Loading...
HomeMy WebLinkAboutItem 10 Approval to Award Invitation to Bid (ITB) #26-005 Asphalt Paving Projects for Fiscal Year 2026 City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org STAFF REPORT Meeting Date: April 7, 2026 Item #: 10 Contact Name: Joyce Tolbert, Olena Stokych Department Director: Steven Weber Contact Number: Ext. 1516, Ext. 1521 City Manager: Craig Shadrix Subject: Approval to Award Invitation to Bid (ITB) #26-005 Asphalt Paving Projects for Fiscal Year 2026. (Procurement Manager Tolbert) 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 2026 for the milling and resurfacing for sections of the Clarke Road (A.D. Mims Rd – Ocoee Vista Pkwy), Northern Durango Ave, S Lakewood Ave (E Geneva St – E Orlando Ave), Blackwood Ave (Old Winter Garden Rd – W Colonial Dr), Economic Court, Kensington Manor Subdivision, Shoal Creek Subdivision, Windermere Groves Subdivision, Harbour Highlands 2 Subdivision, Prima Vista Subdivision, Lakeshore Gardens Subdivision in the City of Ocoee. The ITB was publicly advertised on February 22, 2026, and opened on March 24, 2026. There were a total of seven (7) bids received, ranging from $2,122,295.25 to $2,868,187.77. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed the bids received and all were considered responsive. Staff recommends awarding the bid to Middlesex Paving, LLC, which came in at $425,704.75 below the estimated budgeted amount, per the attached recommendation from Milen Womack, City Engineer. Once the contractor has substantially completed the work and actual funding levels have been determined through change orders, the following streets will be added to ensure all available funds are utilized: Little Rock Court, Little Iris Court, Springfoot Court, and the Ocoee Vista Parkway segment at the fire station entrances. The following table is a listing of the bids received: Bidder Total Bid 1. Middlesex Paving, LLC $2,122,295.25 2. M&M Asphalt Maintenance Inc d/b/a All County Paving $2,314,932.85 3. Hubbard Construction Company $2,400,891.09 4. Superior Asphalt, Inc. $2,419,001.00 5. Ranger Construction Industries, Inc. $2,479,110.15 6. S&L Materials, Inc. $2,517,334.15 7. Preferred Materials, Inc. $2,868,187.77 Page 90 of 812 City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org Issue: Should the Honorable Mayor and City Commission award the bid for Asphalt Paving Projects for FY 2026 to Middlesex Paving, LLC, as recommended by the City Engineer? Recommendations: Staff recommends the Honorable Mayor and City Commission award ITB #26-005 Asphalt Paving Projects for FY 2026 to Middlesex Paving, LLC in the amount of $2,122,295.25, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommend 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. ITB #26-005 Asphalt Paving Projects FY 2026 - Award Recommendation Memo 2. ITB #26-005 Asphalt Paving Projects FY 2026 - Bid Tabulation 3. Middlesex Paving, LLC - Proposal 4. M&M Asphalt Maintenance Inc DBA All County Paving - Proposal 5. Hubbard Construction Company - Proposal 6. ITB #26-005 Asphalt Paving Projects FY 2026 - Solicitation 7. ITB #26-005 Asphalt Paving Projects FY 2026 - Addendum 01 Financial Impacts: The contract is adequately funded through the Public Works Department Road Repairs Budget, an estimated budgeted amount of $2,548,000.00, located in the General Government Repairs and Replacements (R&R) Fund: GL 321-541-10-5313 Job RR004-26. Type of Item: Consent Page 91 of 812 Mayor Rusty Johnson Commissioners Scott Kennedy District 1 Rosemary Wilsen District 2 Richard Firstner District 3 George Oliver Ill District 4 City Manager Craig Shadrix florida MEMORANDUM Date: March 30, 2026 To: Olena Stokych, Purchasing Analyst Ocoee Public Works Team d :_t From: RE: Milen Womack, City Engineer �d?� lmp1ov/ng a great community Contract Award Recommendation. 1TB No. 26-005 Asphalt Paving Projects for FY 2026 Public Works recommends award of the Asphalt Paving Projects for FY 2026, 1TB No. 26-005, to Middlesex Paving, LLC, with offices and an asphalt plant in Orlando, for the low bid of$ 2,122,295.25. The City received seven (7) qualified bids from interested contractors ranging from $2.1 million to $2.9 million. Middlesex Paving has been in business since the 1970s and has successfully completed previous projects for the City, including the asphalt resurfacing project for FY2019 and the Fullers Cross Intersection Improvements. The contract is adequately funded through the Public Works Department asphalt resurfacing budget. City of Ocoee• 301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905-3170 • www.ocoee.org 3DJHaaRIa ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID TABULATION 03/24/2026 2:00 P.M. Acknowleged Addendum #1 Bid Security (Bid Bond) Company Verification/License Check Exceptions Required Forms DESCRIPTION QTY.UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE CLARKE ROAD (A.D. MIMS RD – OCOEE VISTA PKWY) - D4 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates)1 $6,514.76 $6,514.76 $13,150.00 $13,150.00 $10,000.00 $10,000.00 $12,848.62 $12,848.62 $8,690.00 $8,690.00 $11,235.00 $11,235.00 $9,500.00 $9,500.00 1.5” Milling (Max.)9,119 $4.90 $44,683.10 $3.50 $31,916.50 $4.25 $38,755.75 $3.79 $34,561.01 $3.75 $34,196.25 $2.55 $23,253.45 $3.40 $31,004.60 1.5” Resurface Type FC-9.5 Asphalt Paving 9,119 $18.43 $168,063.17 $15.75 $143,624.25 $18.00 $164,142.00 $21.77 $198,520.63 $20.00 $182,380.00 $17.75 $161,862.25 $16.25 $148,183.75 Temporary Striping and Thermoplastic Final Striping 1 $28,881.61 $28,881.61 $21,275.00 $21,275.00 $20,000.00 $20,000.00 $18,500.00 $18,500.00 $20,800.00 $20,800.00 $23,355.00 $23,355.00 $19,500.00 $19,500.00 Traffic Loop System Restoration 1 $5,819.36 $5,819.36 $18,000.00 $18,000.00 $3,000.00 $3,000.00 $8,517.10 $8,517.10 $6,070.00 $6,070.00 $5,060.00 $5,060.00 $8,500.00 $8,500.00 SUB-TOTAL $253,962.00 $227,965.75 $235,897.75 $272,947.36 $252,136.25 $224,765.70 $216,688.35 NORTHERN DURANGO AVE - D1 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $2,626.62 $2,626.62 $5,550.00 $5,550.00 $2,500.00 $2,500.00 $3,777.36 $3,777.36 $8,690.00 $8,690.00 $3,610.00 $3,610.00 $3,250.00 $3,250.00 1.25” Milling (Max.)3,884 $2.73 $10,603.32 $3.50 $13,594.00 $4.50 $17,478.00 $3.22 $12,506.48 $2.95 $11,457.80 $2.65 $10,292.60 $3.75 $14,565.00 1.25” Resurface Type SP-9.5 Asphalt Paving 3,884 $11.52 $44,743.68 $11.50 $44,666.00 $10.50 $40,782.00 $15.85 $61,561.40 $12.25 $47,579.00 $13.85 $53,793.40 $13.10 $50,880.40 Temporary Striping and Thermoplastic Final Striping (1 stop bar & crosswalk) 1 $5,932.43 $5,932.43 $4,370.00 $4,370.00 $4,000.00 $4,000.00 $3,800.00 $3,800.00 $4,270.00 $4,270.00 $4,515.00 $4,515.00 $1,750.00 $1,750.00 SUB-TOTAL $63,906.05 $68,180.00 $64,760.00 $81,645.24 $71,996.80 $72,211.00 $70,445.40 S LAKEWOOD AVE (E GENEVA ST – E ORLANDO AVE) - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $2,108.83 $2,108.83 $5,650.00 $5,650.00 $5,000.00 $5,000.00 $6,286.49 $6,286.49 $8,690.00 $8,690.00 $6,110.00 $6,110.00 $3,750.00 $3,750.00 1.25” Milling (Max.) 3,000 $3.46 $10,380.00 $4.15 $12,450.00 $5.00 $15,000.00 $3.83 $11,490.00 $3.80 $11,400.00 $3.20 $9,600.00 $4.60 $13,800.00 1.25” Resurface Type SP-9.5 Asphalt Paving 3,000 $12.08 $36,240.00 $12.15 $36,450.00 $11.50 $34,500.00 $16.94 $50,820.00 $13.30 $39,900.00 $15.25 $45,750.00 $14.20 $42,600.00 Speed Table Restoration per City Detail (Price to include cost to stamp and paint) 3 $11,140.77 $33,422.31 $15,000.00 $45,000.00 $18,500.00 $55,500.00 $17,877.79 $53,633.37 $14,300.00 $42,900.00 $17,995.00 $53,985.00 $5,500.00 $16,500.00 Temporary Striping and Thermoplastic Final Striping (1 stop bar) 1 $7,181.37 $7,181.37 $5,290.00 $5,290.00 $10,000.00 $10,000.00 $7,100.00 $7,100.00 $5,170.00 $5,170.00 $6,810.00 $6,810.00 $7,350.00 $7,350.00 SUB-TOTAL $89,332.51 $104,840.00 $120,000.00 $129,329.86 $108,060.00 $122,255.00 $84,000.00 BLACKWOOD AVE (OLD WINTER GARDEN RD – W COLONIAL DR) - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $6,298.23 $6,298.23 $13,150.00 $13,150.00 $10,000.00 $10,000.00 $14,998.19 $14,998.19 $8,690.00 $8,690.00 $8,655.00 $8,655.00 $7,850.00 $7,850.00 1.5” Milling (Max.) 8,350 $5.00 $41,750.00 $3.55 $29,642.50 $4.25 $35,487.50 $5.03 $42,000.50 $4.10 $34,235.00 $2.55 $21,292.50 $3.20 $26,720.00 1.5" Resurface Type FC-12.5 Asphalt Paving 8,350 $17.93 $149,715.50 $15.30 $127,755.00 $18.00 $150,300.00 $25.36 $211,756.00 $17.75 $148,212.50 $16.90 $141,115.00 $16.35 $136,522.50 Temporary Striping and Thermoplastic Final Striping 1 $32,003.95 $32,003.95 $23,575.00 $23,575.00 $20,000.00 $20,000.00 $28,200.00 $28,200.00 $23,000.00 $23,000.00 $22,165.00 $22,165.00 $23,600.00 $23,600.00 Traffic Loop System Restoration 1 $5,819.36 $5,819.36 $18,000.00 $18,000.00 $8,000.00 $8,000.00 $8,353.14 $8,353.14 $6,070.00 $6,070.00 $5,065.00 $5,065.00 $16,000.00 $16,000.00 SUB-TOTAL $235,587.04 $212,122.50 $223,787.50 $305,307.83 $220,207.50 $198,292.50 $210,692.50 ECONOMIC COURT - D3 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $414.25 $414.25 $5,650.00 $5,650.00 $1,000.00 $1,000.00 $1,768.36 $1,768.36 $8,690.00 $8,690.00 $1,200.00 $1,200.00 $1,250.00 $1,250.00 1.25” Milling (Max.)657 $14.51 $9,533.07 $13.80 $9,066.60 $15.00 $9,855.00 $12.95 $8,508.15 $14.60 $9,592.20 $8.00 $5,256.00 $12.25 $8,048.25 1.25" Resurface Type SP-9.5 Asphalt Paving 657 $24.37 $16,011.09 $22.05 $14,486.85 $25.00 $16,425.00 $51.66 $33,940.62 $26.20 $17,213.40 $26.80 $17,607.60 $26.30 $17,279.10 SUB-TOTAL $25,958.41 $29,203.45 $27,280.00 $44,217.13 $35,495.60 $24,063.60 $26,577.35 KENSINGTON MANOR SUBDIVISION - D4 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $13,707.34 $13,707.34 $9,400.00 $9,400.00 $7,500.00 $7,500.00 $11,891.94 $11,891.94 $8,690.00 $8,690.00 $12,455.00 $12,455.00 $4,600.00 $4,600.00 1.25” Milling (Max.) 22,595 $1.84 $41,574.80 $2.85 $64,395.75 $3.00 $67,785.00 $2.57 $58,069.15 $2.80 $63,266.00 $2.00 $45,190.00 $2.40 $54,228.00 1.25" Resurface Type SP-9.5 Asphalt Paving 22,595 $11.18 $252,612.10 $10.75 $242,896.25 $8.50 $192,057.50 $12.72 $287,408.40 $11.75 $265,491.25 $12.30 $277,918.50 $11.55 $260,972.25 Temporary Striping and Thermoplastic Final Striping (11 Stop bars and crosswalk) 1 $12,255.17 $12,255.17 $9,027.50 $9,027.50 $8,000.00 $8,000.00 $12,850.00 $12,850.00 $8,820.00 $8,820.00 $9,061.35 $9,061.35 $2,350.00 $2,350.00 SUB-TOTAL $320,149.41 $325,719.50 $275,342.50 $370,219.49 $346,267.25 $344,624.85 $322,150.25 Superior Asphalt, Inc.  