Loading...
HomeMy WebLinkAboutItem 06 Approval to Award ITB #21-009 Asphalt Paving Projects for FY 2021 ocoee florid° AGENDA ITEM COVER SHEET Meeting Date: October 5, 2021 Item #: Reviewed By: Joyce Tolbert/SaLetha Contact Name: Department Director: Rebecca Ro s Mathews Contact Number: 1516/1513 City Manager: r,p, ' 41, Subject: Award of ITB #21-009 Asphalt Paving Projects for FY 2021 Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for fiscal year 2021, for the milling and resurfacing of Maguire Road (South — Turnpike Bridge to Roberson Road), Waterside Subdivision Roads, Weston Park Subdivision Roads, Fire Station 38 Drives (Vignetti Park), and Maguire Road (North - From RxR Crossing to Franklin Street). The overall work incorporates approximately 5.4 miles of roadway resurfacing. The bid was publicly advertised on August 15, 2021, and opened on September 21, 2021. The City received five(5) bids for this project; however,two bids were considered non-responsive or either failure to use the revised bid form or for numerous mathematical errors, see the attached bid tabulation. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed the three responsive bids received ranging from $878,450.00 to $ 979,074.09. Staff recommends awarding the bid to Middlesex Paving, LLC as the most responsive and responsible bidder, per the attached recommendation from Richard Campanale, City Engineer, Public Works. The table below is a listing of the responsive bids received. Bidder Total Bid 1. Middlesex Paving, LLC $ 878,450.00 2. Hubbard Construction Company $ 942,653.75 3. Turtle Infrastructure, LLC $ 979,074.09 Issue: Should the City Commission award the bid for Asphalt Paving Projects for FY 2021 to Middlesex Paving, LLC, as recommended by the City Engineer? Recommendations: Staff recommends the City Commission,award ITB#21-009 Asphalt Paving Projects for FY 2021 to Middlesex Paving, LLC in the amount of$878,450.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Public Works Dept. 3. Middlesex Paving Bid 4. Invitation to Bid #21-009 including Figure Sheets 1.1-1.4, 2, 3, 4, 5 5. Addendum #1- 3 Financial Impact: This project is adequately funded in the Streets Division Capital Improvement Program in the amount of$905,100.00. Type of Item: (please mark with an 5c, O Public Hearing For Clerks Dept Use: - CI Ordinance First Reading Consent Agenda O Ordinance Second Reading Public Hearing O Resolution 0 Regular Agenda El Commission Approval O Discussion&Direction 0 Original Document/Contract Attached for Execution by City Clerk 0 Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by 2 BID ITB#21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID TABULATION 09/21/2021 2:00 P.M. Hubbard Construction Company Mercon Construction Company Middlesex Paving,LLC Ranger Construction,INC BID TAB Non-Responsive for failure to use Non-Responsive due to numerous Acknowleged Addenda#1-3 the Revised Bid Form. mathmatical errors on Rangers Bid Bid Security Bid Bond Bid Bond Form Sunbiz Venfication ✓ Required Forms ♦ 1 DESCRIPTION QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization/Demobilization 8 General Construction Requirements 8 Restoration(5%of Base Bid plus add alternates) 1 $16,040.00 $16,040.00 $F 47A-1'S $51,176.13 541,833.75 $41,833.75 $$11,125.76 $44,125.76 SUB-TOTAL $18,040.00 65 6-43 $41,833.76 64412646 MAGUIRE ROAD(SOUTH—FROM TURNPIKE BRIDGE TO ROBERSON RD)MILL AND RESURFACING 1.5'Milling(Max.) 39,400 $2.10 $82,740.00 $3,26 $128460.90 $2.00 $78,800.00 $9-76 6684469400 1.5'Resurface Type FC-12.5 Asphalt Paving 39,400 $11.20 $441,280.00 $4 ,00 $384000 00 $9.50 $374,300.00 $9:7-6 $38416490 Temporary Striping and Thermoplastic Final Striping 1 $65,600.00 $65,600.00 $60,800.00 $60,800.00 $48,530.00 S48,630.00 $48,030700 $487930 00 SUB-TOTAL $589,620.00 6601,860.. 0 $601,630.00 S84-7430700 WATERSIDE SUBDIVISION AREA MILL AND RESURFACING 1-Milling(Max.) 21,515 $1.40 $30,121.00 62,99 $43,030700 $1.50 $32,272.50 58.00000 11-72,20,000700 1'Resurface Type SP-9.5 Asphalt Paving 21,515 $6.55 $140,923.25 $&BB $172,42000 $6.35 $136,620.25 58;04000 $47.2,120,000-00 Temporary Striping and Thermoplastic Final Striping 1 $3,081 00 $3,081.00 53-60000 $3,800-00 $3,000.00 $3,000.00 $8,000700 $8700000 SUB-TOTAL $174,125.25 $2248;660.00 $171,892.75 $344,2487000.00 WESTON PARK SUBDIVISION AREA MILL AND RESURFACING 1'Milling(Max.) 10,910 $1.30 $14,183,00 $2-60 $27,2-76.00 $1.50 $16,365.00 $7,200.00 $787662,000.00 t'Resurface Type SP-9.5 Asphalt Paving 10,910 $6.45 $70,369.50 $8,00 $87,28000 $6.35 $69,278.50 6.7,,200700 $787662 00&00 Temporary Striping and Thermoplastic Final Striping 1 $2,665.00 $2,665.00 $3,000-00 $3,000-00 $3,000.00 $3,000.00 $7,200,00 $7--200-00 SUB-TOTAL $87,217.50 6437-665 00 $88,643.50 5467,111,200-00 ADD ALTERNATE-1 FIRE STATION 38 DRIVES OVERLAY(VIGNETTI PARK) 2.5'Overlay Type SP-12.5 Asphalt Paving 1390 S16 40 $22,796.00 $26 00 $36440-00 $15.00 $20,850.00 $4240 &8-385,00 SUB-TOTAL $22,796.00 $367140.00 $20,850.00 $487766000 ADD ALTERNATE-2 MAGUIRE ROAD(NORTH-FROM RxR CROSSING TO FRANKLIN STREET) 2.0-Milling(Max.) 2,315 $3.45 $7,986.75 5960 $21,00260 $4.00 $9,260.00 04,73600 $40,961,626430 2.0'Resurface Type SP-12.5 Asphalt Paving 2,315 $13.95 $32,294.25 $48.60 $427827 50 $14.00 $32,410.00 $4280 $28,037:60 Temporary Striping and Thermoplastic Final Striping 1 $7,980.00 $7,980.00 $6,600,00 $6,60600 $7,930.00 $7,930.00 $9300430 $930000 Traffic Signal Loops 1 $4,594.00 $4,594,00 640,000 00 $44000700 $4,000.00 $4,000.00 $4736700 $4736-00 SUB-TOTAL $52,855,00 181,32200 $53,800.00 $114X/4,,407.80 TOTAL BID Including Add Alternates#1&#2 $942,653.75 $1,006,891-43 $878,460.00 $643,243,84846 2 1 Sunbiz,submitted forms&references verified only on lowest three firms. Bidders listed in alphabetical order Yellow Highlighted areas indicate discrepancies on Bid Form 1 BID ITB#21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID TABULATION 09/21/2021 2:00 P.M. Turtle Infrastructure,LLC BID TAB Acknowleged Addenda#1-3 ✓ Bid Security Bid Bond Sunbiz Verification 1 Required Forms d DESCRIPTION QTY UNIT PRICE TOTAL PRICE Mobilization/Demobilization&General Construction Requirements 8 Restoration(5%of Base Bid plus add alternates) 1 $48,674.25 $48,674.25 SUB-TOTAL $48,674.25 MAGUIRE ROAD(SOUTH—FROM TURNPIKE BRIDGE TO ROBERSON RD)MILL AND RESURFACING 1.5'Milling(Max.) 39,400 $1.55 $61,070.00 1.5'Resurface Type FC-12.5 Asphalt Paving 39,400 $12.14 $478,316.00 Temporary Striping and Thermoplastic Final Striping 1 $65,375.00 $65,375.00 SUB-TOTAL $604,761.00 WATERSIDE SUBDIVISION AREA MILL AND RESURFACING 1'Milling(Max.) 21,515 $1.10 $23,666.50 1-Resurface Type SP-9.5 Asphalt Paving 21,515 $6.59 $141,783.85 Temporary Striping and Thermoplastic Final Stnping 1 55,358.82 $5,358.82 SUB-TOTAL $170,809.17 WESTON PARK SUBDIVISION AREA MILL AND RESURFACING 1-Milling(Max.) 10,910 $0.83 $9,055.30 1'Resurface Type SP-9.5 Asphalt Paving 10,910 $6.59 $71,896.90 Temporary Striping and Thermoplastic Final Striping 1 S5,358.82 $5,358.82 SUB-TOTAL $86,311.02 ADD ALTERNATE-1 FIRE STATION 38 DRIVES OVERLAY(VIGNETTI PARK) 2.5-Overlay Type SP-12.5 Asphalt Paving 1390 $16.34 $22,712.60 SUB-TOTAL $22,712.60 ADD ALTERNATE-2 MAGUIRE ROAD(NORTH-FROM RaR CROSSING TO FRANKLIN STREET) 2.0'Milling(Max.) 2,315 $1.50 $3,472.50 2.0'Resurface Type SP-12.5 Asphalt Paving 2,315 $13.67 $31,646.05 Temporary Striping and Thermoplastic Final Striping 1 $7,562.50 $7,562.50 Traffic Signal Loops 1 $3,125.00 $3,125.00 SUB-TOTAL $45,806.05 TOTAL BID Including Add Alternates#1&#2 $979,074.09 3 Sunbiz,submitted forms&references verified only on lowest three firms. Bidders listed in alphabetical order Yellow Highlighted areas indicate discrepancies on Bid Form 2 4'/40.41, ocoee florida Mayor MEMORANDUM Rusty Johnson Commissioners Date: September 28, 2021 Larry Brinson,SR. District 1 Ocoee Public Works Team To: Joyce Tolbert, Purchasing Agent Rosemary Wilsen District 2 Re:T-7111 From: Richard Campanale, PE.fYu 0 Richard Firstner District 3 City Engineer Public Wor Improving a great community George Oliver III District 4 RE: Contract Award Recommendation ITB #21-009 City Manager Robert D.Frank Public Works recommends award of the Asphalt Paving Projects for FY 2021 to the lowest responsive bidder, Middlesex Paving, LLC, in the amount of $878,450.00. The City received three responsive bids from contractors with the low bid below the Engineer's Opinion of Cost. The Contractor has positive history with the City and Central Florida on resurfacing projects in previous years. The project is adequately funded in the Streets Division Capital Improvement Program. The Asphalt Paving Projects for FY 2021 includes milling and resurfacing the following streets and subdivisions; Maguire Road (from Turnpike Bridge to Roberson Road), Waterside Subdivision, Weston Park Subdivision, and two add alternates including Fire Station 38 Driveway and Maguire Road (from RxR Crossing to Franklin Street). The overall work incorporates approximately 5.4 miles of roadway resurfacing. City of Ocoee•301 Maguire.Road•Ocoee, Florida 34761 Phone: (407) 905-3170 •www.ocoee.org 9/22/21.4:26FM Detail by Entity Name DIVISION vrCORPORATIONS ' — Department mState / Division ofCorporations / Search Records / Search by-Entity Name / Detail by Entity Name Foreign Limited Liability Company W1|DDLESE%ASPHALT LLC FDhmgYnfornmatimn Document Number M98000000754 FEVElN Number 59'3520400 Date Filed 07/13V1088 State DE Status ACTIVE Last Event REINSTATEMENT Event Date Filed 1104/2002 Principal Address 10801 COSMONAUTBLVO DRLANOO. FL32824 Changed: O4/24/2OO8 Mailing Address C/O THE K8|DDLESEXCORPOR»T|UN ONE SPECTACLE POND RD L|TTLETON. MA01480 Chongod: O2/25/2U1O Registered Agent Name & Addmeso NRA| SERVICES, INC. 12OO South Pine Island Road Plantation, FL33324 Name Changed: OS01/2O15 Address Changed: O5/20/2OO9 Authorized Pemaom(a) QetmiU Name&Address Title Chief Executive Officer& Managing Member PERE|RA.ROBERTVV 10801 COSMONAUT BOULEVARD �C3' "^'�� E' ""O~^ aoorox.ovn»izunU/|nquiry/norponatiunovomWsoan`hnov"|tovtoi|rinquirytypn=sntitymomauuiroctiunTyp*=mi6a|moo,arcxNamoonuvr~M|ooLssexxe... 1/3 9/22/21.4:26FM Detail by Entity Name wnL^/nuv' rL )/-p/-'+ Title President Southeast Region &Manager APONA8.ALFREDS 1O8O1 COSMONAUT BOULEVARD ORLANDO. FL32824 Title President, Chief Operating Officer&Managing Member PERE|RA. RO8ERTVK || ONE SPECTACLE POND ROAD L|TTLETON. MAO14G0 ' Title Sr.\(P Finance, CFO,Secretary&Manager Martinkum, PeterJ. C/O THE KX|DDLESE%CORPORATION ONE SPECTACLE POND RO L|TTLETON. MAO14GO Title Vice President Plants LANDRYK3ARK A. 1O8O1 COSMONAUT BLVD ORLANOO. FL32824 Annual Reports Report Year Filed Date 2010 01/08/2019 2020 01/09/2020 2021 02/01/2021 Document Images ouN10001-ANNUAL REPORT View image mpopformat _ � o1mmxouo-ANNUAL REPORT View image inpoFformat | o1momo10-ANNUAL REPORT View image mpoFformat | o1mson1u-ANNUAL REPORT View image mporformat ox1112un-ANNUAL REPORT View image mpopformat � 01/22p01e-AwwuAL RsponT View image mpoFformat 09/01m015-mwENoED ANNUAL REPORT View image mPDF format ooms/2oo-ANNUAL REPORT View image mpurformat - ' o1ns/2o4-ANNUAL REPORT View image mpopformat oum1oox-ANNUAL REPORT ' View image mpoFformat � n1msono-ANNUAL REPORT view image mpopformat o1mrmo11-ANNUAL RsponT View image mporformat o2ms/2o10-ANNUAL REPORT View image/npopformat os/2w/2onu-Reg.Agemoxnnu View image mpoFformat n1c2y/2mm-ANNUAL REPORT View image mpopformat 01m212008-mvwuxL REPORT viewimasmivPnrmm`� _______ _ aeomhsunbizung/inquiryKCunponaUon8eorch/SeamhRaaubDotail?inquky0po=EnVftyNamo&dimctiopType=|nitialQooarohNemaOrdar=M|DDLESEXA8... 2/3 EXHIBIT B REVISED BID FORM(Page 1 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY Middlesex Paving, LLC. FL CONTRACTOR LICENSE# CGC1525524 Item Number Quantity. Unit :Item Description °•Unit°-Price Extension Mobilization/Demob.and General Construction $41;$33,75 $41 $33,75 Requirements and Restoration(5%of Base'Bid plus * 1.00 1 LS Add.Alternates) Sub-Total= $ 41,833.75. MAGUIRE ROAD(SOUTH—FROM TURNPIKE BRIDGE TO ROBERSON RD)MILL AND RESURFACING 2.00. Milling/Resurfacing/Pavement Markings 2.01 39,400 SY 1.5"Milling(Max.) $.2.00 $ 78,800.00 2.02 39,400 SY 1.5"Resurface Type FC-12.5 Asphalt Paving $ 9.50 $ 374,300.00 Temporary Striping and Thermoplastic Final 2.03 1 LS Striping $ 48,530.00 $ 48,530.00 Sub-Total.= $ 501 ,630.00 JIB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 2 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY Middlesex Paving, LLC. FL CONTRACTOR LICENSE# CGC1525524 ; Deserij)tiOn:: - 'Unit Prtce;• - Extension.; :. - WATERSIDE SUBDIVISION AREA MILL AND RESURFACING 3.00 Milling/Resurfacing/Pavement Markings 3.01 21,515 SY 1"Milling(Max.) $ 1.50 $ 32,272.50 3.02 21,515 SY 1" Resurface Type SP-9.5 Asphalt Paving $ 6.35 $ 136,620.25 Temporary Striping and Thermoplastic Final 3.03 1 LS Striping $ 3,000.00 $ 3,000.00 Sub-Total= $ 171,892.75 ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 3 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY Middlesex Paving, LLC. FL CONTRACTOR LICENSE# CGC1525524 -Item : Nurn1:;erj. 1;-.:Itent D'eaCliptioit„: WESTON PARK SUBDIVISION AREA MILL AND RESURFACING 4.00 Milling/Resurfacing/Pavement Markings 4.01 10,910 SY 1"Milling(Max.) $ 1.50 $ 16,365.00 4.02 10,910 SY I"Resurface Type SP-9.5 Asphalt Paving $ 6.35 $ 69,278.50 Temporary Striping and Thermoplastic Final $ 3,000,00 $ 3,000.00 4.03 1 LS Striping Sub-Total= $ 88,643.50 ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 4 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY Middlesex Paving, LLC. FL CONTRACTOR LICENSE# CGC1525524 Item. Number Quantity� . Unit =;Item Description Unit Price: Extension ADD ALTERNATE- 1 FIRE STATION 38 DRIVES OVERLAY(VIGNETTI PARK) 5.00 Asphalt Overlay 5.01 1,390 SY 2.5"Overlay Type SP-12.5 Asphalt Paving $ 15.00. $ 20,850.00 Sub-Total= $ 20,850.00 JIB 21-009 Asphalt Paving Projects.FY 2021 EXHIBIT B REVISED BID FORM(Page 5 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY Middlesex Paving, LLC. FL CONTRACTOR LICENSE# CGC1525524 Item.. Number. Quantity" :Unit, " Item:Description, ` 'Un►t Price Extension ADD ALTERNATE-.2 MAGUIRE ROAD(NORTH-FROM RxR CROSSING TO FRANKLIN STREET 6.00 Milling/Resurfacing/Pavement Markings/Signal Loops 6.01 2,315 SY 2.0"Milling(Max.) $ 4.00 $ 9,260.00 6.02 2,315 SY 2.0"Resurface Type SP-12.5 Asphalt Paving $ 14.00 $ 32,410.00 Temporary Striping and Thermoplastic Final 6.03 1 LS Striping $ 7,930.00 $ 7.,930.0.0 6.04 1 LS Traffic Signal Loops $4,000,00 $ 4,000,00 Sub-Total= $ 53,600.00 TOTAL BASE BID AMOUNT,INCLUDING ADD ALTERNATES#1 AND#2= $878,450.00 Eight Hundred Seventy Eight Thousand Four Hundred Fifty Dollars ITB 21-009 Asphalt Paving Projects FY 2021 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Mill-It Corporation Tru-Mark,Inc. Skilled Resources 9630 Discovery Court 31719 Long Acres Drive 2345 W.Sand Lake Road#150 A&B Altamonte Springs;FL 32714 Sorrento,FL 32776 Orlando,FL 32809 Federal.I.D.:59-2326966 Federal I.D.:20-1385712 Federal I.D.:65-0824425 Contact:Brian Bortell Contact:Norman Gaines Contact:Kiziy Parks (321)231-5058 (352)735-8394 (407)930-5858 Asphalt Milling Pavement Markings Temporary Labor (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially; of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Attached is a complete list of Middlesex Paving,LLC.owned equipment to support milling and asphalt paving work 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity,, nature, and size of'this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 01/04/2021 Asphalt Resurfacing/$1,974,439.101 City of Oviedo,400 Alexandra Blvd.Oviedo,FL 32765/407-971-5651/astewart@cilyofoviedo.net/Alexis Stewart 05/23/2019 Asphalt Paving Projects FY19/$463,994/City,of Ocoee,150 N,Lakeshore Dr.,Ocoee,FL 34761 1321-281:7025/rampanale@ocoee.org I Richard Campanale 08/11/2020 Asphalt Paving Projects FY20/$903,548/City,of Ocoee,150 N.Lakeshore Dr.,Ocoee,FL 34761/321-281-7025,!rampanale@odoee.org/Richard Campanale 01/24/2019 Asphalt Paving 2019/$1,820,510!City of Winter Garden,300 West Plant St,Winter Garden,FL 347871407-656-4111 ext.2631jwilliams@cwgdn.com/Jon Williams 02/10/2020 Asphalt Paving 20201$1,977,948!City of Winter Garden,300 West Plant St,Winter Garden,FL 34787/407-656-4111 ext.263/iwilliams@cwgdn.com/Jon Williams 11/27/2019 Property-Wide Resurfacing FY 2020&2021/$8,777,139/Walt Disney World Resort,P.O.Box 32830/407-404-1933I michael.a.lisi@disney.com/Michael Lisi 19 ITB 21-009 Asphalt Paving Projects FY 2021 Have you any similar work in progress at this time?Yes x No . Length of time in business 7 yrs under MPLLC ' Bank or other financial references: Bank of America One Federal Street Boston,MA 02110 Contact:Thomas Brennen,Senior Vice President (617)434-4512 (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation,claim(s), bid or contract.dispute(s) filed by or against the Bidder in the past five.(5) years which is related to the services that the Bidder provides in the regular course of business, The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case,the outcome or projected outcome,and the monetary amounts involved. If none, please so state. MPLLC-v.Liberty Mutual(2017-CA-3499)-MPPLC flied a bond-claimagainst the surety for PospieCh Contracting for non-payment of$121,715.18 in monies owed for services rendered.The case has been settled. . 