S676.25$ 7 - NOTE 3- COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS 6 $1,585,12 Costs incurred on uncompleted contracts X426 Estimated earnings 1,843,135 2.0_$2.172 Less billings to date ,ro1 ° X1.2.39.044) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess $ 3,688 of billings on uncompleted contracts Billings in excess of costs and estimated 42J2) earnings on uncompleted contracts u S (239,944) NOTE 4- ACCOUNTS PAYABLE Accounts payable include amounts due to subcontractors, approximating $41,000 as of December 31, 1995, which have been retained pending completion and customer satisfaction of the particular jobs. NOTE 5• LONC-TERM1 DEBT Long-term debt consists of the following; 6.9% note payable to equipment supplier, principal and interest payments of $2,965 due monthly, $ $7 g06 collateralized by equipment 8.68% note payable to financial institution, principal and interest payments of $559 due monthly, 21,430 collateralized by vehicles 7.29% note payable to bank, principal and interest payments of $559 due monthly, collateralized by 14,560 vehicles 8.43% note payable to financial institution, principal and interest payments of $400 due monthly, 13 277 collateralized by vehicles 8.25% note payable to financial institution, principal and interest payments of $319 due monthly, collateralized by vehicles 146,725 49,026 Less current portion - 8 • APR - 3 - 96 NED 1 8 : 4 !-=t, L0 \.' EL '=•iCE • ROB 'S" . CO . P . 08 NOTE 5- LONG-TERM DEBT(Continued) The following is a schedule of current maturities of long-term debt: Decembctal. Amours 1996 $ 49,026 1997 p) 0 52,799 1998 �J IP 1 C. l /n` 38,572 ; 38,572 1999 _6. 2$ $146.72, Interest payments made during the year ended December 31, 1995, approximated $36,000. NOTE 6- BACKLOG (Compiled) The following is a reconciliation of backlog representing signed contracts in existence at December 31, 1995: Balance - beginning of year $ 512,584 New contracts and contract adjustments 2,991,994 Less contract revenues earned -2.545,Q.QQ Balance - end of year $ _.59.578 The Company has entered, into additional contracts with estimated revenues of $478,516 from January 1, 1996 through March 29, I996. NOTE 7- RELATED-PARTY TRANSACTIONS The Company has a loan to a stockholder in the amount of$248,979 at December 31, 1995. The loan is unsecured, bearing interest at applicable federal rates and is not expected to be repaid within the next twelve months. NOTE 8- PRIOR-PERIOD ADJUSTMENT The December 31, 1994 retained earnings have been adjusted to correct for errors included in the prior-year financial statements, including an understatement of accumulated depreciation of $134,936 and an overstatement of loans to stockholders of$6,000. Correction of these errors results in an increase of previously reported net loss of $140,936, a decrease in previously reported loans to stockholders of $6,000 and an increase in previously reported accumulated depreciation .of$134,936 • 9 - A P R - 3 - 9 6 WED 1 6 : . 6 L O V E L 1=+ G E , R O B Y r C O . P . O 9 r� 0ll it; L SUPPLEMENTARY INFORMATION : 4 7 L O V E L A C E . R O BY & C O . P . © 1 JCB CONSTRUCTION, INC. SCHEDULE I - EARNINGS FROM CONTRACTS Year Ended December 31, 1995 LE1% Cost of Revenues Revenues Gross Earned Earned Profit CONTRACTS COMPLETED DURING THE YEAR $ 742,242 $ 589,459 $ 152,783 CONTRACTS IN PROGRESS AT YEAR END 1.1802 758 1,549,479 253,279 j— $ 2,545,000 $2,I38,938 _ $ 406,062 See accountants' review report on supplementary information. - 11 - APR - 3 - 96 WE D 1 8 : v ?• LlJ ".' ELr-iCE ROBY $ CO . P . 01 JCB CONSTRUCTION, INC. SCHEDULE IV - GENERAL, AND ADMINISTRATIVE EXPENSES Year Ended December 31, 1995 Lill M /7\ Li; Salaries and related benefits $ 109,062 Insurance 65,020 Depreciation expense 87,841 Employee benefits and education 18,469 Officer life insurance 9,100 Advertising 3,518 Automobile expense 6,572 Rent 6,101 Telephone and utilities 13,094 Professional fees and consultation 22,929 Taxes and licenses 34,084 Plans and specifications 7,786 Office supplies and expense 4,766 Dues and subscriptions 2,003 Other 12,638 Contributions 2,340 405,323 Less overhead applied to jobs (353,328) $ 51,995 iI See accountants' review report on supplementary information. - 14 - • .-3 Oby 7 Coo n g- „ O b..- E � C1Wd O) g'd 'c/' H ir 7o c i y a r0 O N , n C ii1 ro 2 e) R. .,CrA i E. 2 •M -A 0 E.'1 cv G7 , a gl Nn b 6 v) `A .- v '.+ w < • voni.l O A o0 ON N W ON w W J M C n 1 • '-• O� ON 00 t,/1 Vi `U D A A N N O 00 ...1 (,\ U O p� 00 .P Gs — .D v, 'Cl. N 00 w 0 .' b C O NW ..• JI. NwNQ � Nv� -4 -I �1 �') IA w 0 00 00 VI N �O VI '-' O c ON J OT 0 • l' 0 --I ,\ 64 r � 4 � � O cn o $ , w W v, r1 N w D\ N r 0 T In A o •�" Oo �a •-+ A �.1 N �j v v w J W 00 W '`.O IT -N '.D ` ' 00 w p .11 000 CN W -N.