Bid Bond S&L Materials, Inc.  Bid Bond None None M&M Asphalt Maintenance Inc d/b/a All County Paving missing None None    Bid Bond Bid Bond None None Bid Bond Ranger Construction Industries, Inc. Preferred Materials, Inc. Bid Bond Active Middlesex Paving, LLC  Active BID TABULATION   Bid Bond Active  Hubbard Construction Company missing list of subcontractors 1 Page 93 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID TABULATION 03/24/2026 2:00 P.M. Superior Asphalt, Inc. S&L Materials, Inc. M&M Asphalt Maintenance Inc d/b/a All County Paving Ranger Construction Industries, Inc. Preferred Materials, Inc. Middlesex Paving, LLC BID TABULATION Hubbard Construction Company SHOAL CREEK SUBDIVISION - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $7,682.13 $7,682.13 $9,250.00 $9,250.00 $7,500.00 $7,500.00 $11,214.25 $11,214.25 $8,690.00 $8,690.00 $9,640.00 $9,640.00 $4,600.00 $4,600.00 1.25” Milling (Max.) 12,828 $2.06 $26,425.68 $2.70 $34,635.60 $3.50 $44,898.00 $2.93 $37,586.04 $2.45 $31,428.60 $2.30 $29,504.40 $3.15 $40,408.20 1.25” Resurface Type SP-9.5 Asphalt Paving 12,828 $11.57 $148,419.96 $10.60 $135,976.80 $8.50 $109,038.00 $13.93 $178,694.04 $11.65 $149,446.20 $13.25 $169,971.00 $12.35 $158,425.80 Temporary Striping and Thermoplastic Final Striping (4 Stop Bar & crosswalk) 1 $7,493.60 $7,493.60 $5,520.00 $5,520.00 $5,500.00 $5,500.00 $4,800.00 $4,800.00 $5,390.00 $5,390.00 $5,540.00 $5,540.00 $5,700.00 $5,700.00 SUB-TOTAL $190,021.37 $185,382.40 $166,936.00 $232,294.33 $194,954.80 $214,655.40 $209,134.00 WINDERMERE GROVES SUBDIVISION - D3 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $14,338.11 $14,338.11 $5,796.00 $5,796.00 $7,500.00 $7,500.00 $12,569.64 $12,569.64 $8,690.00 $8,690.00 $13,875.00 $13,875.00 $4,800.00 $4,800.00 1.25" Milling (Max.) 23,380 $2.15 $50,267.00 $2.75 $64,295.00 $3.00 $70,140.00 $2.86 $66,866.80 $2.70 $63,126.00 $2.25 $52,605.00 $2.70 $63,126.00 1.25” Resurface Type SP-9.5 Asphalt Paving 23,380 $11.12 $259,985.60 $10.65 $248,997.00 $8.50 $198,730.00 $13.45 $314,461.00 $11.75 $274,715.00 $13.00 $303,940.00 $11.75 $274,715.00 Temporary Striping and Thermoplastic Final Striping (9 Stop Bar) 1 $5,151.85 $5,151.85 $3,795.00 $3,795.00 $2,500.00 $2,500.00 $3,300.00 $3,300.00 $3,710.00 $3,710.00 $3,810.00 $3,810.00 $3,000.00 $3,000.00 SUB-TOTAL $329,742.56 $322,883.00 $278,870.00 $397,197.44 $350,241.00 $374,230.00 $345,641.00 HARBOUR HIGHLANDS 2 SUBDIVISION - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $6,232.33 $6,232.33 $5,650.00 $5,650.00 $5,000.00 $5,000.00 $10,404.64 $10,404.64 $8,690.00 $8,690.00 $7,130.00 $7,130.00 $4,600.00 $4,600.00 1.25" Milling (Max.) 10,796 $2.39 $25,802.44 $2.75 $29,689.00 $3.50 $37,786.00 $3.20 $34,547.20 $2.65 $28,609.40 $1.95 $21,052.20 $3.35 $36,166.60 1.25” Resurface Type SP-9.5 Asphalt Paving 10,796 $12.20 $131,711.20 $10.70 $115,517.20 $8.50 $91,766.00 $14.83 $160,104.68 $12.40 $133,870.40 $12.55 $135,489.80 $12.35 $133,330.60 Temporary Striping and Thermoplastic Final Striping (7 Stop Bar & 2 Crosswalk)1 $6,088.56 $6,088.56 $4,485.00 $4,485.00 $3,000.00 $3,000.00 $3,900.00 $3,900.00 $4,380.00 $4,380.00 $4,500.00 $4,500.00 $3,100.00 $3,100.00 SUB-TOTAL $169,834.53 $155,341.20 $137,552.00 $208,956.52 $175,549.80 $168,172.00 $177,197.20 PRIMA VISTA SUBDIVISION - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $13,980.37 $13,980.37 $5,500.00 $5,500.00 $7,500.00 $7,500.00 $12,569.64 $12,569.64 $8,690.00 $8,690.00 $15,035.00 $15,035.00 $4,500.00 $4,500.00 1.25" Milling (Max.)23,830 $2.20 $52,426.00 $2.70 $64,341.00 $3.00 $71,490.00 $2.83 $67,438.90 $2.65 $63,149.50 $2.20 $52,426.00 $2.80 $66,724.00 1.25” Resurface Type SP-9.5 Asphalt Paving 23,830 $11.84 $282,147.20 $10.60 $252,598.00 $8.50 $202,555.00 $13.36 $318,368.80 $11.55 $275,236.50 $12.90 $307,407.00 $12.60 $300,258.00 Temporary Striping and Thermoplastic Final Striping (10 stop bars & Crosswalk) 1 $7,025.26 $7,025.26 $5,175.00 $5,175.00 $5,000.00 $5,000.00 $4,500.00 $4,500.00 $5,060.00 $5,060.00 $5,195.00 $5,195.00 $2,500.00 $2,500.00 SUB-TOTAL $355,578.83 $327,614.00 $286,545.00 $402,877.34 $352,136.00 $380,063.00 $373,982.00 LAKESHORE GARDENS SUBDIVISION - D2 MILL AND RESURFACING Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) 1 $14,498.15 $14,498.15 $10,000.00 $10,000.00 $7,500.00 $7,500.00 $12,569.64 $12,569.64 $8,690.00 $8,690.00 $13,925.00 $13,925.00 $5,000.00 $5,000.00 1.25” Milling (Max.) 25,463 $1.78 $45,324.14 $2.70 $68,750.10 $3.00 $76,389.00 $2.65 $67,476.95 $2.45 $62,384.35 $2.10 $53,472.30 $2.40 $61,111.20 1.25” Resurface Type SP-9.5 Asphalt Paving 25,463 $11.75 $299,190.25 $10.65 $271,180.95 $8.50 $216,435.50 $13.28 $338,148.64 $11.60 $295,370.80 $12.60 $320,833.80 $12.35 $314,468.05 Temporary Striping and Thermoplastic Final Striping (10 Stop Bars & 2 Crosswalks) 1 $7,805.84 $7,805.84 $5,750.00 $5,750.