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledge&receipt of the following addenda: No.1 Dated 09/09/2021 No.2 Dated 09/13/292.1 No.3 Dated 09/17/2021 No. Dated No. . Dated (remainder of page left blank intentionally) 20 ITB 21-009 Asphalt Paving Projects FY 2021 LILEASEt PAVING'LLC, EM Equipment List - Summary 504015 ' 1999 MACK TRI-AXLE DUMP 1M2P267C0XM045286• 504027 - 2005 MACK CV713 TRIAXLE DUMP 1M2AG11C55M035840 504028 • - 2005 MACK CV713 TRIAXLE DUMP 1M2AG11C75M035841 504030 2005 MACK CV713 TRIAXLE DUMP 1M2AG11C05M035843 504032 - 2007 MACK CV713 TRIAXLE DUMP 1M2AG11C77M063352 504933 2007"MACK CV713 TRIAXLE DUMP 1 M2AG11 C97M063353 504034 ` ' 2007 MACK CV713 TRIAXLE DUMP 1M2AG11C07M063354 ' 504035 2007 MACK CV7131-RIAXLE DUMP 1M2AG11C27M063355' _ 504036 2007 MACK CV713 TRIAXLE DUMP 1M2AG11C47M063356 504037 2007 MACK CTP713B TRIAXLE DUMP 1 M2AT13C17M002183 504038 ' ' - '2007 MACK:CTP713B TRIAXLE DUMP 1M2AT13C37M002184, 504039' 2007 MACK CTP713B TRIAXLE DUMP 1 M2AG13C77M002236 ' 504040 '2007 MACKCTP713B TRIAXLE DUMP' - 1M2AT13C48M003652: 504041 2007 MACK CTP713B'TRIAXLE DUMP 1M2AT13C48M003653 - 504042 ' - - 2013 MACK GU813 TRIAXLE DUMP 1M2AX13C3DM020880 504043 • 2013-MACK GU813 TRIAXLE DUMP- 1M2AX13C5DM0208B1 504044 2013 MACK GU813 TRIAXLE DUMP 1MZAX13C7DM020882. 504045 2013 MACK GU813 TRIAXLE DUMP 1M2AX13C90M020883 504046 2013 MACK GU813 TRIAXLE DUMP 1M2AX13CODM020884 504047 2016 MACK GU813 TRI-AXLE • 1M2AX13C3GM060073 504048 2016 MACK GU813 TRI-AXLE - 1M2AX13C5GM060074 504049 2016 MACK GU813 TRI-AXLE 1M2AX13C7GM060075 - 504050 2016 MACK GU813 TRIAXLE 1M2AX13C9GM060076 ' . 504051 2016 MACK GU813 TRI-AXLE.•_ 1 M2AX13COGM060077 504052 2017 MACK GU813'TRI-AXLE DUMP TRUCK 1M2AX13C1HM037277 504053 2017 MACK GU813:TRI-AXLE DUMP TRUCK ,1M2AX13C3HM037278 - - , • 504054 - 2017 MACK GU813.TRI-AXLE DUMP TRUCK 1M2AX13C5HM037279. - 504055 2017 MACK GU813,TRIAXLE DUMP`TRUCK 1M2AX13C1HM037280 - 504.056 2017 MACK GU813°TRt-AXLE DUMP TRUCK 1M2AX13C3HM037281 '504057 2017 MACK GU813'TRI-AXLE DUMP TRUCK 1M2AX13CXJM039776 - - 504058 -2017 MACK GU813:TRI-AXLE DUMP TRUCK- 1M2AX13C1JM039777 504059 2017 MACK GU813,TRI-AXLE DUMP TRUCK 1 M2AX13C3JM039778' 504060 2017 MACK GU813TRI-AXLE DUMP TRUCK . - 1M2AX13C5JM039779- 504061 2017 MACK GU813 TRI-AXLE DUMP TRUCK 1M2AX.13G1J,M039780 504462" •2019,Mack.GR64B Dump'Truck 1M2GR2GC8KM004126 504063 2019 Mack GR64B Dump Truck - 1 M2GR2GC1 KM004128 ' 504054 2019 Mack GR648,Dump Truck - 1 M2GR2GC3KM004129 • 504065 2019 Mack-GR64B Dump Truck 1M2GR2GC1KM004131 KM004131 - - 504066 2019,Mack GRUB dump truck 1 M2GR2GC3KM004132 504067 2019.Mack:GR6413 dump truck 1 M2GR2GC9KMO04135 504058 2019:• Mack.GR648 dump truck .. 1 M2GR2GCXKM004127 + 504069, 2019 Mack GR648 dump truck '' 1 M2GR2GCXKM004130 - 504070 2019 Mack.GR64B live bottom truck 1 M2GR2GC5KMOD4133 504071 2019 Mack GR648 live bottom truck - - 1 M2GR2GCOKM004136 504072 - 2019 Mack GR648 live bottom truck .1M2GR2GC2KM004137 :5.04073 2019 Mack GR648 live bottom truck 1 M2GR2GC7KM004134 ' Page 1 iviDLESE nit irN, PAVING LLC , _ mrir 503533 2015 LEEBOY ROSCO MAXIMIZER 1FVACX017GHHC8082 503534 2017'LEEBOY MAXIMIZER III DISTRIBUTOR TRUCK 1FVACXDT1 HHHZ9865 503535 2017 Freightliner Tack Distributor Truck 3ALACXDTOHDJF0251 503536 2018.TACK TRUCK 1 FVACXEC5JHJP4269 T528 2005 TRAILBOSS50 TON TRAILER 450DK533851001880 T529 2005 EAGER BEAVER 50GS TRAILER 112SE25165L068495. • T532 2009 INTERSTATE;I2BST TRAILER 1JKBST1209M010542' T537 2016 TOWMASTER T-12DT TRAILER 4KNTT1424GL162011 T538 2016 TOWMASTER T 12DT TRAILER 4KNTT1426GL162012 T547" 2017 EAGER BEAVER LOW BED TRAILER 112SE2486HL081587 T548 2017 EAGER BEAVER LOW BED TRAILER 112SE2488HL081588 505108 2006 MACK CV713 LOWBED TRACTOR 1M2AG10Y06M042550 ' 505109 2006 MACK CV713 LOWBED TRACTOR 1M2AG10Y26M042551 505110 2015 MACK TRACTOR CHN613 1 M1ANO7Y3FM01 B110 505111 2017 MACK CHU613 TRACTOR 1M1AN07Y7HM026634 505112 2018 Mack CHU613 Low Bed Tractor 1M1ANO7YXJM026875 505113' 2019 Mack Pinnacle 64T Tractor''. 1M1PN4GY8KM002089 AGR246 2016 ROADTEC RX700E MILL RX700E=4X2078 AGR205 _2013 ROADTEC RX600e COLD PLANER RX=600E-4X2027 ' AGR207 2018 Roadtec RX700 Milling Machine RX-700e-4-4002 ATA521 WORKSITE PRO CP18C PLANER AKA MILLHEAD) IITOCP18CEB0000024 ATA522 WORK SITE PRO CP18 PLANER(AKA MILLHEAD) ITOCP18CT0000030' P533 2008 CAT'AP655D PAVER GNZ00288' P538. : ` 2016 8"ROADTEC RP-175E RUBBER TIRE PAVER RP1T5E-4020 P534 '2011,ROADTEC RP190 RUBBER TIRE PAVER RP190X400 P535 2015 ROADTEC.RP-190 10'RUBBER TIRE PAVER RP190EX4024' P536 2016 ROADTECT RP190'10'RUBBER TIRE PAVER ' • - RP190EX4047 P537 _. 2016 ROADTECT RP19010'RUBBER TIRE PAVER RP190E-4080 P539 2018 ROADTEC RP195 TRACK PAVER RP195x4085 MTV501 2008 ROADTEC SHUTTLE BUGGY SB2500D SB2500DX990 MTV502 2017 ROADTEC SB1500 SHUTTLE BUGGY SB1500EX4031 RS546 2014 WEILER C307 SPLIT DRUM ROLLER C1050 RS547 2016 WEILER C307 SPLIT DRUM COMPACTOR W1064A RT539 2013 BLAW-KNOX=.PTC15 RUBBER TIRE ROLLER .. 100725 RT54O 2013 BLAW KNOX PTC15 RUBBER`TIRE COMPACTOR 100726 RT541' 2016 BLAW KNOXPTC15. 142616 RT537` 2007 BOMAG BW24RH COMPACTOR 101538001050 ' RT538 2007 ROSCO 915 COMPACTOR 47900 SW534. 2012 LEEBOY CHALLENGER V PUSH BROOM 4870-76970" ' - SW535 ' ` 2012 LEEBOY CHALLENGER V PUSH BROOM: 4870-76971 SW538 2015 ROSCO CHALLENGER VI BROOM 123495 SW541 2015 CHALLENGER VI_BROOM 129582 SW542 - 2015 CHALLENGER VI BROOM 129583 SW544 2016 Blaw Knox FB90 144072 SW545 2016 Blaw Knox FB90 - FB90-144071 504028-2 ' Water Tank Conversion for'304028 1M2AG11,C75M035841 502502 2000 INTERNATIONAL 47000 4X2 TOOL TRUCK 1HTSCAAM5YH312127 Page 2 IDDLE�SJ PAVING LLC 502503 2003 INTERNATIONAL 4300 TOOL TRUCK 1HTMMAAM13H589310. 502504 2005 INTERNATIONAL 4300 TOOL TRUCK 1HTMMAAM85H101926 502506 - 2006 INTERNATIONAL 4300 TOOL TRUCK 1HTMMAAN36H305625 502507 2017 FORD F-750 1FDXW7DE7HDB04206 502508 2017 FORD.F-750 1 FDXW7DE9HDB04207 502509 2017 FORD F-750 1FDXW7DE1HDB05402 502510 2019 FORD F750 BOX TOOL TRUCK 1 FDXW7DEXKDF00024 502511 2019 FORF F750 BOX TOOL TRUCK 1FDXW7DE1KDF00025 RSV553 2007 CAT CB534DXW VIBE ROLLER EAA00547 RSV556 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR C5600252 RSV557 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR C5600269 RSV558 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR C5600270 RSV559 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR C5600271 RSV560 2017 CAT CBS4B VIBRATORY ASPHALT COMPACTOR C5600288 RSV561 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR C5600290 RSV562 2018 Cat CB64B Paving Vibe Roller' C5600418 - RSV563 2016 Cat CB64B Paving Vibe Roller C5600421 RSV564 2018 Cat CB64B Paving Vibe:Roller C5600424 RSV565 • 2018 Cat CB64B Paving Vibe:Roller C5600425 SKS519 2015 CAT 262D SKID STEER DTB03708 SKS520 2015 CAT 262D SKID STEER DTB03716 SKS521 2016 CAT 262D DTB04937 SKS522 2016 CAT 262D DTB04941 SKS525' 2016 CAT 262D w/Millhead DTB05745 SK5526 CAT 262 SKID STEER. DTB07901 SW540' 2015 ELGIN BROOM BEAR 1FVACXCY4GHGW1801 SW543 - 2016 ELGINE BROOM BEAR- 1FVACXCY7GHHR3676 SW546 Broom Bear Truck Sweeper 1FVACXFE6JHJY7193 T534 2015 EAGER BEAVER 50GSL/PT ' .112SE489FL080382 T535 2016 TOWMASTER-16'SKIDSTEER TRAILER 4KNTT1429GL160545 T536 2016;TOWMASTER 16'SKIDSTEER TRAILER 4KNTT142XGL160764. T550 - 2016 TOWMASTER.T-12DT 16'SKIDSTEER TRAILER 4KNTT1423HL161577 201308 2011 FORD F150 4X4 SUPERCAB 1 FTFX1 ET6BKD45510 201311 2011 FORD F1504X4.SUPERCAB 1FTFX1ET1BKD45513 201315 2012 FORD F150XL (LUP699) 1FTMF1EM4CKD62312 201317 2012 FORD F150 XL'(LUP703) 1FTMF1EM8CKD62314 291385- 2016 FORD F150 XL SUPERCAB 4X4' 1FTFX1EG2GKE84978 201386 2016 FORD F150 XL SUPERCAB 4X4. 1FTFX1EG4GKE84979 201388 2016 FORD F150 XL SUPERCAB 4X4 1FTFX1EG2GKE84981 201392 2016 FORD F150 XL REG CAB 1FTMF1EP7GKEB5568 201399 - Ford F150 XLT Pickup 1FTFX1EG3HKD48294 201400 Ford F150 XL Pickup' 1FTFX1EG5HKD48295 203590 - 2012 FORD F250 XL4X2 SUPERCAB 1FD7X2A63CEB81977 503306 2011 International 4300SBA Durstar 2000 Gallon Water Truck 1 HTMMAAM4BH282910 503307 2011 International 4300SBA Durastar 2000 Gallon Water Truck 1HTMMAAM4BH283121 504019 - 1999 MACK RD688S WATER TRUCK 1M2P267C2XM045290 Page'3 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we,the undersigned,Middlesex Paving,LLC , as Principal,and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida,as Owner, in the penal sum of,(5 percent of the Contract Bid) $ Five Percent(5%)of Amount Bid (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed,this 10th day of September , 2021. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain.Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the ITB 21-009 Asphalt Paving Projects for FY 2021 (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. ITB 21-009 Asphalt Paving Projects FY 2021 40 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90)days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner; which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written_consent. 6. No suit or action -shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent t by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. ITB 21-009 Asphalt Paving Projects FY 2021 41 11. The term "bid"as used herein includes a bid,offer,or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out(X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below theii•signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (I) (Indivit 's Signature) (Witn- (2) (Individual's Signature) (Witness) doing business as (SEAL) (Bus' ss Address) (Telephone No.) (Florida License No.) ITB 21-009 Asphalt Paving Projects FY 2021 42 If Bidder is PARTNERSHIP,complete this signature block. (1) (Pa ; ship Name) (With .: (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Bu ' ess Address) (Telephone No.) (Florida License,No.) ITB 21-009 Asphalt Paving Projects FY'2021 43 If Bidder is CORPORATION,complete this signature block. Middlesex Paving,LLC. (.1) (Corporation Name) (Witness). Florida (;) (State of Incorporation) itress) By: Michael.Iapaluccio. _. _,_ (Name of Person Authorized to Sign-See Note 1) \a P �ii,,*/ Vice President-Paving J. (Title) = 2012 • - c` • *�q s �L0Ki 1••••• ii•Z/74 .. ,/.jar //� • •asp•.• % (Authoriz•s. Signature) ilea ytatt\t" Robert Pereira II (Corporation President) 10801 Cosmonaut Blvd,Orlando,FL 32824 (Business Address) 407-632-4028 CGC1525524. (Telephone No.) (Florida License No.) ITB 21-009 Asphalt Paving Projects FY 2021 44 SURETY Witness:(If agency is not a Corporation) Travelers Casualty and Surety Company of America (Surety Business Name) (1) (Witne One Tower Square,Hartford,CT 06183 (Pr' 'pal Place of Business) By: - e (2) (Witness) (Surety Agent's Signature-See Note 2) Attest:(If Agency is a Corp. tion) .., Gabriela Carnacho FL Non-Resident License No. / .. (Surety Agent's Name) orexpixese Signature) Witness Attorney-in-Fact Nicole Roy (Surety Agent's Title) (ellig(aldtelOiYaKipiatlfe) Witness Alliant Insurance Services,Inc. (Business Name of Local Agent for Surety) (Corporate Seal) 131 Oliver Street;4th Floor,Boston,MA 02110 , (Business Address) (617)535-7200 N/A (Telephone No) (Bond No) NO MS: (1) Complete and attach "Corporate AtIthority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the State where the project is located. 1TB 21-009 Asphalt Paving Projects FY 2021 45 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Massachusetts ) COUNTY OR CITY OF Suffolk ) Before me,a Notary Public,personally cam Gabriela Camacho e , known to me, and known to be the Attorney-in-Fact of Travelers Casualty and Surety Company of America, a Connecticut Corporation,which (Surety Company) (State) executed the attached bond as surety, who,deposed and said that his signature and the corporate seal of said Travelers Casualty and Surety Company of America were affixed by order and authority of said Company's Board of Directors, (Surety Company) Travelers Casualty and Surety Company of America and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this 10th day of September ,2021. (Notary Pu ' SandrOC. Lopes My Commission Expires June 5,2026 . p . &, SANDRA C771,_ * '1 COMMONWEALTHNotaryOFPmuAbssi lAcc IA u s ETTS END OF SECTION r, My Commission E*oires On June 05,2*026 ITB 21-009 Asphalt Paving Projects FY 2021 46 Travelers Casualty and Surety Company of America �A. Travelers Casualty and Surety Company TRAVELERS.1 St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers.Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and.appoint GABRIELA CAMACHO of BOSTON Massachusetts , their true and lawful Attomey(s)-in=Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and Other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. out 1n 4 t COMA re '. * y, State of Connecticut OO By: City of Hartford ss. Robert L.Rane , enior Vice President On this the 21st day of April, 2421, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies; and that he; as such,, being authorized so to do; executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,,I hereunto set my hand and official seal. F � a"g, e:oTnm � E My Commission expires the 30th day of June,2026 * �fl *` 1/"i d' P"s'fi Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect;reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any. Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer; the Corporate Secretary or any Assistant Secretary may appoint. Attorneys-in-Fact and.Agents to act for and on behalf of the Company and may give such-appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bands, recognizances,.contracts of indemnity;and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking; and any of said officers or the Board of Directors at any time may remove any such appointee and revoke;the power given him or her;and it is FURTHER RESOLVED, that the .Chairman; the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part; of the foregoing authority to one or more officers or.employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any :bond, recognizance; contract of indemnity, or writing obligatory in the_ nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the.Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice.,President;. the Treasurer; any Assistant Treasurer; the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by :a Secretary or Assistant Secretary; or (b) duly executed (under.seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power.prescribed in his or her certificate or their certificates of authority Or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that,the signature of each of the following.offcers: President, any Executive Vice President, any Senior Vice President, any Vice President,any,Assistant Vice President,'any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice. Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and.undertakings and other writings obligatory in the;nature thereof,and any such Power of bearing signature . - . Attorneyor certificate such facsimile or'facsimile seal shall be'valid and binding upon the;Company and any such power'so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,,which remains in-full force and effect. Dated this 10th day of September ,2021 . • b�„y..a.. �JF*IT.iyO mC a N0.A11.1.1 a Nara w. "t ����7 G A� -` �i„ GXti.V:'(�$ � coNK. o fL4 LE.Hughesaistantcretary • To verify the authenticity of this Power of Attorney,please cal/us at1-800-421-3880. Please refer to the-above-name dAftomey(s)-in-Factand the details of the bond to which this Power of Attorney is attached. CIDDLISIX 1,1 CORPORATION AmurAir At a meeting of the Board of Directors of MIDDLESEX PAVING, LLC held on May 16,2021, at which all the Directors were present or waived notice,it was VOTED,that Robert W. Pereira, Chief Executive Officer& Managing Member; Robert W. Pereira II,President and Chief Operating Officer&Managing Member;Alfred S.Aponas, President Southeast Region & Manager;David P. Socci, Senior Vice President Preconstruction,Assistant Secretary&Manager; Peter J. Martinkus, Senior Vice President Finance, CFO, Secretary&Manager and Michael J.lapaluccio, Vice President Paving;be and they hereby are authorized to execute bids, contracts,bonds, and owners' payment requisitions in the name and on behalf of said Corporation, and affix its Corporate Seal thereto; and such execution of any contract or obligation in the Corporation's name on its behalf by such Chief Executive Officer, President,Vice President, and Secretary under seal of the Corporation, shall be valid and binding upon this Corporation. ootoninitibk, , .4114/ true copy •'tor -.9 4'..-40 *04*.3 A 4? 1 4c ATTEST: .e E, 12E1 202 I ir I Pdtêr J. Martmkus S I .%••'PLORAV Secretary .. ...... il'uttiosutotO° Place of Business: 10801 Cosmonaut Blvd Orlando, Florida 32824 Date: I hereby certify that I am the Secretary Of MIDDLESEX PAVING, LLC,that Robert W. Pereira is the duly elected Chief Executive Officer&Managing Member, Robert W. Pereira II is the duly elected President, Chief Operating Officer&Managing Member,Alfred S Aponas is the duly elected President Southeast Region& Manager, and David P. Socci is the duly elected Senior Vice President Preconstruction &Assistant Secretary&Manager,Peter J. Martinkus&Michael J. Iapaluccio,Vice President Paving is the duly elected Senior Vice President Finance, CFO, Secretary &Manager of said Corporation, and that the above vote has not been amended or rescinded arid remains in full force and effect as of this date. ......... 