+ J O N.) N 00 w ON `0 . -4 �Q+ LA '-. .r W N `1 V g i9a' N N � 0 y p Ch y t'' 00 J O 0o O v O w v l A. v N v O 0 „y 00 00 'I .1 W C � A O� O • & N `y' il y y td VI VAi .4 00 J V A 0 J V 0 9 p O "X . N J — U X, , , I i , . , i , nON — ..i 00 W 0 '..i 'Vby 4, O "Ii A p n m n 0 A � P O 0a; o oN n ON 5 NVD N N O , r? `� W p� w oo I . I I I I I I I w td O O 0 0 00 N " i g •-- O A 00 Ch N W CT 0. W 00 Q\ O. 00 vJt D V41, NN O O p Npp is O, .D lr O� Np .c. . NN Co.) •-• JNN � O O N 0 00 00 v� N �D O O v 00 w p c Crl n n 00 64 C�. Z I 1 O00 WAA Iv Vi 0o ryN � � � � LAwnv00N � ►� V � .' ....1 t." r+ r w p... N 3 — b94 O 2 \. b .4 1-- N N N r. N LA ? 70 2 �'•.�� N v N O 00 O ±D w v .P .3 N W 0 0 5 M a00 .. y W A ,,, v 00 J -4A O J 00 Z0 ' d ' 00 'S ASOd ' 3ati18no "1 88t Q ? M 96 - 2 — 21dte ' PR — 3 — 9 6 WED 1 0 4 9 L O V E L it C E , ROB '1' & C 0 P . 03 • qg a "a. R: : : : a n. = £ . gN, E. N N 1 P < H ., t {. .4 r �}J � V� P r:71 v w [ ,Ii 1 + h r i. O P r 0 37 M M 1 g 1 g :-., ., , , . ,1 ..., . ts a 16 " 1 14 NZ g , • • , r: r 7. .. 1 2 M M L1.( . C AAARIrt' Fl 5 • 0 8 < Z g m N 1 d3 a N. --. R g -: i r o ~' 1 8 c, i a ' tf g c? N r h = N V W A �7d Ma � , � � M, � P M /�� O �I 2 .. (L-1 ' d ip �'' F 4 rbc § g 'Pi . VI N g r N M x No P N 1 r4 µ1 0 •4 �I• r• o A, pxW( ± p 3 V`yYl( Q{�1 r JI V r 0, ik°‘ G Q �1/K 7 ... — P 7„.; r t <%1 i g G M M 4 gZ o 1 $$ry N Y, h 1 fii l t W ^ t P n v RI ' 4 i 1 ; i 8 5 N • • AAABOBCAT April 10, 1996 Mr. James Shira, P.E. City Engineer/Utilities Director City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 Dear Mr. Shira: This letter of interest is in response to the Horizontal Construction Work Notice published in the Central Florida Builders Exchange Bulletin. 1 . All future correspondence shall be with - AAA Bobcat Shawn Buchanan 931 Dennis Ave. Orlando, FL 32807 - 407-282-5340 2. We are not a General Contractor and our focus has been generally in small commercial projects and residential construction. We would be interested in site work, grading, demolition, concrete construction, sodding and underdrain construction where compact mini hoe application would be less intrusive or impacting. We normally provide curb and slab concrete form work and pour but have been concentrating an demolition. 3. Our last commercial projects include: - McDonalds Restaurants Play Place Renovation/Additions Gen. Contractor-Aagard-Juergenson 298-1550 -Art Barnwell -BFI Dumpster Recondition Shop Gen. Contractor-Aagard-Juergenson 298-1550 -Tim Hobson 4. We employ (4) individuals - fluctuating to 6 or 7 based on necessity: Shawn Buchanan - Project Supervisor Noralee Fyler - Contract Admin/Estimator Misc. Personnel- Machine Operator, Concrete Finishers, Labor. 931 Dennis Avenue, Orlando, FL 32807 (407) 282-5340 • AAA BOBCAT Mr. James Shira, P.E. City of Ocoee Letter of Interest Page 2 4. Cont'd - We are interested in the following projects: Area 4 Kimball Drive Area 13 Lake Olympia Subdivision Area 21 Windswept Court Area 29 Intersection of Doreen Ave. & Lady Ave. Area 31 Prairie Lks. Blvd. 5. We carry General Liab/Worker's Camp/and Auto Coverage through Lassiter-Ware and would increase our limits to your requirements should we be chosen to participate as one of the awarded contractors. We are not bonded, nor foresee being bondable to your prescribed limits. 6. We are not General Contractors. 7. The projects of interest are at the lower end of the spectrum as it relates to cost and actual construction. Our company, being small, provides a service that combines personal attention to detail, sometimes easy to overlook with large operations, while having a lower overhead enables us to offer a competitive price on construction projects. 8. Attached is an Introduction Letter briefly describing our outfit. Thank you for taking time to read our letter and we hope to do business with you. / Shawn Buc 931 Dennis Avenue, Orlando, FL 32807 (407) 282-5340 . • AAA BOBCAT To Our Valued Prospective Customer. Thank you for your time and this opportunity to introduce myself and our company to you. We are AAA Bobcat, a compact demolition and site company. AAA Bobcat specializes in small machine projects where use of larger equipment is impractical such as: • Concrete Breaking • Backfill and Grading • Structure Demolition and Removal • Construction Clean-Ups • Site Prep / Site Work • Concrete Construction We operate two Bobcat Loaders, one 843 Diesel, and one 743 Diesel as well as Root Rake/Debris Grapples and a Demolition Hammer for concrete and masonry removal. Our experience and knowledge in the construction industry also allows us the flexibility to customize our services to fit your needs. We carry Workers'Compensation and General Liability. Please feel free to contact our office at(407)282-5340 for more