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,620.00 $5,620.00 $5,770.00 $5,770.00 $1,913.70 $1,913.70 SUB-TOTAL $366,818.38 $355,681.05 $305,324.50 $423,195.23 $372,065.15 $394,001.10 $382,492.95 TOTAL BASE BID WITHOUT ANY ADD ALTERNATE $2,400,891.09 $2,314,932.85 $2,122,295.25 $2,868,187.77 $2,479,110.15 $2,517,334.15 $2,419,001.00 *License check, submitted forms & references verified only on lowest three firms. *Bidders listed in alphabetical order *Yellow highlighted amounts represent discrepancies on the Bid Form *Missing forms are considered a minor irregularity. 4632715 2 Page 94 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 21 25. 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 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. 26. 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. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 27. 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 ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Better Paving, Inc./684 Shepard Rd, Orlando, FL 32833/59-2717249/Greg Sherlock/407-468-9777 People Ready Florida, Inc./4200 S Orange Blossom Trail, Orlando, FL 32839/22-3606731/Brenda Hoerzing/407-648-4833 Sweep-It, LLC./5300 Vista Club Run, Sanford, FL 32824/46-4551874/Lupe Aranda/407-915-5123 American Pride Construction Services, Inc./8601 5th St, Orlando, FL 32836/02-0605255/Faisal Waseem/321-329-3744 Fausnight Stripe and Line, Inc./910 Charles St, Longwood, FL 32750/59-2556096/Phil Fausnight/407-261-5446 Attached is a complete list of Middlesex Paving, LLC. owned equipment to support milling and asphalt paving work. See Attached Page 95 of 812 Page 96 of 812 Page 97 of 812 10801 Cosmonaut Blvd., Orlando, FL 32824  Tel: 407-206-0077  Fax: 407-206-3559 COMMITTED TO SAFETY AND QUALITY MPLLC OWNED EQUIPMENT 504044 2013 MACK GU813 TRIAXLE DUMP 504045 2013 MACK GU813 TRIAXLE DUMP 504046 2013 MACK GU813 TRIAXLE DUMP 504048 2016 MACK GU813 TRI-AXLE 504049 2016 MACK GU813 TRI-AXLE 504050 2016 MACK GU813 TRI-AXLE 504051 2016 MACK GU813 TRI-AXLE 504052 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504053 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504054 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504055 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504056 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504057 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504058 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504059 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504060 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504061 2017 MACK GU813 TRI-AXLE DUMP TRUCK 504062 2019 Mack GR64B Dump Truck 504063 2019 Mack GR64B Dump Truck 504065 2019 Mack GR64B Dump Truck 504066 2019 Mack GR64B dump truck 504067 2019 Mack GR64B dump truck 504068 2019 Mack GR64B dump truck 504069 2019 Mack GR64B dump truck 504070 2019 Mack GR64B live bottom truck 504071 2019 Mack GR64B live bottom truck 504072 2019 Mack GR64B live bottom truck 504073 2019 Mack GR64B live bottom truck 504074 2022 Mack GR84B Dump Truck 504075 2022 Mack GR84B Dump Truck 504076 2022 MACK GR84B Dump Truck 504077 2022 MACK GR84B Dump Truck 504078 2022 MACK GR84B Dump Truck 504079 2022 MACK GR84B Dump Truck 504080 2022 MACK GR84B Dump Truck 504081 2022 MACK GR84B Dump Truck 504082 2022 MACK GR84B Dump Truck 504083 2022 MACK GR84B Dump Truck 503533 2015 LEEBOY ROSCO MAXIMIZER II 503534 2017 LEEBOY MAXIMIZER III DISTRIBUTOR TRUCK 503535 2017 Freightliner Tack Distributor Truck MAX III 503536 2018 TACK TRUCK 503538 2020 ROSCO MAXIMIZER DISTRIBUTOR TRUCK Page 98 of 812 10801 Cosmonaut Blvd., Orlando, FL 32824  Tel: 407-206-0077  Fax: 407-206-3559 COMMITTED TO SAFETY AND QUALITY T529 2005 EAGER BEAVER 50GS TRAILER T532 2009 INTERSTATE 12BST TRAILER T537 2016 TOWMASTER T-12DT TRAILER T538 2016 TOWMASTER T-12DT TRAILER T547 2017 EAGER BEAVER LOW BED TRAILER T548 2017 EAGER BEAVER LOW BED TRAILER 505110 2015 MACK TRACTOR CHN613 505111 2017 MACK CHU613 TRACTOR 505112 2018 Mack CHU613 Low Bed Tractor 505113 2019 Mack Pinnacle 64T Tractor 504028 2005 MACK CV713 WATER TRUCK 504040 2007 MACK CTP713B WATER TRUCK AGR207 2018 Roadtec RX700 Milling Machine AGR208 2022 WIRTGEN MILLING MACHINE P538 2016 8" ROADTEC RP-175E RUBBER TIRE PAVER P535 2015 ROADTEC RP-190 10' RUBBER TIRE PAVER P536 2016 ROADTECT RP190 10' RUBBER TIRE PAVER P537 2016 ROADTECT RP190 10' RUBBER TIRE PAVER P539 2018 ROADTEC RP195 TRACK PAVER P540 2019 RP-190E Tire Paver 225HP QSB6.7 T4F P541 Roadtec RP190 10 Rubber Tire Asphalt Paver P542 2022 ROADTEC R190 TIRE ASPHALT PAVER MTV502 2017 ROADTEC SB1500 SHUTTLE BUGGY MTV503 Roadtec SB-1500 Material Transfer Machine MTV504 2021 WEILER MATERIAL TRANSFER VEHICLE RS546 2014 WEILER C307 SPLIT DRUM ROLLER RS547 2016 WEILER C307 SPLIT DRUM COMPACTOR RS548 2018 Weiler C307 Steel Wheel Roller RS549 2019 WEILER C310A SPLIT DRUM ROLLER RT538 2007 ROSCO 915 COMPACTOR RT539 2013 BLAW-KNOX PTC15 RUBBER TIRE ROLLER RT540 2013 BLAW KNOX PTC15 RUBBER TIRE COMPACTOR RT541 2016 BLAW KNOX PTC15 RT542 2016 BLAW-KNOX PTC15 RUBBER TIRE ROLLER RT537 2007 BOMAG BW24RH COMPACTOR SW538 2015 ROSCO CHALLENGER VI BROOM SW541 2015 CHALLENGER VI BROOM SW542 2015 CHALLENGER VI BROOM SW544 2016 Blaw Knox FB90 SW545 2016 Blaw Knox FB90 502507 2017 FORD F-750 502508 2017 FORD F-750 502509 2017 FORD F-750 502510 2019 FORD F750 BOX TOOL TRUCK Page 99 of 812 10801 Cosmonaut Blvd., Orlando, FL 32824  Tel: 407-206-0077  Fax: 407-206-3559 COMMITTED TO