47..,:bsoury '4* Pet Martirikus = ES 20i2 Secretary * 1 .. . '400tuniluo# One Spectacle Pond Road, Littleton, MA 01460 • Tel: 978-742-4400 is Fax: 978-742-4434 COMMITTED TO SAFETY AND QUALITY :ID ,..aiminer PAVING LLC WIN Officers and Board Members of Middlesex Paving, LLC.. Principal Office: 10801 Cosmonaut Blvd Orlando, FL 32824 Name Title Office Robert W.Pereira Chief Executive Officer&Managing 10801 Cosmonaut Boulevard,Orlando,FL 32824 Member Robert W. Pereira 11 President&Chief Operating Officer& One Spectacle Pond Road,Littleton,MA 01460 Managing Member Alfred S.Aponas President Southeast Region&Manager 10801 Cosmonaut Boulevard,Orlando,FL 32824 David Socci Senior Vice President Preconstruction& One Spectacle Pond Road,Littleton,MA 01460 Assistant Secretary&Manager Peter J.Martinkus Senior Vice President Finance,.CFO& one Spectacle Pond Road, Littleton,MA 01460 Secretary& Manager - Michael J.lapaluccio Vice President Paving 10801 Cosmonaut-Boulevard,Orlando,FL 32824 Attachment A 4,40•± /10 P ocoee Florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders,must disclose within their Bid the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly, in the Bidder's finn or any of its branches,or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision services,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Staff,and other key City employees and consultants' involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term."conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or ether personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction,research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: oitinnintost, ,s .... seTe..tatil***•7/ V Middlesex Paving, LLC. v—* ce.0* ecs4,5) c. Firm Name tlo = 2012 .. • s'xoRtono Signapie 40/munintriO Michael lapaluccio, Vice President- Paving Name and Title(Print or Type) September 21, 2021 Date ITB 21-009 Asphalt Paving Projects FY 2021 5 I DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE. BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.087). In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation Of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's Community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. ITB 21-009 Asphalt Paving Projects FY 2021 52 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements: Bidder:Middlesex Paving, L.LC. �!' �' �,`gy Signed: By: Michael lapatuccio * $to kis. 2012 (Print or Type Name)' ; • -*$ * •p Title: Vice President-Paving A st P• `' I•. S...oliummintot Date:September 21, 2021 END OF SECTION I B 21-009 Asphalt Paving Projects FY 2021 53 BID#-21-009 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID'INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION.THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. MiddleSe* Paving,-L,LC. 407-632-4028 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-206-3558 FAX (IN(LUDE AREA CODE) mikei@middlesexco.com 0.10.04, L ADDRESS c04>A0 • . 4.: .3, • aErvIITTANCE ADDRESS IS DIFFERENT AU HORIZED GNA URE(rrianualf yRtM PURCHASE ORDER ADDRESS, ichael Iapaluccio AtAriPIIA.SE INDICATE BELOW: 7. ss• cLov:/. NAME/TITLE(PLEASE PRINT) -•••....... its VP 10801 Cosmonaut Blvd 4/sminnutoo STREET ADDRESS Orlando, FL 32824 CITY STATE ZIP FEDERAL.ID#46-1625297 Individual Corporation Partnership X Other(Specify)Company (.LLC) Sworn to and subscribed,before me by means of M physical presence Or El online notarization this 21 St day of PePtember ,201 . X Personally KnoWn or Produced Identification Notary Public-State of,Florida (Type of Identification) County of grange i'AIS,1"..tgg'2"" MIA ISRGEAI\IT CL4-1-4)4 0- -AS MY CO,A0S610t4# 353°°9 Signaturp of Notary Pub9lic5e Ii EXPIRES:Illy 19.2023 44pS Bonded Dm Notasy Public Ondenwiters Evelyn S Sergeant - Printed,typed or stamped Commissioned name of Notary Public ITB 21-009 Asphalt Paying Projects FY 2021 54 Middlesex Paving , LLC. Prequalification Certificates, Licenses and Affirmative Action Plan State of Florida Department of State I certify from the records of this office that MIDDLESEX PAVING LLC is a limited liability company organized under the laws of the State of Florida, filed on June 4, 2012, effective September 1, 2012. The document number of this limited liability company is L12000074210. I further certify that said limited liability company has paid all fees due this office through December 31, 2021,that its most recent annual report was filed on February 1,2021, and that its status is active. Given wider my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighteenth day of February, 2021 .......... , iif IIN'''3 *: *-s4.gOpeii-1 ::':; vt.'fn ,,--L---, ---pe'..•,,--c- ,...A \ \..;:;.:&41;---";• .;,.-&--:1/4r1 Y01/411"W Secretary of State Tracking Number 2329412996CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/Certificate0fStatus/CertilicateAuthentication . . i , 1•Olig-' f.-g4k,'„\\ Ron DeSantis,Governor 3 !Florida (---- Halsey Beshears,Secretary , i',, 3 N,.,,,,,,,,e'.. , 1 , '71„IiiKM‘"1LW,,k,S. 1 STATE OF,FLORIDA , vf,i.0,„4„,,,41.......„, ,%,, • . . •,,,,,i,,,,,, ,,,,„1-,,,,,:,--?,„,,,;•0 ,,,,4,,,..7 .~:::•.;S:••44,-' • . . ..„......., • S DEPARTMENT OF'BUSINE S..A ND PROFESSIONAL REGULATION ! , . . • CONSTRUCTION J„,;:,,',",,NDi%,4,, UJ.,..",.,,',.,",.' $.,,4,1•:1:,01T,-„',.-„',,.,,,,,17,,,-Rr',-".„,-7-.t'':'"'-`'.=:'t.-LICENSING, t BOARD RD THE GENERAL Cp417mcT° 1!"E ,IN' S'7l:1F1g : UNDER THE PROVISIONS'OFtHARTPW48947 :0kibA-$77TUTES ,&.--,:,,7,-z:ri',-4--.:-------------.,n::::,-7i.i',,,Tti,::,-,I-iiP '''''''It.'-',; •!4,,Z.g:,Z-i;', .,.\,:.:, ..N',;:- : II;.• ,-I.',Y 3,2,,-...7.--A'44-,- ----;,,,ti',0::`,4t..,;',,,,'.'— ,,- --=. -!,77-,,,„,,;.,c,,,,,,. ,„.1.,qk ; f;;:;; ----;;:-:-;-ei-;;:-"' -.;;,:, -7----7--J,,i,,'';V.:..11f.-4.' -- r•-• ,''''i'3',4,7:7 4741,'1 -s:'''),`,. ..::-•:,•-.^ --...0 I' • • '7,,,A ',,,7: ----.,\,,,,,,,7 ,A h t- , , '''''' ',V,,i;,',:1%.; ,i ',.''',-...4. , •--77 r"::-., '- ,,';',1,,/'., ----- -„,A,, ,,'', -7',',i,';',, , •-,- - ,'';',,,,,...--,,,,,y-e;!:,..;:',, -'t.,.:..r ,-- . 7-,t, . „:„7...."77,„7:,•,,z,::,j,,,,', 1.,,,T")'F.- \-1, ,,f it,. ,.,,,',,,y"--,..1.,./;.. ,',.,J-21.;,,,1..,,- '.;% - -,,,,',,'''' T.''-rri- =::::.,,r:._:-,'", e,f--•'-'i,,i , ..-rgli -,-.S.,..r. :•Pit...,d'•,,'"77.-S.:-.. „,,,,j:.,:.,:,,,,,„, ,• ,, , ,, 4,I-,-----, ,I,,s A.`,, °, . 7"-.1 'S.; ,4, ...„, . , ,, ,,,,,, , -. , -will-LI M I I I i I ^ DrRE , v:4, , : 6: : •,-, ,,,,,, .,.,..;7-; ,,..- , - -- 1 Ek -'elv'IR B --RT-' . - - ---, 1 , . ;. . tir-- , , .'•: , J-, , ..,, -„,,,,“,„,,,.•----„_'''''''''....734 r'"'":N 'cl,.'''''I',VPI;iri.74:t4;'%11/P1).4''2:,=,'''''-'.:7;;;-7 7'77 r,',s;‘'',,'..'X,'',',',,;',•','':I','',,,7,,:,,',,'r,,,:A,,',1,i:,!1:,„Y"r,'4'''!°,,.,,'',f''',,,,',',,'',,,',,'.e.,„,,;;.,iM,„,,,.q.,i.„ti,it„,.i,.,.,,,i.i Vi'.DL,4E:SE. PAVING,k. ti,7C7 ,:: '1/4 10301'COSMONAUT,BLVD '-,,,f.i,—.',",,,.-.I i:•:;," !i FC.',. , 't)R'MOCi'f?-J,'P''''''''ill- ft 32824' , . ,.,,,.,,,,,,,,,,v,,A.,,,,..,„.,,..„„;,,,,,,,,,,,,,,,,, 'iii-ktra.4w,-,Yt",--,7,zmk.-----, ; . '"I',',1".A..yr,..:i.:' ""*.~t17-",:,-,7..:.,:n4,74.ivp,jp;, ,,..1'.t.,',,,.A•%'.-,:y:/7 1, LICEAttiSi UM BERiliC.04,525524 , . EXPIRATION DATE: AUGUST 31, 2022 . Always verify licenses online at MyFlo.ridaLicente.com ,-, , . , . 1 ' Allivm. Do not alter this document in any form. r:'I Ar'‘7 i,..jfir•171:. : • This is your license. It is unlawfulthe licensee to use this document. [ i , .' for anyone other than f• . . . .._. . ---- .L._ . ........__ ------- _ .. .. _... — I Tax':Collector Scott Randolplh , - , Loca +B lusiness Tau•iReceipt Orange=,County,IFlorida 2020 EXPIRES-. 9/3012021' 1811 0573234: • 101 .PAVING .$50:Ob 30 EMPLOYEES t ' ' 1 . TOTALTAX $50 O0 PEREIRA'ROBERT W CEO' - r REGULATED WASTE` $5000, -' PREVi0II4YRA10,. $1.009C1,'' TOTAL DUE . $0 00 MIPDLESEX CORP-7HE - - ;ATTN PATRICK GIULIANI. r - ' " 10801 COSMONAUT BLVD ORLANDO-3FL 32824'-7627 _ • 10801?COSMAU ONT B_V, . ' U ORLANDO 32824 PAID $100 00 ;0098 0096492t 9t1012020_ _ _ - Tax.Collector Scott RandolphLocal`Business'Tax Recai t - Oran e'Coun Florida I .This`local Business Tax Receipt,Is in addition to and not milieu Of any other tax required bylaw or municipal ordinance Businesses are;subject•to regulation;of zoning-,health'and other; lsw(ul authorities This'receipt IS valid from.Oc.tober i through`Septemberr30;of.receipt•year piptiriyuent penalty is added October 1,. 2020 EXPIRES 9/301,20293 , ;:1811 057323¢ i 1811_-�'PAViNQ• $31100 3O EMPLOYEES{. ' TOTAL TAX $50 00: ` • • •'- ,• . i REGULATED WASTE $50 O0 .. mp F o 'REREIRA;:R08ERT=W CEO PREVIOUSLY PAID: $10000' . ' ' TOTALbUE $0:00 ,a. •= MIDDLESEX CORD THE ATTN-,PA,.T:Rite,K GIULlANI i , 10801 COSMONAUT BV 410E �.' 10801 COSMONAUT BLVD: I U ORLANDo,32$24, _,.. - - ORLANDO1FL'-3282417627 PAID? s0•$100O...b0 98 O f1 964928 ,9t1{7t2420. I' . .. This receipt is official when validated 6y the Tax Collector ' ,Orange County:Cbde'reguir'es tfiis local Business Tax,Receipt to be displayed spicuously,at•theplace of: busines_s'in public view:It is subjectto inspection by all duly authorized officers of the•Countyx I ,. actaxcoi:cotn r $ octazcol FD:cfirl .Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J.THIBAULT,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 4, 2021 MIDDLESEX PAVING, LLC 1 SPECTACLE' POND ROAD LITTLETON, MASSACHUSETTS 01460 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation. has qualified your company for the type of work indicated below. Unless your com•any is notified otherwise, this Certificate of Qualification will expire 0/30/2022% However, the new application is due 4/30/2022. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: • FLEXIBLE PAVING, HOT PLANT-MIXED BITUM. COURSES You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3Y, Florida Administrative Code (F.A.C.) , by accessing your most recently approved application as shown above and choosing 'Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company .has done such 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. All prequalified contractors are required by Section 14-22,,006(3), F.A.C. , to certify their work underway monthly in order to adjust maximum bidding .capacity to available bidding capacity. You can find the link to this report at the website shown above: Sincerely, Pet,a1 1.0. .�Y/ G Q.2dt9Yl!j 1! Alan Autry, Manager �J Contracts Administration Office AA:cg Improve Safety, Enhance Mobility. Inspire Innovation www.fdot.gov 0 DATE(MMIDDITTyy) AC 0 INSURANCE • �� CERTIFICATE OF LIABILITY IURANCE 702/2021_ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. , IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED;the policy(les)must have ADDITIONALINSURED provisions or be endorsed. if SUBROGATION IS WAIVED,:subject-to the terms and conditions of the policy,certain policies may require en endorsement. A statement on this certificate does not confer rights to-the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Alliant Insurance Services, Inc. PHONE FAX 200 S.Wacker Drive,Suite 3030 (A/C:No.Eel):312.546.5624 (A/C.No): Chicago IL 60606 ADDRESS: TMCCerts@alliant.com . INSURER(S)AFFORDING COVERAGE, NAIC N. . . INSURER A:Federal Insurance Company 26281. ' INSURED MIDSEXC-01 INSURER B:Executive-Risk Indemnity.Ind- 35181 Middlesex Asphalt LLC,The INSURERC:Chubb National Insurance Com 10052 Middlesex Corporation, pa Middlesex Paving INSURER D:ZURICH AMERICAN-INS CO 16535 10801.Cosmonaut Boulevard INSURER E: Orlando,FL 32824 'INSURER F: COVERAGES CERTIFICATE NUMBER:1745382109 REVISION'NUMBER: THIS,IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED-TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 7R TYPE OF_INSURANCE -ADDL SUBR POLICY EFF POLICY EXP INSD WVD POLICY NUMBER - (MM!DD/YYYY) IMM/DDIYYYY) LIMITS C X COMMERCIAL GENERAL LIABILITY Y Y 54309974 7/1/2021 7/1/2022 EACH OCCURRENCE $2,000,000 54309975 7/1/2021 7/1/2022 DAMAGE TO RENTED CLAIMS-MADE ( X J OCCUR PREMISES(Ea occurrence) $1,000,000 X Contractual Liab MED EXP(Any one person). $10,000 X XCU Included - PERSONAL 8 ADV INJURY- $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE .$4,000,000 - . POLICY X E Q' X LOC PRODUCTS-.COMPlOPAGG S4,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y 54309973 7/1/2021 7/1/2022 FEca aB�liNdaDI$INGLE LIMIT S 1,000,000 X ANY AUTO BODILY INJURY(Per person)' $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS xHIRED NON-OWNED -PROPERTY DAMAGE' - AUTOS ONLY X AUTOS ONLY (Per accident) - :$ _ $ A UMBRELLA LIAB X OCCUR Y Y 9365-2728. 7/1/2021 7/1/2022 EACH OCCURRENCE -55,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTIONS $ , - D WORKERS COMPENSATION Y WC0381368-06 7/1/2021 7/1/2022 X ST TUTS ER- AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNERIEXECUTIVE .E.L.EACH ACCIDENT S-1,000,000 OFFICERIMEMBEREXCLUDED? NIA - . (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE-$4,000,000 If"yes,describe under DESCRIPTION OF OPERATIONS below - .. E.L.DISEASE-POLICY LIMIT $1,000,000 . - DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) - giridence of lristirenO,?urposes Only, CERTIFICATE HOLDER'. CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. MiddlesexAsphalt LLC,The Middlesex Corporation, Middlesex Paving Orlando FL 32$24 AUTHORIZED REPRESENTATIVE ej 1 01988-2015 ACORD-CORPORATION. All rights reserved. AC.ORD 25(2016/03) The ACORD name and logo are-registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ACCORD- ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Alliant Insurance Services,Inc. POLICY NUMBER Middlesex Entity Listed above CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: _ FORM TITLE: ***ADDITIONAL POLICY INFORMATION*** EXCESS LIABILITY CARRIER: National Fire&Marine Insurance POLICY#: 42XSF308038-03 POLICY TERM: 7/1/2021 to 7/1/2022 POLICY LIMIT: $5,000,000 EXCESS OF$5,000,000 EXCESS LIABILITY CARRIER: Lexington Insurance Company POLICY#: 23627748 POLICY TERM: 7/1/2021 to 7/1/2022 POLICY LIMIT: $15,000,000 EXCESS OF$10,000,000 EXCESS LIABILITY CARRIER: Navigators Specialty Insurance Company POLICY# CH21EXC787461IC POLICY TERM: 7/1/2021 to 7/1/2022 POLICY LIMIT: $15,000,000 EXCESS OF$25,000,000 EXCESS LIABILITY CARRIER: Endurance American Insurance Company POLICY#EXC10007693806 POLICY TERM: 7/1/2021 to 7/1/2022 POLICY LIMIT: $10,000,000 EXCESS OF$40,000,000 EXCESS LIABILITY CARRIER: Illinois Union Insurance Company Policy#G72532910001 POLICY TERM: 7/1/2021 TO 7/1/2022 POLICY LIMIT: $25,000,000 EXCESS OF$50,000,000 ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 11.911 • ''';' ..• ' Florida Department of Transportation RON DESANTIS 605 Suwanee Street KEVIN J.TIIIBAULT,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY 7/15/2019 RE: OBE AFFIRMATIVE ACTION PLAN APPROVAL The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: MIDDLESEX PAVING,LLC has been approved for a period of three years. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation Projects, it will not be necessary for you to submit a new plan. If you need any additional information, please contact me at(850)414-4747. Sincerely, Cd^-6------1* Stefan Kulakowski State Contract Compliance Administrator Equal Opportunity Office AFFIRMATIVE ACTION PLAN EXPIRATION:7/15/2022 This plan is one of the requirements to bid on contracts for the Florida Depa ent of Transportation. This is not approval for Unified Certification Program Disadvantaged Business Enterprise(UCP/DBEI Certification. For additional information in becoming a DBE, contact the Certification Section at(850)414-4747. FLORIDA DEPARTMENT OF TRANSPORTATION . OPPORTUNITY OFFICE 276-D3D-118*- '''.;•: ill lj f ( '17 11-: )' ::- ,, :, .,. -,. _ ,,.,,, '1.,..A... ,..,.,,'1., -;: 1 PAVING up PPR • ___a? • - . DISAPPROVED' . . . EQUAL OPPORTLINIlY OFFICE DATE 7/1.11//1 12/12 panatof2 . Iliiiddiesex Paving LLC hereafter referrediorai 'the Comppiiy"or"this Company"has adopted this policy and plan. ;fit ./' r • •, ' t---- / i i 8 ft ,4 "N •,' Date: 08/25//9 By: , i_,.z.t. 1_.f ._._.1 .J, Signature Corporate FEID No.: -W?-63461-5- 10-1492S2 97 Robert ‘hI.