information. References are available. Sincerely, 1()Ctake st A A A BOBCAT-- 931 DENNIS AVE., ORLANDO, FL 32807 I ISECTION 00500 EXHIBIT A AGREEMENT THIS AGREEMENT is dated as of the day of in the year 19_by and between the City of Ocoee, Florida , a municipal corporation, hereinafter called the OWNER, and , herein- after called the CONTRACTOR. OWNER and CONTRACTOR, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: .................. City of Ocoee, Bid No. ARTICLE 2. ENGINEER The Project has been designed by Professional Engineering Consultants, Inc. (PEC), who is hereinafter called ENGINEER and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work shall be Substantially Complete (successful pressure testing and bacteriological testing of completed potable water pumping station and completion of acceptable potable Water Demonstration Test of the completed facility) in PIM consecutive calendar days from the effective date of the Notice to Proceed as provided in paragraph 2.3 of the General Conditions(Commencement of Contract Time; Notice to Proceed). 3.2 The Work shall be Finally Completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions(Final Payment and Acceptance)within _consecutive calendar days from the effective date of the Notice to Proceed as provided in paragraph 2.3 of the General Conditions (Commencement of Contract Time; Notice to Proceed). 3.3 As provided in paragraphs 3.1 and 3.2 above, the Work will be substantially completed on or before_ I , 19 , and completed and ready for final payment on or before , 19 3.4 OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.3 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions(Final Payment and Acceptance). They also recognize the delays, expense and difficulties involved in proving in a legal Ior arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. 00500-1 OE-257 I a Accordingly,instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages .................. for delay (but not as a penalty) CONTRACTOR shall pay OWNER; <> :: Dollars for each day that expires beyond the time specified in paragraph 3.3 above for substantial •::'iiiiiiii:::: completion and r >< << s Dollars _for each day that expires beyond the time specified in paragraph 3.3 above for final completion(readiness for final payment). 3.5 In addition to the liquidated damages, there shall be additional damages paid by the Contractor to the Owner for inexcusable delays by Contractor. These actual delay damages will include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with such settlements, awards, delay penalties, regulatory fines or penalties, and contract damages. 1 ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds at the lump sum Contract Price of (words) (numbers) or unit prices presented on the Bid Form, Schedule of Bid Items attached to this Agreement. 4.2 The CONTRACTOR agrees that the Contract Price is a stipulated sum except with regard to those items in the Bid which are subject to unit prices and agrees to perform all of the WORK as described in the CONTRACT DOCUMENTS, subject to additions and deductions by Change Order, and comply with the terms therein for the lump sum price stated in the attached Bid Schedule of the Bid Form. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER on or before the day after the end of each month for which payment is requested as provided in paragraphs 5.1.1 and 5.1.2 below. All such progress payments will be on the basis of the progress of the Work measured by the Schedule of Values established in paragraph 2.9 of the General Conditions (Finalizing Schedules) (and in the case of Unit Price, Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion(paragraph 3.3 above),progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine,or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions (Review of Application for Progress Payments). r _ of the value of Work completed, and of the value of materials and equipment not incorporated into the Work but delivered and suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions; with the balance of the value of the Work being retainage. At the sole discretion of the Owner, after < <« of the Work is completed, further monthly progress payments may be made in full, with no additional retainage, provided that: (a) 00500-2 OE-257 I I I Contractor is making satisfactory progress, and (b) Contractor is in full compliance with the currently accepted progress schedule, and (c) there is no specific cause for greater withholding. However, the Owner may subsequently resume retaining <` <``: of the value of Work completed and materials delivered if, in the sole determination of the Owner,the Contractor is not performing according to the Contract Documents or not complying with the current progress schedule. 