SAFETY AND QUALITY 502511 2019 FORD F750 BOX TOOL TRUCK RSV201 CAT CB24B 2 TON ROLLER RSV202 2022 CAT CB2.7 Roller RPO RSV556 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV557 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV558 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV559 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV560 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV561 2017 CAT CB64B VIBRATORY ASPHALT COMPACTOR RSV562 2018 Cat CB64B Paving Vibe Roller RSV563 2018 Cat CB64B Paving Vibe Roller RSV564 2018 Cat CB64B Paving Vibe Roller RSV565 2018 Cat CB64B Paving Vibe Roller RSV566 CAT CB13 ROLLER RSV567 2019 CAT CB13 ROLLER SKS528 2019 CAT 262D SKID STEER SKS529 CAT 262D SKID STEER SKS530 2020 CAT 262D SKID STEER SKS531 2020 CAT 262D SKID STEER SKS533 2022 CAT 262C SKID STEER SP501 2017 Roadtec SP100e Stealth Paver SW546 2018 BROOM BEAR TRUCK SWEEPER SW549 2020 ELGIN BROOM BEAR SWEEPER SW550 2022 Elgin Broom Bear Sweeper T534 2015 EAGER BEAVER 50GSL/PT T535 2016 TOWMASTER 16' SKIDSTEER TRAILER T536 2016 TOWMASTER 16' SKIDSTEER TRAILER T550 2016 TOWMASTER T-12DT 16' SKIDSTEER TRAILER T553 2019 TRAILBOSS KS48DTA PAVING RAMP TRAILER T556 2022 TOWMASTER 7-12DT 16'SKIDSTEER TRAILER T557 2023 EAGER BEAVER 60GSK-PT-BR LOWBOY 201386 2016 FORD F150 XL SUPERCAB 4X4 201399 2017 Ford F150 XLT Pickup 201400 2017 Ford F150 XL Pickup 503306 2011 International 4300SBA Durstar 2000 Gallon Water Truck 503307 2011 International 4300SBA Durastar 2000 Gallon Water Truck 504019 1999 MACK RD688S WATER TRUCK SERLT Lightower 5LHT16 2017 ALLMAND NLPRO VII LIGHT TOWER 5LHT17 2017 ALLMAND NLPRO VII LIGHT TOWER 5LHT18 2017 ALLMAND NLPRO VII LIGHT TOWER 5LHT19 2017 ALLMAND NLPRO VII LIGHT TOWER 5LHT20 2017 ALLMAND NLPRO VII LIGHT TOWER Page 100 of 812 10801 Cosmonaut Blvd., Orlando, FL 32824  Tel: 407-206-0077  Fax: 407-206-3559 COMMITTED TO SAFETY AND QUALITY 5LHT21 2017 ALLMAND NLPRO VII LIGHT TOWER 5LHT22 2018 ALLMAND NL-V LIGHT TOWER 5LHT23 2018 ALLMAND NL-V LIGHT TOWER 5LHT24 2018 ALLMAND NL-V LIGHT TOWER 5LHT25 2019 ALLMAND NL-V LIGHT TOWER 5LHT26 2019 ALLMAND NL-V LIGHT TOWER 5LHT27 2019 ALLMAND NL-V LIGHT TOWER 5LHT28 2019 ALLMAND NL-V LIGHT TOWER 5LHT29 2022 Allmand Night Lite Pro II 5LHT30 2022 Allmand Night Lite Pro II 5LHT31 2022 Allmand Night Lite Pro II 5LHT32 2022 Allmand Night Lite Pro II 5LHT33 2023 ALLMAND NIGHT LIFE PRO II Page 101 of 812 10801 Cosmonaut Blvd, Orlando, FL 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY REFERENCES and PAST PROJECTS City of Orlando Mr. Howard Elkin Division Manager, Streets and Stormwater Division 1010 Woods Avenue Orlando, FL 32805 Howard.elkin@cityoforlando.net Phone: 407-327-5989 Fax: 407 327-6695  IFB 21-0028 Resurfacing of City Streets is annual term contract for asphalt milling and paving for the City of Orlando on an “as needed” basis. The original Contract amount was $5,085,010 for the initial 1-year term. This an active Contract that has been extended each year since commencement in 2021 with a to-date placement of over 160k tons of asphalt ($27M billed to-date) with current contract expiration on April 13, 2026. This project includes Milling, Paving, and MOT performed on various streets within the City of Orlando.  IFB 15-0251 Resurfacing of City Streets was annual term contract for asphalt milling and paving for the City of Orlando on an “as needed” basis. This Contract was originally awarded in 2015 in the amount of $4,885,556 and was extended for the full 5-year (plus) allowance and included the placement of over 140k tons of asphalt for a final amount contract value of $22.8M. This Contract (with full extension allowances) expired April 30, 2021. This project included Milling, Paving, and MOT performed on various streets within the City of Orlando Osceola County Mr. Matthew Perry 1 Courthouse Square Kissimmee, FL 34741 Matthew.perry@osceola.org (407) 742-7515  Contract AR-21-125-16-HL for Asphalt Resurfacing is a 3-year term contract with options for two additional 1-year terms. The original 3-year Contract was $39,684,194 with scope of work including Milling, Asphalt Paving, Striping, and MOT performed on various streets throughout Osceola County (as needed). o Initial 3-year term commenced October 21, 2021, and was completed Oct. 20, 2024 with the placement of 155,000 tons of asphalt for $30M Contract value. Extended “Year 4” added another 60,000 tons and another $13M…for total Years 1-4 of 215,000 tons of asphalt placed for contract value of $43M to-date. o Contract was extended to Year 5 and is currently active and on track for completion/expiration on October 20, 2026. Page 102 of 812 10801 Cosmonaut Blvd, Orlando, FL 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY City of Winter Springs Peter Crespi Assistant Director of Public Works and Utilities 1126 East State Road 434 Winter Springs, FL 34708 pcrespi@winterspringsfl.org Phone: (407) 327-7591  FY 2025 Asphalt Resurfacing Various City Streets (PO 2025-00000900) was contracted February 13, 2025, for $940,906 which included the placement of 4,650 tons of asphalt for Final Contract value of $964k. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in March 2025, within the allowed contract time.  