-Pereira‘II President&COO Printed name 81 title DISADVANTAGED BUSINESS ENTERPRISE('DBE')AFFIRMATIVE ACTION PLAN POLICY ST ik TEMENT It is the policy of this Company that disadvantaged businesses, as defined by 49 CFR Part 26, Subpart D and implemented under Rule Chapter 14-78, F.A.C., shall have the opportunity to participate-as subcontractors and suppliers on all contracts awarded by the Florida Department of Transportation(FDOT). The requirements of Rule Chapter 14-78, F.A.C„ shall apply to all Contracts entered Into between FOOT and the Company.Subcontractors and/or suppliers to the Company will also be bound by the requirements of Rule Chapter 1448 F.A.C. and its subcontractors shall take all necessary and reasonable steps In accordance with Chapter 14-78, F.A.C.,to ensure that disadvantaged.businesses have the opportunity to compete and perform work contracted with FOOT. The Company and Its aUbcontraCtors shall not discriminate on the basis of race; color,religion, national origin, disability,sex, or aga in the administration of contracts with FDOT. The Company has designated and appointed a Liaison Officer to develop, maintain,and monitor the DBE Affirmative Action Plan implementation.The Liaison Officer will be responsible for disseminating this policy statement throughout the Company and to disadvantaged controlled businesSes.This statement is posted on notice boards of the Company. I DESIGNATION OF LIAISON OFFICER The Company will aggressively recruit disadvantaged businesses-as subcontractors and suppliers for all contracts with FOOT.The Company has appointed a Liaison Officer to develop and maintain this Affirmative Action Plan in accordance with the requirements of Rule Chapter 14-78; F.A.C. The Liaison Officer will have primary responsibility for developing,. maintaining, and monitoring the Company's utilization of disadvantaged subcontractors in addition to the following specific duties: (1) The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all FDOT contracts; (2) The Liaison Officer will submit all records,reports,and documents required by FDOT,and shall maintain such records for a period of not less than three years, or as directed by any specific centractual.requiretents-of FDOT. The following Individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program in accordance with the requirements of FOOT. DBE LIAISON OFFICER: fin ez, _ ,,,.... %P. W.= > NAME: Evelyn Sergeant c.... f— = 1:p TITLE: Coordinator:Estimating 70 ... cm ' EMAIL: esergeant@middleseno.com Cti Pa . = ADDRESS: 10801 Cosmonaut Blvd.,Orlando, FL 32824 Mem *TI ...--... (:).___c,..,,7•: r n 10801 Cosmonaut Blvd., Orlando, FL 32824 0 Tel: 407-206-0077 0 Fax: 407-206-3559 COMMITTED TO SAFETY AND QUALITY t-QUAL 12/12 O, AFFIRMATIVE ACTION METHODS In order to formulate a realistic #ffinnaUvm Action Plan, the Company has Identified the fol|omdm0 known barriers to participation by disadvantaged w: I. Lack—qualified disadvantaged subcontractors...our specific geographical areas°.work; 2. Lack qf certified disadvantaged subcontractors who seek to perform FOOT work; 3. Lack mf interest in performing on FOOT contracts; 4. Lack cf response when requested ho-b|d; S. Limited knowledgeof FOOT plans and specifications to prepare a responsible bid. In Wmvx of the barriers abovo. U.ohoU be the policy mfthe Company to provide opportunity by utilizing the following affinnmtiveacUonmwthodwhmenomrepartici»ationnnihwoortuactavWthPOC>Tm@l: 1. Provide written no4|ma to all certified OBE subcontractors In the geographical ahns m/hena the:work is to be subcontracted hy the Company, 2. Advertise/n minority focused media concerning subcontract opportunities with the Company; 3. Ba|eut portions of work to be performed by DBEs In order to Increase the likelihood of meeting the stabm's goals(inc|ud|nQ.where appropriate, breaking down contracts Into economically feasible units to facilitate DBE participation); 4. Provide adequate]nformabonabout the plans, s0ecIfIcatlons, and requirements nf the' contract, nr*nejeoUng subcontractors without sound reasons based ono thorough in of their capabilities; 5. Waive requirements«f performance bonds where|t|o practical bmdpso; O. Attend pre-bid meetings held by FOOT uo apprise disadvantaged subcontractors ofoppuduniUgs with the Company; 7. Follow up on initial solicitations of interest to DBE subcontractors to determine with certainty whether the DBE company iw interested in the subcontract opportunity. 0. Utilize FOOT's DBE Supportive Services 'providers for assistance in identifying and notifying DBE's of contracting opportunities. The Company understands that this list of affirmative action methods Is not exhaustive and will include additional approaches after having established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches hobaineffective. Ill.IMPLEMENTATION The Company will make every effort to 1. Meet state goals by utilizing Its ffi tivaction methods. 2. Express good faith Ay seeking Co utilize DBE subcontractors where work is kobesubcontracted. B. Ensuring that contracted DBE's perform a commercially useful function as evidenced by their execution of a d|ndout element oY work with its own workforce and the carrying out responsibilities by actually performing, managing and supervising the work involved. IV. REPORTING The Company shoU keep and maintain such records as are necessary to determine the Company's compliance with Its DBE Affirmative Action Plan.The Company will design Its record keeping system to indicate: 1. The number of DBE subcontractors and suppliers used by the Company, Identifying the items of work, mabeda|s and servicesprovided; 2. The efforts and progress being made iobtainingQBE subcontractors through|urm and community aou�wn; 3. Documentation of U contracts, to include correspondence, telephone calls, newspaper advertisements, e*:, to obtain DBE participation mn all FOOT projects; 4. The Company haU comply with FOOT'a requirements regarding payments to subcontractors including Q8Eo for each month(estimate p6riod)in which the companies have worked. V.DBE DIRECTORY The Company will utilize the DBE Directory published by the FOOT, THE MIDDLESEX CORPORATION f � DRUG-FREE WORKPLACE POLICY SUMMARY September 2018 IMPORTANT: This document is only a summary of The Middlesex Corporation's official Drug-Free Workplace Policy. The: official copy is available to all Team Members for their review and should be reviewed with respect to specific terms, definitions, or procedures. This policy does not create a binding employment contract or modify an existing contract Drug-Free Solutions Group,LLC The Middlesex Corporation September 2018 Drug-Free Workplace Policy Summary Disclaimer&Statement of Copyright This document has been prepared for The Middlesex Corporation with every effort made to ensure accuracy and completeness. Responsibility for any errors or omissions,or responsibility for any interpretations,applications,and changes made by The Middlesex Corporation are that of The Middlesex Corporation. The enclosed document is not intended so substitute for a labor attorney should legal advice or representation be necessary in protecting the company's legal rights. The Middlesex Corporation should consult and rely upon the advice of their own legal counsel when making decisions pertaining to their Team Members. All rights reserved. This document is copyrighted and afforded all protections under the U.S.Copyright Law(P.L.94-553)effective January I,1978.It may not,in whole or in part,be copied,photocopied,reproduced,stored in a retrieval system,transcribed,translated,or reduced to any electronics medium or machine-readable form without prior consent,in writing.Permission to use this document is limited based upon The Middlesex Corporation having paid for it and using it for its in-house use only.This permission does riot allow for an individual to:share this information with anyone outside The Middlesex Corporation;take a copy of this document to another company/agency when they leave their current position;nor use it for any Other company or agency that has not paid for it.Any company,agency,or individual found using any or all of this material in any way other than its intended use,without specific written permission,is subject to legal action. Drug-Free Solutions Group,LLC The.Middlesex Corporation 1 September 2018 Drug-Free Workplace Policy Summary PURPOSE The Middlesex Corporation (TMC or "the company") is committed to providing a safe, healthy, and productive work environment.Therefore,to meet this objective,as well as our obligations under applicable federal and state laws, TMC has a Drug-free Workplace Policy and program that provides TMC with reasonable measures to ensure that a Team Member drug or alcohol problem does not jeopardize the successful operation of our business, or otherwise negatively affect TMC, our Team Members, or the general public. While it is not TMC's intention to intrude into the private lives of its Team Members,TMC does expect Team Members to report to work in fit condition to perform their duties. We realize that Team Members with drug and alcohol problems make up only a small percentage of the workforce,and also recognize that having a Drug-free Workplace Policy will benefit all Team Members. WHO Is COVERED The drug-free workplace policy covers all temporary Team Members,part-time Team Members, and full- time Team Members, including independent contractors, subcontractors and interns of TMC. Team Members who are covered under the Department of Transportation (DOT) regulations must comply with the DOT regulated rules, as well as TMC's company policy and may contact a Site Safety Manager or the HSE Corporate Director for a copy of the DOT Rules. AVAILABILITY OF TREATMENT All eligible part-time, full-time, and temporary Team Members and their family members have access to the Employee(Team Member)Assistance Program(EAP)at no charge. Should there be a need for treatment,coverage is based on the parameters set forth in the Team Member's medical benefits plan. Team Members who participate in another provider's plan should refer to that plan to determine what coverage is available.Team Members are responsible for all costs of treatment that are not covered by their applicable medical,benefits plan. SUPPORT FOR VOLUNTARILY SEEKING HELP To assist Team Members in obtaining treatment, TMC offers the services of an EAP, which provides assessment, counseling, and referral services for eligible Team Members with substance abuse and other personal problems. This service may be accessed 24 hours a day, 365 days a year. The EAP provides experienced counselors to help with personal problems, including those related to drug and alcohol. Confidentiality is assured. Team Members who undergo voluntary counseling or treatment that continue to work are subject to the same job performance and behavior standards as other Team Members. As is the case of all Team Members,those seeking voluntary counseling or treatment who fail to meet performance standards will be subject to disciplinary action. When treatment is necessary, coverage is based on the parameters set forth in the medical benefits,plan. Team Members are solely responsible for all costs of treatment not covered by their applicable medical benefits plan. Drug-Free Solutions Group,LLC The Middlesex Corporation September 20 18 Drug-Free Workplace Policy Summary INTERVENTION Due to the fact that substance abuse often involves denial of the problem,many abusers do not voluntarily seek treatment.In such cases,TMC reserves the right to intervene. Intervention by a Supervisor or Manager: Whenever a supervisor or manager believes a Team Member or supervisor or manager's behavior and/or action(s) may be related to the use of drugs or alcohol, the supervisor or manager will take appropriate action,which may include a drug and alcohol test,as described in the Referral Procedures Section of this Policy. A supervisor or manager failing to take action when he/she believes a Team Member or supervisor or manager's behavior and/or action(s) may be related to the use of drugs or alcohol may lead to disciplinary action up to and including termination. Intervention by a Team Member: Whenever a Team Member has reasonable suspicion, as defined in the Appendix, that the questionable behavior and/or action(s) of a fellow Team Member, supervisor, or manager may be related to the use of drugs or alcohol, the Team Member should contact a Department Manager or a Project Manager or a member of the Department.The information provided to the individual is confidential.He/she will pursue the situation based on appropriate procedures. PROHIBITED CONDUCT TMC has defined Team Member conduct that is-prohibited on company property, on company business; and in company-supplied vehicles orpersonal vehicles being used for company business Or during working hours. The policy lists the prohibited conduct, with the following as only examples of such prohibited conduct: •' Use, possession, manufacture, distribution, attempted distribution, dispensation, attempted dispensation, sale, attempted sale, purchase, attempted purchase, cultivation, or storage or being "under the influence"of illicit drugs(defined as a positive test result); IMPORTANT: In accordance with Federal law, TMC does not allow any Team Member to use, possess, cultivate, manufacture, distribute;, dispense, sell, or store marijuana under any circumstance. Based on this, the company does not accept a medical marijuana card or a letter recommending/prescribing the use of marijuana for any reason: In addition, in accordance with Federal law, TMC does not allow any Team Member to use, possess, consume,distribute,-store or be under the influence of any synthetic drugs simulating the effects of cannabinoid,cocaine or amphetamine products. *Li Unauthorized use, possession, or being "under the influence" of alcohol (defined as a breath alcohol concentration of.O1 or higher,unless otherwise specified in the Permitted Conduct section of this policy summary); In addition, TMC prohibits Team Members who leave company property dining work hours to consume alcohol if they will be returning to work (e.g. meals, breaks, between sales or service calls), unless otherwise specified in the Permitted Conduct section.of this policy summary. •`.] Conviction for any criminal drug or alcohol statute for a violation occurring in the workplace, while conducting company business, while driving company owned, rented or leased vehicles or personal vehicles being used for company business, or which is.directly related to your job-or creates an unreasonable risk of harm to property or to the welfare of Team Members or customers of the company or the general public: I ' Drug-Free Solutions Group,LLC The Middlesex Corporation September 2018 Drug-Free Workplace Policy Summary *El Failing to notify an HSE Director of any criminal drug or alcohol statute conviction or arrest within 24 hours or the next working day for a violation occurring in the workplace, while conducting company business, while driving company owned, rented or leased vehicles or personal vehicles being used for company businesS, or which is directly related to your job or creates an unreasonable risk of harm to property or to the welfare of Team Members or customers of the company or the general:public., • er.i Failing to report any change in driver's license status (restrictions or loss of license), within 24 hours or the next working day,to his/her supervisor, if his/her job function may include driving a vehicle-for company business. •f.i Taking a prescription drug that is not according to their physician's direction, as well as not following manufacturers'directions when taking over-the-counter drugs. Note: Team Members in safety-sensitive positions must report to his/her supervisor the use of a prescription drug that may alter the Team Member's physical or mental ability to perform his/her safetY-sensitil,e function and must provide a note, based on the Team Member's job description, • from the prescribing licensed physician that the Team Member is able to continue to peiform his/her safety-sensitive job fiarction for the term of the prescription; including any specified restrictions. The prescription is to be written in the Team Member's own.name Only and from a foreign country are not acceptable. The type of drug being taken and the purpose for taking the drug need not be repoiled. The Term Meinber's supervisor and an HSE Director or the Director of Human Resources will determine whether the Teani Menrber's job assignment should be temporarily changed while the prescription is being administered. Sick leave, short-term disability, aird/Oe vacation time may be use if available. All other leave will be unpaid. Refusing to consent to, remain ready for, cooperate with; submit to, or tampering with a drug and/or alcohol specimen or testing process when required Under the policy including sWitching, substituting,adulterating,or diluting'a specimenWhen collected for a drug or alcohol test; •-11 Refusing to sign the Drug-Free Workplace Policy Acknowledgment and Consent Form or the Rehabilitation Agreement when required is a violation of the policy; el Failure to notify the designated manager when contacted to.report for duty outside.the Team Members,scheduled shift—not previously.scheduled,when.the Team Member believes that',Fie/she may be under the influence,Of drugs and/or alcohol,as defined above. The manager contacted by the Team Member will deterrnine.if the Team Member shall report to work, .cJ Having any drug or alcohol statute conviction or arrest or engaging-in the following conduct, either off company premises or during off-duty hours: —I.) Possession, use, manufacture, distribution, dispensation, cultivation or sale of Controlled substances; illegally used drugs; or alcohol off company premises that • may adversely affect the company, the Team Member's work petforinance, or the Team Member's safety,others'safety at work or the-general public - Illegal use of legal substances