5.1.2 Upon Substantial Completion in an amount sufficient to increase total payments to CONTRACTOR to 1MN percent of the Contract Price(with the balance of the Value of the Work being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions (Review of Application for Progress Payments). 5.2 Final Payment - Upon final completion and acceptance of the Work in accordance with Paragraph 14.13 of the General Conditions (Final Payment and Acceptance), as supplemented, OWNER shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than ::::::: percent ( `) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the ENGINEER. ARTICLE 6. INTEREST All monies not paid when due as provided in Article 14 of the General conditions shall bear interest at the maximum rate allowed by law at the place of the Project. Interest shall be paid at contract closeout. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1 CONTRACTOR has examined and carefully studied the Contract Documents(including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the Work. 7.3 CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. 7.4 CONTRACTOR has carefully studied all reports of explorations and tests of 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 Section 00200 "Information Available to Bidders". CONTRACTOR accepts the 111 determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which CONTRACTOR is entitled to rely as provided in paragraph 4.2 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. 7.5 CONTRACTOR has obtained and carefully studied(or assumes responsibility for having done so)all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site 00500-3 OE-257 I I I or otherwise which may affect costs,progress,performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 CONTRACTOR 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 Contract Documents. 7.7 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.9 CONTRACTOR shall perform work with a value of not less than fifty percent(50%)of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work are attached to this Agreement, made a part hereof and consist of the following: 8.1 This Agreement (Section 00500) (pages 1 to , inclusive). 8.2 Exhibits to this Agreement (Section 00500) (sheets`I to , inclusive); (Section 00610) (pages 1 to 4, inclusive); (Section 00620) (pages 1 to 7, inclusive), and (Section 00650) (pages 1,to 6, inclusive) 1 8.3 Performance Bond, Payment Bonds and Certificates of Insurance(Sections 00610, 00620 and 00650, respectively). 8.4 Notice of Intent to Award and Notice to Proceed (Sections 00840 and 00841, respectively). 8.5 General Conditions (Section 00700- NSPE-EJCNC Document 1910-8 (1990 Edition), as modified and supplemented. 8.6 Supplementary Conditions (Section 00800). 8.7 Project Manual bearing the general title !Igo—ttoo and consisting of Divisions 0 through tfilias listed in the Table of Contents thereof. I 005004 OE-257 I I 8.8 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee 8.9 Addenda numbers 31 to Ingi, inclusive. 8.10 CONTRACTOR's Bid (Section 00300) (pages 1 to:`:_ ', inclusive). 8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages MME to ,inclusive). 8.12 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All applicable provisions of State and Federal Law,all Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ' ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 (Definitions)of the General Conditions shall have the meanings indicated in the General Conditions, as modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. 9.5 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and I - binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be 00500-5 OE-257 I • I -- reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WITNESS WHEREOF,the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on his behalf. This Agreement will be effective on , 19 OWNER: CONTRACTOR: THE CITY OF OCOEE IN ORANGE COUNTY, FLORIDA By: By: City Manager COUNTER SIGNED: Name: (Type) By: Title: Mayor (SEAL) (SEAL) Attest: Attest: Title: Title: (If OWNER is a public body,attach evidence of authority to (If CONTRACTOR is a corporation,attach evidence of authority to sign). sign and resolution or other documents authorizing execution of Agreement.) I 1 r I I 00500-6 OE-257 I I FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE IAddress for giving notices: (Owner) Address for giving notices: (Contractor) Mr. James W. Shira, P.E. City Engineer/Utilities Director City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 32761 Phone: (407) 656-2322 Florida State Contractor's Approved as to form and legality License No. , 19 Agent for Service of Process: City Attorney City of Ocoee END OF SECTION I I I I I I I 1 00500-7 0E-257 I