FY 2024 Asphalt Resurfacing program (PO 2024-00001015) was contracted March 1, 2024 for $1077,760 which included the placement of 4,650 tons of asphalt for Final Contract value of $1.1M. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in April, 2024, ahead of the May 3, 2024 completion.  FY 2023 Asphalt Resurfacing Various City Streets (PO 2023-00000837) was contracted March 13, 2023, for $1,754,720 which included the placement of 8,400 tons of asphalt for a Final Contract value of $1.6M. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in June 2023, within the allowed contract time.  FY 2022 Asphalt Resurfacing program (PO 2022-00000001) was contracted October 6, 2021 for $858,316 which included the placement of 6,000 tons of asphalt for Final Contract value of $855k. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in October 2022, within the allowed contract time.  FY 2021 Asphalt Resurfacing Various City Streets (PO 2021-00001342) was contracted September 22, 2021 for $1,036,573 which included the placement of 7,200 tons of asphalt for Final Contract value of $1,029,717. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in September 2021, within the allowed contract time.  FY 2020 Asphalt Street Resurfacing (PO 2020-00000746) was contracted March 25, 2020, for $1,319,205 which included the placement of 10,100 tons of asphalt for Final Contract value of $1,353,640. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in May 2020, within the allowed contract time. Page 103 of 812 10801 Cosmonaut Blvd, Orlando, FL 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY City of Winter Garden Jim Monahan, P.E. City Engineer 300 Plant Street Winter Garden, FL 34787 Jmonahan1@cwgdn.com Phone: (407) 656-4111 (ext 5463)  FY 2025 Asphalt Resurfacing PO 25-109 was issued April 23, 2025, for $997,537 that included the placement of 2,600 tons of asphalt for Final Contract value of $950k. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in May 2025, within the allowed contract time.  FY 2024 Asphalt Resurfacing PO 24-41 was issued December 18, 2023, for $1,679,726 that included the placement of 5,600 tons of asphalt for Contract Final value of $1,633,551. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in April 2024, within the allowed contract time.  FY 2023 Asphalt Resurfacing PO 23-79 was issued March 2, 2023, for $1,962,226 that included the placement of 6,100 tons of asphalt for final Contract value of $1.7M. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in April, 2023, within the allowed contract time.  FY 2022 Asphalt Resurfacing PO 22-60 was issued December 17, 2021, for $1,972,186 that included the placement of 11,000 tons of asphalt for final Contract value of $1,924,141. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. This project was completed in March, 2022, within the allowed contract time.  FY 2021 Asphalt Resurfacing program included the placement of 13,300 tons of asphalt for Contract value over $2.1M. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed.  FY 2020 Asphalt Resurfacing program included the placement of 12,900 tons of asphalt for Contract value of $1.9M. This project included Milling, Paving, Striping, and MOT performed on various streets, as directed. City of Oviedo Ms. Alexis Stewart, P.E. City Engineer 400 Alexandria Blvd. Oviedo, FL 32765 astewart@cityofoviedo.net Phone: (407) 971-5651  FY 2024-2025 Asphalt Resurfacing of Various City Streets (Bid No. 25-17) was contracted April 23, 2025 for $2,421,047 which included the placement of 17,000 tons of Page 104 of 812 10801 Cosmonaut Blvd, Orlando, FL 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY asphalt for Final Contract value (with change orders) over $3.2M. This project included Milling, Paving, Striping, and MOT performed on various streets. The paving was completed December, 2025, but project still open pending final striping and acceptance.  FY 2021-2022 Asphalt Resurfacing of Various City Streets (Bid No. 22-0237) was contracted May 15, 2023, for $963,719 which included the placement of 6,100 tons of asphalt for Final Contract value (with change orders) over $1.3M. This project included Milling, Paving, Striping, and MOT performed on various streets, as completed in September 2023, within the allowed contract time and approved extensions.  FY 2020-2021 Asphalt Resurfacing of Various City Streets (Bid 21-02) was contracted January 4, 2021, for $1,974,438 which included the placement of 15,800 tons of asphalt for Contract value over $2M. This project included Milling, Paving, Striping, and MOT performed on various streets, as completed in July 2021, within the allowed contract time. Orange County Mr. Gildo Hermenegildo Pegado Assistant Project Manager Orange County Public Works, Roads & Drainage Division 4200 South John Young Parkway Orlando, FL 32839 Hermenegildo.pegadocustodiorodri@ocfl.net Phone: 407-836-7817(office)  Contract Y22-1054 is an active annual Term Contract that started in 2023, with mutually agreed extensions to-date has included the placement of over 100k tons of asphalt for current Contract value over $23M…and still going. The original 1-year Term Contract was for $19,172,855, for Milling, Asphalt Paving, Striping, and MOT performed on various streets, as needed and directed through work order. This project is still active.  