off company premises or during off-duty hours that may adversely affect the company;the Team Member's work performance,the Team Member's safety or others'safety at work or the general public - PERMITTED CONDUCT TMC never encourages the consumption of alcohcil. However; TMC permits the consumption, posSession and storage of alcohol under the following exceptions.Nevertheless; these exceptions: Drug-Free Solutions Group,LLC The Middlesex Corporation • September 2018 Drug-Free Workplace Policy Summary ..; DO not permit any Team Member to be under the influence of alcohol,which is a BrAC of.04-or higher; ci Do not permit consumption of alcohol at any time by underage persons; ▪ Require all Team Members who are covered under the DOT/FMCSA regulations to comply with the DOT/FMCSA regulated rules pertaining to the consumption and storage of alcohol. GUIDELINES: . For purposes of this policy, 1 drink equals 1.5-ounces of 80-proof alcohol,a 5-ounce glass of wine, or a 12-ounce beer. As a guideline, an individual weighing 180 pounds who consumes 2 drinks in one hour will have an approximate alcohol level of.04 BrAC. A 120 pound individual cons:oiling 2 drinks in one hour will have an approximate alcohol level of.06 BrAC. Consuming the same number of drinks consuming higher proof liquor or higher gravity beers can cause a greater under-the-influence levels. It is important for Team Members to note reaching the-under-influence level, as defined in this policy, will vary individual-by individual. It is related to a number•of factors,- such as the person's age, gender, amount_of food in the stomach, prior experience with drinking, level of tolerance and the individual's weight. In accordance with the conditions above, consumption of alcohol will be seen as a violation of the policy unless expressly permitted.below. ▪ Consumption of alcohol is permitted while attending a mandatory or nonmandatory company- sponsored function,if consumption is authorized in advance by a member of the ELT of TMC. Consumption of alcohol is permitted while attending professional events, including professional association meetings. However,consumption is not permitted during the normal working hours of 7:00 a.m. to 5:00 p.m. or until the official meeting and/or training sessions have concluded, unless otherwise authorized by a member of ELT. ▪ Consumption of alcohol is permitted while conducting business-related entertainment with non- company personnel,including sales functions or while traveling on business. • Consumption of alcohol is permitted while conducting business-related entertainment with company-personnel,when authorized in advance by a member of the ELT of TMC. ▪ Consumption of alcohol is permitted, within the defined 'limits established above; by a Team Member who is authorized to operate a company supplied vehicle on personal time and using such vehicle on personal time. Refer to the company's "Use of Motor Vehicles Safety Policy"to determine who is authorized to operate a company supplied vehicle on personal time. .c Consumption of alcohol is permitted while residing at a project site.However,consumption is not permitted during the normal working hours of 7:00 aim.to 5:00 p.m.or until the official work day has concluded. NOTE: While traveling overnight On TMC business, the Team Member is to follow the appropriate conducts established in this policy from the time the Team Member begins-travel until he/she returns fr•otin the travel, including after business sessions have concluded. Drug-Free Solutions Group,LLC the Middlesex Corporation September2018 Drug-Free Workplace Policy Summary Based on the exceptions above, if a situation occurs where a Team Member believes that he/she may be "under the influence" of alcohol, or when a manager believes a Team Member may be "under the influence"of alcohol, the Team Member is not permitted to drive a vehicle. If a Team Member drives a vehicle against the direction of management, it will be considered.a violation of the policy. When it is necessary for the Team Member,while conducting company business to take a taxicab,the reasonable costs shall be reimbursed by TMC. Possession and storage of alcohol containers will be seen as a violation of the policy unless expressly permitted below. .: Storage of-unopened, sealed alcohol containers which are not visible and are locked in a'Team Member's vehicle,or company-supplied vehicle authorized for personal-use, while the vehicle is on company property, being used for company business; Or during working hours.is permitted when authorized in advance by ELT of TMC. Storage of unsealed containers of alcohol will be seen as a violation of the policy. ▪ TMC will provide a storage facility to Team Members who need to store unopened, sealed containers of alcohol for company events during working hours. Arrangements for storage can be made with by the ELT of TMC. NOTE: For the storage exceptions above, this does not apply to those company-owned vehicles with company insignias. No containers of alcohol, including those that are unopened and sealed are to be placed or stored in vehicles with company insignias. NOTE: For the consumption,possession and storage alcohol exceptions above, they do not apply to project sites. NOTE: In addition, at no time is alcohol permitted to be transported in a DOT/FMCSA regulated vehicle (over 26,001 pounds or more), unless it is under manifest and is itot permitted to be transported in a home delivery truck, unless authorized in advance by the President of TMC. KINDS OF TESTING The only way to know with certainty if a Team Member is under the influence of drugs or alcohol is to conduct a test. The methods used to determine the presence of alcohol or drugs in the system under this policy include a urine,saliva,blood,and/or breath test: Therefore,for the safety of all our Team Members, TMC tests for drugs and/or'alcohol in the following circumstances: •Li During the pre-employment period; • . Where there is reasonable suspicion of prohibited drug or alcohol use; •i. After an accident; 'U On a return after lay-off of-30 days or more; •i.i, On a random basis; •" When required by a client or the.government;and •L As a follow-up to treatment or.assessment. TMC has adopted procedures that respect Team Members'privacy and.confidentiality to the greatest extent possible. For example, before TMC requests a reasonable-suspicion test, a supervisor must document all suspected behavior and confer with another supervisor/manager to discuss the situation and to receive authorization for a referral.Whenever possible,the supervisor will discuss the reasonable suspicion referral with the Team Member in a private location.Further;to ensure testing reliability,TMC'has chosen a testing laboratory,which uses the most accurate and advanced testing methods available. . Finally,before a positive test-result is reported to TMC,an outside Medical-Review Officer(MRO);who is a licensed physician, will review the test result. The MRO- will contact the Team.Member for further information.If a Team Member has a legitimate medical:explanation for the positive lestand the MRO has verified the explanation,the test will be reported as negative to the company. Drug-Free Solutions Group,LLC The Middlesex Corporation September20c8 Drug-Free Workplace Policy Summary • CONSEQUENCES Any violation of the Drug-Free Workplace Policy, even a first offense, may be a basis for disciplinary action, up to and including termination. However, particularly serious violations, such as selling drugs at TMC; will normally result in immediate termination and referral for criminal prosecution. In addition, Team Members should be aware that: ▪ A positive pre-employment drug test will result in a no hire determination. • A Team Member having a positive test result will normally result in immediate termination. The company may choose to rehire the Team Member. Should this occur,the Team Member will need to provide written proof of having received and completed assessment, counseling and/or treatment from a licensed substance abuse treatment facility and have a driver's license in good standing in the state in which he/she may be assigned, if a license is required for his/her job function. In addition, the individual reapplying for a safety-sensitive position will be required to submit to unannounced drug and/or alcohol testing for the first twelve (12) months of employment. ▪ A refusal to consent to or a refusal to submit to or tampering with or a failure to report for a test will result in a'no hire'determination and/or immediate termination. ▪ A second positive drug or alcohol test result will result in automatic termination. NOTE: Should the Medical Review officer report a negative drug test result and also report safety concerns for the Team Member based on the prescription being taken by the Team Member; the company reserves the option to contact the Team Member's prescribing licensed physician or the pharmacist directly for guidance as to the Team Member's ability to continue performing his/her safety-sensitive job function. Team Members who violate the policy or whom TMC refers to assessment or treatment will be required to sign a rehabilitation agreement.Team Members must comply with all of the treatment conditions, or they may be terminated. Team Members are always required to meet the established standards of conduct and job performance while undergoing substance abuse treatment. • For the purposes of Worker's Compensation, should a Team Member produce a positive drug or alcohol test result or refuse to submit,to a drug or alcohol test as required under this policy, his/her eligibility for compensation and benefits may be affected. COST OF TESTING TMC will pay for any drug and/or alcohol test that it.requests or requires, in accordance with this policy. Should.a Team Member request a retest, the cost is to be assumed by the Team Member unless otherwise required by state and/or federal law or if the cost is voluntarily assumed by the company. Should a Team Member request a retest,the cost is to be assumed by the Team Member unless otherwise stated. RIGHT TO A RETEST An.Team Member who tests positive on a confirmatory drug test required by the company may consult with the Medical Review Officer to identify possible legitimate explanations for the positive result. In addition, the Team Member may request in writing a retest of the original specimen at his/her expense within 5 working days'after the Team Member has been informed Of the confirmed positive result. The retest is to be conducted at TMC's NIDA Certified Laboratory or another NIDA Certified Laboratory. An Team Member who tests positive for alcohol by breath is automatically given a retest, at the time of the original collection, as a confirmation. If a retest is requested by the Team Member, no final disciplinary action will be taken until the result of the re-analysis have been made available. Drug-Free Solutions Group,LLC The Middlesex Corporation September 2018 Drug-Free Workplace Policy Summary INSPECTIONS Should TMC have reason to believe that a Team Member may be in possession of alcohol,drugs,or drug paraphernalia on company property or on company time in violation of this policy, TMC may search company property or may request that the Team Member empty the contents of his or her personal effects or personal vehicle on company property or on company time. SAFETY-SENSITIVE POSITIONS Any job position determined by TMC which by the nature of the work involved is accompanied by such risk, by the nature of the work involved, that even a momentary lapse of attention could have serious consequences to the safety of the co-worker, other co-workers, customers, the company, or the general pUblic. For purposes of this policy,the following are the designated safety-sensitive positions: All personnel driving company owned,rented or leased vehicles All personnel driving personal vehicles being used for company business All personnel receiving car allowances All field personnel All plant personnel All shop personnel The putpose of identifring these safety-sensitive positions is that it is Team Members in these positions that need to report a prescription drug that may affect their ability to do their job fanction. In addition, in some of the states in which TMC operates,state law restricts certain forms of testing to safety-sensitive positions CONFIDENTIALITY All inforination concerning drug or alcohol testing referrals and testing results, or treatment and rehabilitation of a Team Member will be kept confidential. RESERVATION OF RIGHTS The Middlesex Corporation reserves the right to right to amend,correct,edit,modify,rescind and/or revise the policy in whole or in part, with or without notiee. In addition, changes to applicable federal or state laws or regulations may require TMC to modify or supplement the policy. This policy does not create a binding employment contract. Li Drug-Free Solutions Group,LLC The Middlesex Corporation September 2018 Drug-Free Workplace Policy Smnmary —— - — Drug-Free Workplace Policy Acknowledgment & Consent Form for The Middlesex Corporation I have received the summary of the Drug-Free Workplace Policy of The Middlesex Corporation. In addition, I have been provided the opportunity to read the Drug-Free Workplace Policy in its entirety. I understand that I am required to follow this policy.P also understand that failure to comply with this policy is the basis for discipline,tip to and including termination. I understand the Drug-Free Workplace Policy of The Middlesex Corporation establishes conditions under which F may be required to provide a breath,blood,saliva, or urine sample for drug and/or alcohol testing. If this occurs,I hereby consent to such:testing.I authorize the testing laboratory to release my test results to the Medical Review Officer (MRO) and/or to designated supervisors and managers on a need-to-know } basis. If there is a positive test result,I understand that the MRO may ask me to provide,and I agree to provide, information about any legal nonprescription drugs and other drugs for which I have a prescription that I take routinely or have taken within the last thirty days. I understand that any communication I may have with the collection site personnel,testing laboratories or MRO does not create or imply a doctor/patient relationship. Date Applicant's/Team Member's Signature Applicant's/Team Members Name(Printed) Date Parent or Guardian's Signature(Required for Minor Than!Members) Note: A determination'of the definition of a minor is to be ascertained on a state-by-state basis Drug-Free Solutions Group,LLC The Middlesex Corporation September 2018 Drug-Free Workplace Policy Summary JN Mayor Commissioners Rusty Johnson Larry Brinson Sr., District 1 City Manager 1101 Rosemary IghiN RiiWrstilnseern,,=32 Robert Frank George Oliver III, District 4 ocoee florida CITY OF OCOEE INVITATION TO BID #ITB 21 -009 ASPHALT PAVING PROJECTS FOR FY 2021 City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax: (407)905-3194-www.ocoee.org TABLE OF CONTENTS FOR C BID#ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 • BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4 8 General Terms &Conditions 9 -21 List of Subcontractors*,p. 19 Equipment Listing*,p. 19 References/Experience*,p. 19 Summary of Litigation*,p. 20 Acknowledgement of Addenda*,p.20 SCOPE OF WORK,BID FORM,AND PLAN SHEETS Section Page Exhibit A—Scope of Work 21-29 Change Order Form 30-32 Payment Application Form 33-34 Exhibit B—Bid Form* 35-46 Exhibit C—Bid, Performance, and Payment Bond Forms 47-50 Conflict of Interest Disclosure Form* 51 Drug Free Workplace Form* 52 Company Information and Signature Sheet* 54 Exhibit D—Attachments: 55 1. Figure 1.1 — 1.4: Maguire Road (South-Turnpike Bridge to Roberson Rd.) 2. Figure 2: Waterside Subdivision Roads 3. Figure 3: Weston Park Subdivision Roads 4. Figure 4: Fire Station 38 Drives(Vignetti Park)—Add Alternate-1 5. Figure 5: Maguire Road (North - From RxR Crossing to Franklin Street)—Add Alternate-2 *Submit with Bid End Table of Contents 2 ITB 21-009 Asphalt Paving Projects FY 2021 Invitation to Bid,Legal Advertisement The City of Ocoee, Florida(the "City") is soliciting sealed bids for the following project ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021. Bid packages will only be accepted electronically through Mercell's Negometrix4 Platform, a free e-Procurement platfonn, until 2:00 pm, local time, on September 14, 2021. Bids received after that time or through any other method will not be accepted under any circumstances. Bids that have been timely received will be publicly opened virtually online and the names of the responding firms read aloud at that time; instructions will be provided at https://www.ocoee.org/959/Public-Bid-Meetings. All questions regarding this ITB should be in writing to SaLetha Mathews, Purchasing Technician, Finance Department/Purchasing smathews@ocoee.org. No Pre-bid conference is scheduled at this time. Prospective Bidders may secure a copy of the documents required for submitting bids at no charge through Mercell's Negometrix4 Platform by accessing the City's published solicitation page at https://app.Negometrix4.com/buver/748. Please visit https://www.ocoee.org/323/Purchasing for more information. Prospective Bidders will be provided with all information regarding this ITB, addenda, and changes to the project requirements through the Mercell's Negometrix4 Platform. Melanie Sibbitt, City Clerk, Orlando Sentinel, August 15, 2021. 