Contract Y20-1031 was an annual Term Contract for Asphalt Milling and Resurfacing with Friction Course from August 2020 through June 2023, with an initial 1-year term contracted July 19, 2020 for $8,017,500. This contract was fully extended for the allowed additional 2 years as “mutually agreed” that included the placement of over 43k tons of asphalt for final Contract value of $7.3M. This project included Milling, Asphalt Paving, Striping, and MOT performed on various streets, as needed and directed through work order. This project was completed within contract expiration on July 6, 2023.  Contract Y19-1128 was annual Term Contract for Asphalt Milling and Resurfacing with Friction Course contracted on October 17, 2019, for $6,150,975 for the initial 1-year term.. This contract was fully extended for the allowed additional 2 years as “mutually agreed” that included the placement of over 53k tons of asphalt for final Contract value of $8.4M. This project included Milling, Asphalt Paving, Striping, and MOT performed on various streets, as needed and directed through work order. This project was completed within the contract expiration on October 31, 2020. Page 105 of 812 10801 Cosmonaut Blvd, Orlando, FL 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY (FDOT) Florida’s Turnpike Enterprise Mr. Virgil Rook, P.E. Civil/Site Engineering, Inc. Virgil.rook@dot.state.fl.us vrook@csei-fl.com (407) 468-6240  FDOT E8T95 for Turnpike Mainline Resurface and Safety Improvements was contracted in 2022 for $21,849,073 to mill and resurface 4-lane section of Florida Turnpike from MP 198.5 to 207.0. This FDOT/Turnpike project E8T95 included Milling, Asphalt Paving, Base Repair, Guardrail replacement, Shoulder grading, Sodding, Misc. Asphalt, MOT, and Striping. Asphalt Paving included placement of over 65k tons of asphalt with project completed in October, 2024, within the allowed contract time. Page 106 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 37 EXHIBIT B BID FORM (Page 1 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 ITEM NO. Clarke (AD Mims - Ocoee Vista) - D4 UNIT QTY UNIT PRICE ITEM TOTAL 1.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 1.02 1.5” Milling (Max.) SY 9119 1.03 1.5” Resurface Type FC-9.5 Asphalt Paving SY 9119 1.04 Temporary Striping and Thermoplastic Final Striping LS 1 1.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: ITEM NO. Northern Durango Ave - D1 UNIT QTY UNIT PRICE ITEM TOTAL 2.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 2.02 1.25” Milling (Max.) SY 3884 2.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3884 2.04 Temporary Striping and Thermoplastic Final Striping (1 stop bar & crosswalk) LS 1 SUB- TOTAL: $ 10,000.00 $ 10,000.00 $4.25 $ 38,755.75 $ 18.00 $ 164,142.00 $ 20,000.00 $ 20,000.00 $ 3,000.00 $ 3,000.00 $ 235,897.75 $ 2,500.00 $ 2,500.00 $4.50 $ 17,478.00 $ 10.50 $ 40,782.00 $ 4,000.00 $ 4,000.00 $ 64,760.00 Page 107 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 38 BID FORM (Page 2 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. S Lakewood Ave (E Geneva - E Orlando) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 3.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 3.02 1.25” Milling (Max.) SY 3000 3.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3000 3.04 Speed Table Restoration per City Detail (Price to include cost to stamp and paint) EA 3 3.05 Temporary Striping and Thermoplastic Final Striping (1 stop bar) LS 1 SUB- TOTAL: ITEM NO. Blackwood (OWG - 50) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 4.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 4.02 1.5” Milling (Max.) SY 8350 4.03 1.5" Resurface Type FC-12.5 Asphalt Paving SY 8350 4.04 Temporary Striping and Thermoplastic Final Striping LS 1 4.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: Middlesex Paving, LLC. CGC1525524 $ 5,000.00 $ 5,000.00 $5.00 $ 15,000.00 $ 11.50 $ 34,500.00 $ 18,500.00 $ 55,500.00 $ 10,000.00 $ 10,000.00 $ 120,000.00 $ 10,000.00 $ 10,000.00 $4.25 $ 35,487.50 $ 18.00 $ 150,300.00 $ 20,000.00 $ 20,000.00 $ 8,000.00 $ 8,000.00 $ 223,787.50 Page 108 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 39 BID FORM (Page 3 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Economic Ct - D3 UNIT QTY UNIT PRICE ITEM TOTAL 5.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 5.02 1.25” Milling (Max.) SY 657 5.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 657 SUB- TOTAL: ITEM NO. Kensington Manor Subdivision - D4 UNIT QTY UNIT PRICE ITEM TOTAL 6.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 6.02 1.25” Milling (Max.) SY 22595 6.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 22595 6.04 Temporary Striping and Thermoplastic Final Striping (11 Stop bars and crosswalk) LS 1 SUB- TOTAL: Middlesex Paving, LLC.CGC1525524 $ 1,000.00 $ 1,000.00 $15.00 $ 9,855.00 $ 25.00 $ 16,425.00 $ 27,280.00 $ 7,500.00 $ 7,500.00 $3.00 $ 67,785.00 $8.50 $ 192,057.50 $ 8,000.00 $ 8,000.00 $ 275,342.50 Page 109 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 40 BID FORM (Page 4 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Shoal Creek Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 7.