3 ITB 21-009 Asphalt Paving Projects FY 2021 CITY OF OCOEE INVITATION TO BID#ITS 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 INTENT: Sealed bids for Bid# ITB 21-009 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called`Bidder". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for FY 2021 for sections of Maguire Road, Waterside Subdivision Roads, and Weston Park Subdivision Roads, in the City of Ocoee, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil.No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10%or more of the stock of such corporation. B. Submit all Questions within Mercell's Negometrix4 Platform in the Question & Answer tab before the deadline specified in the schedule or through written inquires directed to SaLetha Mathews, Purchasing Technician at smathews@ocoee.org. Deadline for receipt of written inquiries will be September 07, 2021 at 2:00 p.m., local time.Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department/Purchasing. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. The City utilizes Mercell, an e-procurement platform. The City is ONLY accepting electronic solicitation responses online through the City's Mercell platform at https://app.Negometrix4.com/buyer/748. This link can also be accessed through the City's website at https://www.ocoee.org/323/Purchasing under the Current Open Solicitations menu. All responses for this bid MUST be submitted through the Mercell's Negometrix4 Platform. Bid/RFP/RFQ submissions received in any other format will not be accepted; no paper, fax, or e-mailed submissions will be accepted. There is no charge to use the Mercell's Negometrix4 Platform e-procurement platform. Registration with Mercell's Negometrix4 Platformin is free and is required prior to submitting a bid response. You will be required to register once you click the PARTICIPATE BU I"1'ON in the solicitation file. It is suggested your company register no later than 24 hours in advance of the bid submission deadline to ensure proper registration. Should your company need assistance with registering, please contact the Mercell's Negometrix4 Platform Service Desk by calling (724) 888-5294 or by emailing servicedesk.us@Negometrix4.com. 4 ITB 21-009 Asphalt Paving Projects FY 2021 Once your company is registered with Mercell's Negometrix4 Platform, you will be able to submit your bid/proposal/qualification statement securely, anytime before the bid deadline, at https://app.Negometrix4.com/buyer/748 by clicking the PARTICIPATE BUTTON under the solicitation. You must click the SUBMIT BUTTON once you finalize your response. You will receive a date/time stamp confirmation within the Mercell platform and an email confirmation. Bids/Proposals/Qualification Statements submitted on Mercell's Negometrix4 Platform will remain locked and inaccessible by City staff until the bid deadline. Respondents are encouraged to allow ample time to upload and submit your Response as the system will automatically lock responses upon the bid deadline. A virtual public bid opening will be held on the date and time indicated below. Details on how to access the virtual bid opening will be located on the City's website at https://www.ocoee.org/959/Public-Bid-Meetings. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. Prospective respondents may secure a free copy of the documents required for submitting a response through Mercell's Negometrix4 Platform by accessing the City's published solicitation page at https://app.Negometrix4.com/buyer/748. Please visit https://www.ocoee.org/323/Purchasing for more information. Prospective respondents will be provided with all information regarding this RFP, addenda, and changes to the project requirements through the Mercell's Negometrix4 Platform. Partial sets of the documents required for submitting a statement of qualifications will not be issued. By using Mercell's Negometrix4 Platform , prospective respondents will be provided with all information regarding this Bid, all addendums and changes to the project requirements; there is no charge to use the Mercell's Negometrix4 Platform e-procurement platform. D. Respondents shall submit one (1) complete electronic copy, preferably in a single file, of their proposal on the Mercell's Negometrix4 Platform. Proposals must be received by Mercell's Negometrix4 Platform no later than 2:00 p.m. (local time) on September 14, 2021. Any bid received after the above-noted time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the Bidder. It shall be the sole responsibility of the Bidder to have the bid uploaded and submitted on the Mercell's Negometrix4 Platform prior to the due date and time. File Uploads- All electronic files uploaded must be in a common format accessible by software programs the City uses. Those common formats are generally described as Microsoft Word (.doc or .docx), Microsoft Excel (.xls or .xlsx), Microsoft Power Point (.ppt or pptx), or Adobe Portable Document Format (.pdf). Respondents will not secure, password protect or lock uploaded files; the City must be able to open and view the contents of the file. Respondents will not disable or restrict the ability of the City to print the contents of an uploaded file. Scanned documents or images must be of sufficient quality, no less than 150 dpi, to allow for reading or interpreting the words, drawings, images or sketches. The City may disqualify any Submittal Response that does not meet the criteria stated in this paragraph. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors/Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form 5 ITB 21-009 Asphalt Paving Projects FY 2021 g) Conflict of Interest Disclosure Form h) Drug free workplace form i) Company information/signature sheet j) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents/scope of work. G. A Pre-Bid Conference has not been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Mercell's Negometrix4 Platform issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2) (a), Florida Statutes.] 6 ITB 21-009 Asphalt Paving Projects FY 2021 K. By entering into this contract, the awarded bidder is obligated to comply with the provisions of Section 448.095, Fla. Statutes, "Employment Eligibility." This includes, but is not limited to utilization of the E- Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an alien unauthorized to work in the USA. Failure to comply will lead to termination of this contract, or if a subcontractor knowingly violates the statute, the subcontractor must be terminated immediately. L. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained- in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. M. PUBLIC RECORDS COMPLIANCE.The City of Ocoee (City) is a public agency subject to Chapter 119,Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically,the Contractor shall: 1.Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10,Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761 7 ITB 21-009 Asphalt Paving Projects FY 2021 N. No bid may be withdrawn for a period of ninety (90) days after.the time,and date scheduled for the bid opening.A request for withdrawal or.a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids,no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid,,or to re-advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) 8 ITB 21-009 Asphalt Paving Projects FY 2021 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by Bid Security in the form of a Cashier's/Certified Check or company check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash will not be accepted as Bid Security. The Bid Security is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work or until the 91st day after bid opening,whichever is earlier. The remaining checks will be returned within thirty(30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS (Required if Project is over$200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds.The date of the certification cannot be earlier than the Agreement. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery 9 ITB 21-009 Asphalt Paving Projects FY 2021 deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons employed or utilized by the Respondent in the performance of the construction contract. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form should not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting l 0 ITB 21-009 Asphalt Paving Projects FY 2021 discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is • not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Warranty offered 11 ITB 21-009 Asphalt Paving Projects FY 2021 • Experience with similar work • Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Technician in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or(b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Technician with a copy to the procurement manager. not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5.The Purchasing Technician, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. Retainage shall be five (5) percent of work to date based on the progress payment, including all change orders. All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty-fifth (25th) business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. 12 ITB 21-009 Asphalt Paving Projects FY 2021 Any contract resulting from this solicitation is deemed effective only to the'extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 85-8013779974C-0; and • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City-issued purchase order. Construction time will be sixty (60) days from the Notice to Proceed for substantial completion and ninety (90) days from the Notice to Proceed for final completion. b) The City may in its sole discretion award any additional work,whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be perfoiiiied and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal'Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases,bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. 13 ITB 21-009 Asphalt Paving Projects FY 2021 j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: Provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. Submit the attached drug free workplace form with bid documents. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding S10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. CONFLICT OF INTEREST/NON-COLLUSION CERTIFICATION: The Bidder declares by submission of a bid package that the only persons, or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee.Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 14 ITB 21-009 Asphalt Paving Projects FY 2021 The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. Bidder must submit the attached Conflict of Interest Disclosure Form. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the,bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted,the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders fmal payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC.ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(16), Florida Statutes, requests for proposals as defined by Section 287.012(23), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133 (2)(a),Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. 15 ITB 21-009 Asphalt Paving Projects FY 2021 b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of"A" or better and a Financial Size Category of"VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by 440.57,Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City,for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE,this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor,and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability&Property Damage Liability • $1,000,000 Combined single limit per occurrence(each person,each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired &non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL&ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this 16 ITB 21-009 Asphalt Paving Projects FY 2021 subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy,as specified above. 4) Owner's Protective Liability Insurance: n/a for this project. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of:the contract. NOTE: PUBLIC.LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance: Certificate of Insurance Form(see sample attached),naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: • The name of the Insured contractor,the specific job by name and job number,the name of the insurer, the number of the policy,its effective date,its termination date. • Statement that the Insurer shall mail notice to the Owner at.least thirty(30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. 17 ITB 21-009 Asphalt Paving Projects FY 2021 ACORD_ CERTIFICATE OF LIABILITY INSURANCE DP ID JC °"TEI'a'D''"" FRA213-1 11/04/04 PRODUCE 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 POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC/ MSUIO:D INLJNRfRA' sa A..t..tiny A•or/atm,. _ INSURER Et . Agntractorte Mane INSURER ' INSURER ENSURER COVERAGES ' THE PEEVES OF INSURANCE USTED MUM HAVE BEEN ISSUED TO THEWSI..EO NAMEDAROVE FORME FOLEY PER100 HOCATED.NOTWI7%STANDNO ANYHE AVEUENT,TERM DR CO.CEG1N OF ANY CONTRAST OR OTHER OOCUVMT WITH RESPECT TO MOM THE CERTIFICATE MAT BE*SUED OR LAY PERTAIN,ME INSURANCE AFFORDED BY THE POEMS OE:CVJUEOHEAEN I.4SUWJECT TO ALL THE TERM,EXCLUSIONS AND COMDRIDNS VT SLIOI Volr T.AGGREGATE LIMITS SHOWN LAY HAVE BEEN RENYAO BY PAID CLAMS pq�Cy pp�y•LW AMU TYPE OF INSURANCE MLICY MINDER . I DATE ujNµ AVE OATS WAVQ'YI LASTS GENERAL UNSEAT EAcH OCCURRENCE '31,000,000 X X CODUERC Fn.L LUBLIN ut'MHt"'ED nco s 50,000 PR....t I1E.Bm.., I CAWSMADE®OCCUR MEDE '(Any m.wan) 35,000 — PERSONAL/ADV INJURY 31,000,000 _ GENERAL AGGREGATE s2,000,000 DENT AOGREGATE LOIT APRJES PER PROMOS-COIPAP ADG:S 2,000,000 NROWBILE URUT4R Ca.8.M"*Mli 1 31,000,000 X ANY AUTO IEA.SmTL) —ALL OWNED AUTOS DOOM OVUM 3 SCG:WLED AUTOS M E Paso'?— X HIRED AUTOS BOOM MUM,y S X NOIFW/NEDAUTOS Ervu J PROPERTY P DAMAGE 'S oN,ADe LAVILRY AUTO ONLY•EAACCEENT 3 —.ANT AUTO OTHER RUB EAACC i S AUTO MY: AGG $ IMCESSAAA REUA LAB.UTY EACHDCCURREICE 11,000,000 X X OCCUR El 0.A1USMADE_ AGGREGATE s 2,000,000 3 _ DEDUCIBLE S , RETENTION 3 I .3 RK WOERS town SAnONANO X IT i1v 1 I EA .XTPR�aE'fO NERAAECIlITVE ELEACIAC©DENT 1500,000 OFF.F su�CLiLNEiu/ER L.OCUADEOT E ESE.S EL E•EA 3 500,000 sB EP L PRDVIs�'mxy eru. EL DISEASE.PDXXY Lan's 500,000 OYNER Builders Risk Any 1 Loc 103,000 Any 1 Occ 1,000,000 DESCRIPTION OP OPERATIONS I LOCATIONS NEEDLES J EXCLw9N3 ADDED DV ENDORSEMENT,DPECAL EROVLOON S The insurance evidenced by this certificate shall name the certificate holders as en additional insured on the General Liability & Umbrella Liability. Workers• Componeation, Employere• Liability V. General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate bolder in added as a sk1I1s imzlslfEr Hlild25 Risk. CERTIFICATE HOLDER CANCELLATION OCOBSOl AMALGAM OF THE AeaD'!OE$CWR0 P0000 DE CAHCELLBD B!FORA INC GVIAnW ELATE THEREOF,114E WING INSURER WILL ENDEAVOR TO MAL 10 DAYS WRITTEN NOTE!TO THE CERTOTCATE WA^AR MANED TO THE LEFT.BUT FARURE TO OD 50 SMALL City of Ocoee WOOD NO CEUOATION OR LABORY OF ANY TOED UPON THE INSURER.ITS AGENTS OR 150 H. Lakeshore Drive Ocoee yL 34761-2258 REPRESENTATIVES. AUMORDMO REPRESENTATIVE ACORD 39(I001l06) soq-Aft p t. r on. 0 ACORD CORPORATION 199E 18 ITB 21-009 Asphalt Paving Projects FY 2021 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of perfonning the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model dal] equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ 1ELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 19 ITB 21-009 Asphalt Paving Projects FY 2021 Have you any similar work in progress at this time? Yes No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated (remainder of page left blank intentionally) 20 ITB 21-009 Asphalt Paving Projects FY 2021 CITY OF OCOEE BID#ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 EXHIBIT A MAGUIRE ROAD(SOUTH-FROM TURNPIPE BRIDGE TO ROBERSON ROAD) MILL AND RESURFACING WATERSIDE PARK SUBDIVISION AREA MILL AND RESURFACING WESTON PARK SUBDIVISION AREA MILL AND RESURFACING FIRE STATION 38 ASPHALT OVERLAY(VIGNETTI PARK)—ADD ALTERNATE—I MAGUIRE ROAD(NORTH-FROM RxR CROSSING TO FRANKLIN STREET)—ADD ALTERNATE-2 SCOPE OF WORK The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to mill and resurface using FC-12.5 and SP-9.5 and SP-12.5 Asphaltic Concrete. Refer to description of services and technical specifications provided herewith. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards. All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment section, below, and other bid documents. The total base bid price including any alternates must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. Work is to be performed during normal business hours of Monday through Friday between 7 am—5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of the add-alternate bid items, no increases in lump sum unit prices will be pennitted, as the add-alternate item bids should be inclusive of all additional effort and costs related to that work. 21 ITB 21-009 Asphalt Paving Projects FY 2021 MEASUREMENT AND PAYMENT 1.01 DESCRIPTION OF WORK This section defines the method which will be used to determine the quantities of work performed or materials supplied and establish the basis upon which payment will be made. Contractor is required to visit sites and field estimate existing and required striping quantity for Lump Sum Bid. 1.02 ESTIMATED QUANTITIES Where quantities are shown they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. CITY or ENGINEER do not assume any responsibility that the final quantities, nor shall CONTRACTOR claim misunderstanding because of such estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item. 1.03 MEASUREMENT STANDARDS All work completed under the Contract shall be measured according to United States Standard Methods. 1.04 METHOD OF MEASUREMENT Measurement of Length: Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid for on the basis of length shall be taken horizontally or vertically. Measurement of Area: In the measurement of items paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work within the neat lines shown or designated. At intersections, the measurement used for length of side area will be measured from the outside edge of the width allowed along the main trench. 1.05 PAYMENT Lump Sum Items: Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum item within the limits its of work shown or specified. Unit Price Items: Where payment for items is shown to be paid for on a unit price basis, separate payment will be made for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed work items. 22 ITB 21-009 Asphalt Paving Projects FY 2021 1.06 COSTS INCLUDED IN PAYMENT ITEMS (IF APPLICABLE) No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work. • Clearing and grubbing (including disposal of excess material) • Replacement of unpaved roadways, grass and shrubbery plots • Cleanup • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration and/or appurtenances included within the limits of lump sum work, unless otherwise shown. • Maintaining or detouring of the traffic(Temporary Traffic Control) • Appurtenant work as required for a complete and operable system • Surface restoration including removal and replacement of trees (under 4-inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and/or replacement of irrigation systems disturbed by construction • Relocation and/or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Maintaining Driveway Access for Residences Cleanup: CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. At the end of each week of construction, the CONTRACTOR shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work. 1.07 APPLICATIONS FOR PAYMENT Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance with the schedule established by the Conditions of the Contract and the Agreement. The applications for payment shall be submitted in the number and fonn established by the CITY at the Preconstruction Conference. 23 ITB 21-009 Asphalt Paving Projects FY 2021 The form shall be completely filled out and executed by an authorized representative of the CONTRACTOR. Supporting data such as schedules of stored materials shall be attached to each copy of the application. 1.08 CHANGE ORDER PROCEDURE A Change Order is a written order to the CONTRACTOR signed by the CITY authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time which is issued after the execution of the Agreement. Refer to Change Order Form attached. The following procedure shall be used in processing Change Orders: For Additions to the Work: The CITY shall issue a written order to the CONTRACTOR directing him to accomplish the additional work. The CONTRACTOR shall review the order and if he feels that the additional work entitles him to additional payment or additional time, he may submit a claim as prescribed in the Conditions of the Contract. For Deletions From the Work: The CITY shall issue a written order to the CONTRACTOR directing him to make the change. If the CITY feels that the Contract price should be reduced as a result of the change, the CITY shall make a claim for the reduction as provided in the Conditions of the Contract. Cost of the changes in the work shall be determined in accordance with the requirements spelled out in the Conditions of the Contract. Modifications to incorporate the changes in cost will be made as the amount of any change is determined. 1.09 BID ITEMS The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. 1.00 Mobilization /Demobilization and General Requirements and Restoration Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations.The cost of bonds, required insurance, and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Permitting is excluded and not the responsibility of the contractor. City of Ocoee shall provide (if necessary) custom signs or message board, only. In addition, payment for Quality Assurance Soil Testing, general Temporary Traffic Control and General Construction Requirements, unless stated under separate bid items, shall be included under this bid item and shall include the CONTRACTOR's overhead costs related specifically to this Contract. The contractor shall also be responsible for miscellaneous concrete and asphalt damage caused by paving equipment or trucks that must be traveled over to access paving areas. This includes valley gutters and concrete drives and sidewalks or brick pavers, asphaltic concrete that may be damaged during construction activities. Demobilization shall be the work of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items 24 ITB 21-009 Asphalt Paving Projects FY 2021 necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. The lump-sum mobilization Bid Price in the Proposal should be limited to a maximum of five percent (5%) of the total Contract Price. Mobilization costs, estimated by the Contractor, that exceed five percent (5%) may be proportioned among and included within other pay item unit prices of the Contract. If the Contractor elects to exceed the five percent (5%) limit on the mobilization Bid Item, the amount exceeding this limit will be paid upon Final Acceptance of the Work. MAGUIRE ROAD (SOUTH—TURNPIKE TO ROBERSON ROAD) 2.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXLMUM of 1.5" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 -Milling of Existing Asphalt Pavement. 2.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications(latest edition) Section 334— Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 2.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. WATERSIDE SUBDIVISION AREA RESURFACING 3.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor 25 ITB 21-009 Asphalt Paving Projects FY 2021 and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 3.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334— Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 3.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. WESTON PARK SUBDIVISION AREA RESURFACING 4.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 4.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334— Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 26 ITB 21-009 Asphalt Paving Projects FY 2021 4.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. FIRE STATION 38 DRIVES (VIGNETTI PARK)—ADD ALTERNATE- 1 5.01 Asphalt Pavement Overlay Payment for constructing 2.5" SP-12.5 asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat.No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334—Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. MAGUTRE ROAD (NORTH-FROM R x R CROSSING TO FRANKLIN STREET)—ADD ALTERNATE-2 6.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 2" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 6.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334—Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 6.03 Pavement Markings and Signal Loops 27 ITB 21-009 Asphalt Paving Projects FY 2021 Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existine striping along the road, intersections and cross walks. In addition, Payment for north bound signal loops shall be installed and accepted. City recommends contractor visit site to determine quantity. Contractor Qualifications The prime contractor submitting a bid must hold either a Florida general contractor or underground contractor license. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, will be required to hold a State of Florida General Contractor's license. A City of Ocoee building permit will be required for any such improvement. Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state-licensed electrician will be required to secure a building permit for the electrical power requirements of the work, if any. Shop Drawings Where required, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough review by City staff while not delaying progress of the work. Shop drawings shall be provided as three complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the acceptability of the proposed material and manner of incorporation into the work. Any work not provided or installed in accordance with the approved shop drawings and/or the plans and specifications will be rejected by the City and must be replaced with acceptable material and/or workmanship prior to payment. Construction Schedule The construction period is 60 calendar days to substantial completion and 90 calendar days to final completion. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The construction warranty period begins on the date of substantial completion, which will be recorded using a certificate issued by the City and acknowledged by the Contractor. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions. The City may levy liquidated damages in the amount of$250 for each day beyond the final completion date shown on the Notice to Proceed. The number of unfavorable weather days that are not included in the 60-day construction period to Final Completion. The City will evaluate any time extension sought by Contractor in light of these built-in time considerations. 28 ITB 21-009 Asphalt Paving Projects FY 2021 Warranty Period The Contractor is to provide a minimum one-year warranty beginning on the date of substantial completion, as recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform periodic inspections of the work and note any items that require correction. Unless posing a danger to the public, potentially leading to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of$250 for each day beyond the final completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City,but in no case longer than one year in duration from the date of correction. Payments Contractor will be required to use the attached progress, payment form and the final payment will need to be accompanied by a release of lien from all subcontractors and suppliers. END OF SECTION 29 ITB 21-009 Asphalt Paving Projects FY 2021 ocoee florida CITY OF OCOEE 150 North Lakeshore Drive Ocoee,Florida 34761 ITB#21-009 ASPHALT PAVING PROJECTS FY 2019 CHANGE ORDER FORM DATE: PURCHASE ORDER: The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $0.00 Current CONTRACT PRICE ADJUS ILD by previous CHANGE ORDERS $0.00 Net Increase (Decrease)Resulting from this CHANGE ORDER f$0.001 The current CONTRACT PRICE including this CHANGE ORDER 1$0 .001 Original CONTRACT COMPLETION DATE: [original contract datel Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS [current contract datel Net Increase Resulting from this CHANGE ORDER [number] days Current CONTRACT COMPLETION DATE including this CHANGE ORDER mew contract datel 30 ITB 21-009 Asphalt Paving Projects FY 2021 CHANGES ORDERED: I. REQUIRED CHANGES II. JUSTIFICATION III. NARRATIVE OF NEGOTIATIONS IV. PAYMENT V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract requires approval by the Ocoee City Commission or the City Manager, dependent upon project approval authority, in order to supplement the project budget to fund the changes. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order,that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. 3 1 ITB 21-009 Asphalt Paving Projects FY 2021 RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA jcontractor name By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA By: Date: Stephen Krug,Public Works Director By: Date: Rebecca Roberts, Director of Finance By: Date: Robert D. Frank, City Manager By: Date: Rusty Johnson, Mayor Attest: City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE CITY OF OCOEE CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF ,20 UNDER ,20 AGENDA ITEM NO. By: City Attorney 32 ITB 21-009 Asphalt Paving Projects FY 2021 APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: P.O.No.: Project Name: ITS 21-009 Asphalt Paving Projects for FY 2021 Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount 2. Sum of Approved Change Orders to Date (from Table) 3. Current Contract Amount(Sum of Lines 1 and 2) 4. Total of Prior Pay Applications (including retainage) 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) 6. Total Earned to Date(Sum of Lines 4 and 5) 7. Retainage Held from Prior Pay Applications 8. Retainage to Be Held in this Pay Application 9. Total Retainage Held to Date(Sum of Lines 7 and 8) 10. Total Earned to Date Less Retainage(Line 6 minus Line 9) $ 11. Total Earned less Retainage for this Pay Application (Line 5 minus Line 7) Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) 33 ITB 21-009 Asphalt Paving Projects FY 2021 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 , personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative: By: Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) 34 ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B BID FORM(Page 1 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension Mobilization I Demob. and General Construction 1.00 1 LS Requirements and Restoration (5% of Base Bid) Sub-Total= MAGUIRE ROAD(SOUTH—FROM TURNPIKE BRIDGE TO ROBERSON RD)MILL AND RESURFACING 2.00 Milling/Resurfacing I Pavement Markings 2.01 39,400 SY 1.5"Milling(Max.) • 2.02 39,400 SY 1.5"Resurface Type FC-12.5 Asphalt Paving Temporary Striping and Thermoplastic Final 2.03 1 LS Striping Sub-Total ITB 21-009 Asphalt Paving Projects FY 2021 35 EXHIBIT B BID FOR1V1(Page 2 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension WATERSIDE SUBDIVISION AREA MILL AND RESURFACING 3.00 Milling/Resurfacing I Pavement Markings 3.01 21,515 SY 1"Milling(Max.) 3.02 21,515 SY 1"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 3.03 1 LS Striping Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 36 EXHIBIT B BID FORM (Page 3 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension WESTON PARK SUBDIVISION AREA MILL AND RESURFACING 4.00 Milling/Resurfacing/Pavement Markings 4.01 10,910 SY 1"Milling(Max.) 4.02 10,910 SY 1"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 4.03 1 LS Striping Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 37 EXHIBIT B BID FORM (Page 4 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension ADD ALTERNATE - 1 FIRE STATION 38 DRIVES OVERLAY(VIGNETTI PARK) 5.00 Asphalt Overlay 5.01 1,390 SY 2.5" Overlay Type SP-12.5 Asphalt Paving Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 38 EXHIBIT B BID FORM(Page 5 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item: Number Quantity Unit Item Description Unit Price. Extension. ADD ALTERNATE-2 MAGUIRE ROAD(NORTH-FROM RxR CROSSING TO FRANKLIN STREET) 6.00 Milling/Resurfacing/Pavement Markings/Signal Loops 6.01 2,315 SY 2.0"Milling(Max.) 6.02 2,315 SY 2.0"Resurface Type SP-12.5 Asphalt Paving Temporary Striping and Thermoplastic Final 6.03 1 LS Striping 6.04 1 LS Traffic Signal Loops Sub-Total= TOTAL BASE BID = JIB 21-009 Asphalt Paving Projects FY 2021 39 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20_. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the ITB 21-009 Asphalt Paving Projects for FY 2021 (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. ITB 21-009 Asphalt Paving Projects FY 2021 40 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable. statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. ITB 21-009 Asphalt Paving Projects FY 2021 41 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) ITB 21-009 Asphalt Paving Projects FY 2021 42 If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) ITB 21-009 Asphalt Paving Projects FY 2021 43 If Bidder is CORPORATION,complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign -See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) ITB 21-009 Asphalt Paving Projects FY 2021 44 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature-See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the state where the project is located. ITB 21-009 Asphalt Paving Projects FY 2021 45 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF COUNTY OR CITY OF Before me,a Notary Public, personally came known to me, and known to be the Attorney-in-Fact of , a Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires END OF SECTION ITB 21-009 Asphalt Paving Projects FY 2021 46 EXHIBIT C PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal"), and ,a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety"), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee"), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , entered into a contract, (hereinafter referred to as the "Contract") with Obligee for the construction of#ITB 21- 009 Asphalt Paving Projects for FY 2021 (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by the City of Ocoee, dated August 15, 2021. NOW, THEREFORE,THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. ITB 21-009 Asphalt Paving Projects FY 2021 47 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfil] its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION ITB 21-009 Asphalt Paving Projects FY 2021 48 EXHIBIT C Statutory Payment Bond Pursuant to Florida Statutes,255.05, et seq. KNOW ALL MEN BY THESE PRESENTS,THAT • (hereinafter called the "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety"), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee"), by bond number in the sum of Dollars and_Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes,that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. ITB 21-009 Asphalt Paving Projects FY 2021 49 (Seal) (Principal) By (Name &Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name &Title*) (Signature) Witness or Secretary's Attestation *Attach Power-Of-Attorney END OF SECTION ITB 21-009 Asphalt Paving Projects FY 2021 50 ocoee florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid:the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who.owns assets or capital stock,directly or indirectly, in the Bidder's firm or any of its branches,or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Staff, and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Firm Name Signature Name and Title(Print or Type) Date ITB 21-009 Asphalt Paving Projects FY 2021 51 DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.087). In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. ITB 21-009 Asphalt Paving Projects FY 2021 52 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Signed: By: (Print or Type Name) Title: Date: END OF SECTION ITB 21-009 Asphalt Paving Projects FY 2021 53 BID#21-009 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me by means of❑ physical presence or ❑ online notarization this day of , 20 Personally Known, or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public ITB 21-009 Asphalt Paving Projects FY 2021 54 EXHIBIT D 1. Figure 1.1—1.4: Maguire Road (South—Turnpike Bridge to Roberson Road) 2. Figure 2: Waterside Subdivision Roads 3. Figure 3: Weston Park Subdivision Roads 4. Figure 4: Fire Station 38 Drives(Vignetti Park)—Add Alternate-1 5. Figure 5: Maguire Road (North - From RxR Crossing to Franklin Street) — Add Alternate-2 ITB 21-009 Asphalt Paving Projects FY 2021 55 r } ,. •• , . , . „ ' , f ..,:. ile n c 7 (,(/,. I'LL . .... ` i. GRAPHIC SCALE . .5�. r ` 1 ` ! % J • .- -• , MAGUIRE ROAD • ' - Lji 14 �+: "!` 7 411,or• t om„" ` ,r .1h. 6 ..,. N' .Nyy:../.r./ 'i fy�{ILI./`. -:._._ _ _. _ SIN • - .. - _ 8 , . , ift' : :, • a �,f r, 3 ,,),i,,..0 1, j I', e " a I. tl/, (,11 Q ' rt °a CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF pip 7.5» MILL AND 1.5". CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING 1.5'' RESURFACE (FC— 12.5) PAVEMENT MARKINGS (MATCH TYPE AND COLOR), TOTAL SURFACE AREA = 354,537 SF SAME SHALL APPLY TO REFLECTIVE PAVEMENT OR 39,400 SY FI(fl MARKERS. 1 1 , fil MEN '.:-- — . . •4 41:. *r** r ' iir i _ . _ foli __� .. - .. , . .,.. =100' GRAPHIC SCALE i P'.., ,A y {� ,�- 11 ° �' 0 50 100 200 ' 4,4r N• + ' '� I . q 1, 1 , ' , : illp" - .,,,, MAG U I RE ROAD .. . , ,,.. .: I. I 1 ow , //9//JJ/ /� ,_/.r .,,w. � , I.` ,tom._ _ N yam+.+►-�.-,.... ..� '+.mow �T^-•- .-....�►.�_. _ yam.- =' i. -,... i .4/* , '0). .. ...) it v :::: . :....,.,:'',.....,...... : eir:7•__'''." 0 , -; '• '..'. ": 4' ! ..• - ter'. '� >0 . _P : . _.. e ... 1 ' , "it, 1.." 1' r. , _•,,..... ., 11114 • . . .., ,. _ , _ it - . .„ —, . . Illit'f'r "It!' f61,4 CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF • 1 5' 1,5 MILL AND CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING _ �•,_. F y y1011 _ IL. - 1.5 RESURFACE (FC- 12.5) PAVEMENT MARKINGS (MATCH TYPE AND COLOR), TOTAL SURFACE AREA = 354,537 SF SAME SHALL APPLY TO REFLECTIVE PAVEMENT — OR 39,400 SY FIGUI 1.2' MARKERS. / - �. — �i4�h c.• Y .• 0 74 I ':1p.1.i4l:.‘ki .'.,,;i'. • ► GRAPHIC SCALE161 0 01 1 i 4-,-* ,. . .,. .... ..., ,,. ..,,,,.. 1.... ,.}.,. . ,..., .,_ ... .. .,..4,.. .. . ... . „Air ,,...,..., _.„..,_,,,,_ _____ _ _ t1 .. MAG U I RE ROAD li • .� i= / // . ��. ;� 'x • y li F i �' I ilt a r `Ar ti a. 4Ir .,.., , • _ I . • ,... i • ,,,,, * �, _ MI . , i __ . . . .„....,..,. .. , , ,,_ . jj .. ,.. r. ...:„..... .... „. , , . .. . ,. , . g k . , . . . .e, ,., v 0 L k , . , ,4,. ' , f.j ,,„,,,,, . ii. • , ,,,,- , , :, : . . _ti,... , .....,,..._ cn CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF _ ' =*1""` ",.., r _0 � 1.5" MILL AND 1.5". I _ CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING ' • ... - 1.5" RESURFACE (FC- 12.5) PAVEMENT MARKINGS (MATCH TYPE AND COLOR), *' r" TOTAL SURFACE AREA = 354,537 SF SAME SHALL APPLY TO REFLECTIVE PAVEMENT OR 39,40o SY FIGURE MARKERS. yam} 1.3 -- - ,a I .t : 4 1- PE 3N..7 - `F _. Ir `! _ ; "' * ,40 le �.- , r:-'s. V41) em® i'` 4a - . - As 1" =100' �k �, i" .- +' *Oa.. GRAPHIC SCALE 1111 L. r, R c. • 4 Irnr • ;pi!, , .1.41„, 4 . ICI i"..-- . ' `b_ ? -f _n r ,y�,, `�_ 1. 1. �, � - :• . 111f1:1. 1 .. I`` tee. r. i. FP _ _ P 1 ' r,, a s~"4 J' m g : ---- _ 24 ff . .... v 3 } ,. t - E L.L LI .4 - A "r -4 ff� 1 11, , II • ^ i CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1 1.5". , <,iF- -. , 1.5 MILL AND CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING I ' 1.5» RESURFACE (FC- 12.5) PAVEMENT MARKINGS (MATCH TYPE AND COLOR), = TOTAL SURFACE AREA354,537 SF SAME SHALL APPLY TO REFLECTIVE PAVEMENT OR 39,400 SY 1101"' MARKERS. ,-. 1.4- P ' ,� �. I' . malt tom. U �,T - 1�i -, ,,,, -. .40?" i ,.;., 011.51171' I --.:•" ..•7.4 • . ... ;writ . " 1;i ' `y, <� '' 1 Z 1t r tw e=t " _4.11,4". ,t'g' # - -e 41 ... 4 010,: CET „ r--.-.I:•''..-./ - cam* ..-....'......,,k ' 4' fr.-"-‘ }T •-5 + 'q t "4 s ..' m .s Y> _. 1 _?o :. pitei i 1. ,+ 7 ; '�� - //�Q(� r _ J �. ,‘ ..., ii, :_:;,, ,'Xi,,...i-,,_- ..__' ,' .:':_ w ../ .'� `���Y,, ... :, r '"'...- (y.;,, . ' !O y . .,,..i.,t...- ..,#,q, :.-+ • , • `• i . h' wx � ! � ! ' * -� �� fp. y ,�Y x 0 � . �, ?� p 4 ♦14-1 . p_ fl, s L � ► ��like )2'4'.7. .t1/4,:. _ _ .: ' . eitto.1(` ,,,:::: I 'i Nit .., i,.gat '.,!. .r ,.., i % 1 " MILL AND pW 1 " RESURFACE (SP-9.5) Aa N WATERSIDE SUBDIVISION Q¢ 1" = i so' ESTIMATED SURFACE AREA = 193,613 SF OR CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1". a GRAPHIC SCALE 21,515 SY s 0 7�0 300 CONTRACTOR RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS(MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. FIGURE 2 II tA . ' 1" `, r it- ..= 46i • - • . _ s Y • ' .: 4 • .ter } ai it � �• �,► # '.�� ♦ � I ill Lt„- 0 a�� I; Ika Ili ti, T I its a itaVitte,4$ , :7i (r)Ce— *1— LC 1- -66 i a. t .. -.'-. 4.,141 ,-• I: 1 11811 ' t r } v. OM, x r CD r.., ,' ` y .+ . if11" .., , , I _-• 4=4 a. etar O F.. � ,,,U Qz ro� mc� 1" MILL AND ,4 1" RESURFACE (SP-9.5) CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1". o ~ WESTON PARK SUBDIVISION H 1^ _ 100. CONTRACTOR RESPONSIBLE TO REPLACE EXISTING GRAPHIC SCALE ESTIMATED SURFACE AREA = 98,176 SF OR PAVEMENT MARKINGS(MATCH TYPE AND COLOR), SAME 0 50 100 200 10,910 SY SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. FIGURE 3 i ,,,, lippt ai 9 ill.IliZ. 5" OVERLAY (SP-12. 5) r= ao SURFACE AREA = 12,500 SF GRAPHIC SCALE 20 40 OR 1,390 SY -4 P <- y 4Illimow )1!.,-a- • r LaCt -, _ '-••=7:Li .. :., -'. I Id o I o �S k•. a�v y y 1 •.1 ,� a • . t r .I Ss • t Fal A a0a0 C 1'A • y ` h 4 r: r -' x1 ---" u 4• 00 , , : VIGNETTI PARK ° - *° + Fk p FIGURE ` , •�; FIRE STAION - 38 �' • Y. 1 •,,,5 a.,��'1�4 r t �' 1 i El M 11 ! r .'safe r- �� 'n"Ii : 4 �.M /.. _ 1'= 100' ' 'r GRAPHIC S'�F I ��►i,�IriplilK �.l.r.iQ , Fiti �1 0 50 100 200 A r i�'h µ Y MMa. �. i •41 _ / t • a I NosM� �i• ;� �� li ji hi o 'C " sa 14 1 . , �v� . w* AYE ,r' �t y n �I a K• I r ` vi% .. 4 y, } > 4 f., j 1 "' 1 1 _ i! ." _ Wit x ' yi: " O N; �./ , t , +�4y ,„ din 4 �, L h 1 Vl �.'1 J`, IL�■ rL i j.i >:,,,A�k. �-5` 'a r ' r U -• OF ].1r>!' ,- 6' '.§)pi','10 ' , 1 ' g..,t rlio _nu 4 . , , 4 .,..v.,, , . , ,. , t . \ .6.' > a. ly i r°4�. e�,'� 1 t�...0-„ I ViY t .d: � ."T' y .. ..1 _ ', - _ j . 41 F 0, y �, �l �n '+' D '•mom—• �_.— :k'JT- —NI 7.:-.,', _�^"' `.'- +J ,'<ar' ESr j�J'�S"u� �, i`! w _Y. ! .F ry pp a! 1) CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 2.0". `,' 2.0" MILL 2) CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING 2.0" RESURFACE (S P 12.5) PAVEMENT MARKINGS(MATCH TYPE AND COLOR),SAME SHALL TOTAL SURFACE AREA—20,835 SF APPLY TO REFLECTIVE PAVEMENT MARKERS. 4' — FIGURE 3) CONTRACTOR TO INCLUDE COST FOR REPLACING LOOP SYSTEM I r : :: -` ', };4_ OR 2,315 SY FOR TRAFFIC SIGNALS. - �.• �, Mayor Commissioners Rusty Johnson110 Larry Brinson, Sr, District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner, District 3 Robert Frank . George Oliver III,District 4 ocoee florida September 9,2021 ADDENDUM NO.ONE(1) CITY OF OCOEE ITB#21-009 ASPHALT PAVING PROJECTS FOR FY 2021 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2021. This addendum consists of seven (7) pages including all attachments. Bidders shall acknowledge receipt of this Addendum in the space provided on page 20 of the bid documents.Failure to do so may subject the bidder to disqualification. The bid date remains the same. **Important Note: REVISED BID FORM ATTACHED** Revised Bid Form Bidders must use the attached revised Bid Form; bidders will be disqualified for failure to use the revised Bid Form. - Answers to questions received and/or amendments to the bid documents are as follows;, Q1. What is basis of award? Base bid, excluding add alternates? Al. PW will evaluate the Total Base Bid including alternates as the basis of review and award provided the total bid is within budget. For clarification,Mobilization shall be 5% of the total bid amount plus Add Alternates. Q2. Please confine that milling and pavement markings are not required for Fire Station#38 in Vignetti Park. A2. Vignette Park-Fire Station#38 will not require milling and pavement markings. Q3. Please confirm that the subgrade prep for overlay area will be prepared by others for Fire Station#38 in Vignetti Park. If not,please advise what pay item this cost shall be incidental and that no additional base material will be required. A3. The base prep shall be prepared by others. The Contractor is only responsible for asphalt overlay activities. Q4. Please provide the Rail Road Owner and Crossing Number for purpose of determining RRP insurance premium for crossing shown on Plan Sheet 5. A4. The construction limits will be outside of the RxR right of way. We anticipate no work/encroachment within the RxR limits. Q5. Will signed&sealed as-builts be required per FDOT Specification 611 for the loop replacement on Maguire Road at SR 437? A5. No signed and sealed as-built plans will be required for the loop replacement system within City Right of Way. The limits are dear the contractor is to stay on Maguire Read south of the intersection. Q6. The specifications show that FC/12.5 asphalt is required for Maguire Road.Does this mix require Polimer to be included in the mix? A6. The City requires a component mix for FC-12.5, per FDOT standards,to be PG 76-22 binder and up to 20% RAP. SACL, - qA. NA SaLetha Mathews, Purchasing Technician Attachments: Revised Bid Form cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager • Addendum#1 ITB#21-009 Asphalt Paving Projects for FY 2021 Page 2 EXHIBIT B REVISED BID FORM(Page 1 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension Mobilization/Demob. and General Construction Requirements and Restoration (5% of Base Bid plus 1.00 1 LS Add Alternates) Sub-Total= MAGUIRE ROAD(SOUTH—FROM TURNPIKE BRIDGE TO ROBERSON RD)MILL AND RESURFACING 2.00 Milling/Resurfacing/Pavement Markings 2.01 39,400 SY 1.5"Milling(Max.) 2.02 39,400 SY 1.5"Resurface Type FC-12.5 Asphalt Paving Temporary Striping and Thermoplastic Final 2.03 1 LS Striping Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 2 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description. Unit Price Extension WATERSIDE SUBDIVISION AREA MILL AND RESURFACING 3.00 Milling/Resurfacing/Pavement Markings 3.01 21,515 SY 1"Milling(Max.) 3.02 21,515 SY 1"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 3.03 1 LS Striping Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 3 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension WESTON PARK SUBDIVISION AREA MILL AND RESURFACING 4.00 Milling/Resurfacing/Pavement Markings 4.01 10,910 SY 1"Milling(Max.) 4.02 10,910 SY 1"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 4.03 1 LS Striping Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM (Page 4 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension ADD ALTERNATE- 1 FIRE STATION 38 DRIVES OVERLAY(VIGNETTI PARK) 5.00 Asphalt Overlay 5.01 1,390 SY 2.5" Overlay Type SP-12.5 Asphalt Paving Sub-Total= ITB 21-009 Asphalt Paving Projects FY 2021 EXHIBIT B REVISED BID FORM(Page 5 of 5) ITB 21-009 ASPHALT PAVING PROJECTS FOR FY 2021 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension ADD ALTERNATE -2 MAGUIRE ROAD(NORTH-FROM RxR CROSSING TO FRANKLIN STREET) 6.00 Milling/Resurfacing/Pavement Markings/Signal Loops 6.01 2,315 SY 2.0"Milling(Max.) 6.02 2,315 SY 2.0"Resurface Type SP-12.5 Asphalt Paving Temporary Striping and Thermoplastic Final 6.03 1 LS Striping 6.04 1 LS Traffic Signal Loops Sub-Total= TOTAL BASE BID AMOUNT,INCLUDING ADD ALTERNATES #1 AND #2= ITB 21-009 Asphalt,Paving Projects FY 2021 9 Mayor Commissioners • • Rusty Johnson Larry Brinson, Sr,District 1 Rosemary Wilsen,District 2 City Manager • Richard Firstner,District 3 Robert Frank 1.41141# George Oliver III, District 4 ocoee flosicics September 13,2021 ADDENDUM NO.TWO(2) CITY OF OCOEE ITB#21-009 ASPHALT PAVING PROJECTS FOR FY 2021 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2021. This addendum consists of one Lil pages. Bidders shall acknowledge receipt of this Addendum in the space provided on page 20 of the bid documents,Failure to do so may subject the bidder to disqualification. The bid date has changed. THE BID OPENING SCHEDULED FOR TUESDAY, SEPTEMBER 14,2021 AT 2:00 P.M. HAS BEEN RESCHEDULED TO TUESDAY,SEPTEMBER 21,2021 at 2:00 P.M.LOCAL TIME. PLEASE BE AWARE THE TIME PERIOD FOR QUESTIONS HAS EXPIRED. 4, I/ SaLetha Mathews, Purchasing Technician • Attachments: Revised Bid Form cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager Mayor Commissioners Rusty Johnson Larry Brinson, Si,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner, District 3 Robert Frank George Oliver III, District 4 • Ocoee florida September 17,2021 • ADDENDUM NO.THREE (3) CITY OF OCOEE ITB#21-009 ASPHALT PAVING PROJECTS FOR FY 2021 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2021. This addendum consists of one(1)pages. Bidders shall acknowledge receipt of this Addendum in the space provided on page 20 of the bid documents.Failure to do so may subject the bidder to disqualification. The bid date of September 21,2021 at 2:00 p.m. local tithe remains the same. Q1. Referencing the City's response to Question Q4,the City did not answer the question. We request that the City retract the response. The bidder was seeking a statement regarding ownership of the railroad. This has been determined to be Florida Central. Railroad (FCEN). Scope was not questioned by bidder, however the City's response indicates the regnhrements of working near a railroad, the requirements of the Florida Central Railroad, and safety requirements of the Federal Railroad Administration (FRA) are not applicable. The City's response is not correct because the Contractor will encroach FCEN ROW to complete the Contract work. This was never questioned by the bidder.After speaking with the contact at FCEN,the railroad is not aware of this particular project but did state it will require their certified Railroad Flagger (Contractor or Owner expense) and RRP Liability Insurance(Contractor expense)for the crossing on Maguire Road(North). Please advise if Contractor is to include these costs and in what pay item(s). If Contractor includes these additional costs, what Flagger rate and insurance limits should bidders use to ensure competitive bidding process. Al. Bid per the bid documents and addendums issued. Should there be additional cost associated with the railroad,the city will negotiate the costs with the successful bidder/contractor by way of change order. laCiA a 14. I. V C GI.,P l - SaLetha Mathews, Purchasing Technician cc:Steve Krug,Public Works Director Richard Campanile,P.E.,City Engineer