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 7.02 1.25” Milling (Max.) SY 12828 7.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 12828 7.04 Temporary Striping and Thermoplastic Final Striping (4 Stop Bar & crosswalk) LS 1 SUB- TOTAL: ITEM NO. Windermere Groves Subdivision - D3 UNIT QTY UNIT PRICE ITEM TOTAL 8.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 8.02 1.25" Milling (Max.) SY 23380 8.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23380 8.04 Temporary Striping and Thermoplastic Final Striping (9 Stop Bar) LS 1 SUB- TOTAL: Middlesex Paving, LLC.CGC1525524 $ 7,500.00 $ 7,500.00 $3.50 $ 44,898.00 $8.50 $ 109,038.00 $ 5,500.00 $ 5,500.00 $ 166,936.00 $ 7,500.00 $ 7,500.00 $3.00 $ 70,140.00 $8.50 $ 198,730.00 $ 2,500.00 $ 2,500.00 $ 278,870.00 Page 110 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 41 BID FORM (Page 5 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Harbour Highlands 2 Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 9.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 9.02 1.25" Milling (Max.) SY 10796 9.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 10796 9.04 Temporary Striping and Thermoplastic Final Striping (7 Stop Bar & 2 Crosswalk) LS 1 SUB- TOTAL: ITEM NO. Prima Vista Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 10.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 10.02 1.25" Milling (Max.) SY 23830 10.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23830 10.04 Temporary Striping and Thermoplastic Final Striping (10 stop bars & Crosswalk) SY 1 SUB- TOTAL: Middlesex Paving, LLC. CGC1525524 $ 5,000.00 $ 5,000.00 $3.50 $ 37,786.00 $8.50 $ 91,766.00 $ 3,000.00 $ 3,000.00 $ 137,552.00 $ 7,500.00 $ 7,500.00 $3.00 $ 71,490.00 $8.50 $ 202,555.00 $ 5,000.00 $ 5,000.00 $ 286,545.00 Page 111 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 42 BID FORM (Page 6 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Lakeshore Gardens Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 11.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 11.02 1.25" Milling (Max.) SY 25463 11.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 25463 11.04 Temporary Striping and Thermoplastic Final Striping (10 Stop Bars & 2 Crosswalks) SY 1 SUB- TOTAL: TOTAL BASE BID = $ ______________________ WRITTEN: ______________________________________________________________________________ Middlesex Paving, LLC. CGC1525524 $ 7,500.00 $ 7,500.00 $3.00 $ 76,389.00 $8.50 $ 216,435.50 $ 5,000.00 $ 5,000.00 $ 305,324.50 2,122,295.25 Two Million One Hundred Twenty-Two Thousand Two Hundred Ninety-Five Dollars and Twenty Five Cents Page 112 of 812 10801 Cosmonaut Blvd, Orlando, Florida 32824 ● Tel: 407.206.0077 ● Fax: 407.206.3558 COMMITTED TO SAFETY AND QUALITY Officers and Board Members of Middlesex Paving, LLC. Principal Office: 10801 Cosmonaut Blvd Orlando, FL 32824 Name Title Phone Number E-Mail Address Robert W. Pereira Chief Executive Officer & Managing Member 978-742-4400 N/A Robert W. Pereira II President and Chief Operating Officer & Managing Member 978-742-4400 rwpjr@middlesexco.com Peter J. Martinkus Senior Vice President Finance, CFO, Secretary & Manager 978-742-4400 pmartinkus@middlesexco.com Michael J. Iapaluccio Senior Vice President, Paving 407-632-4028 mikei@middlesexco.com Joe T. Meier Vice President, Estimating 407-515-3569 jmeier@middlesexco.com Attachment "A" Page 113 of 812 Page 114 of 812 Page 115 of 812 Page 116 of 812 Page 117 of 812 Page 118 of 812 Page 119 of 812 Page 120 of 812 Page 121 of 812 Page 122 of 812 Page 123 of 812 Middlesex Paving, LLC. Prequalification Certificates, Licenses and Affirmative Action Plan Page 124 of 812 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov May 05,2025 MIDDLESEX PAVING, LLC 10801 COSMONAUT BOULEVARD ORLANDO, FLORIDA 32824 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: FLEXIBLE PAVING, HOT PLANT-MIXED BITUM. COURSES, Driveways, Milling. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2026. In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant’s audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwp1.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. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the 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 the company has performed such work. 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, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Page 125 of 812 Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES PEREIRA, ROBERT WILLIAM II Do not alter this document in any form. MIDDLESEX PAVING, LLC LICENSE NUMBER: CGC1525524 EXPIRATION DATE: AUGUST 31, 2026 This is your license. It is unlawful for anyone other than the licensee to use this document. 10801 COSMONAUT BLVD ORLANDO FL 32824 Always verify licenses online at MyFloridaLicense.com ISSUED: 06/04/2024 Page 126 of 812 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 6/27/2025 Alliant Insurance Services,Inc. 125 High Street,Suite 2205 Boston MA 02110 Heather Roe 561-214-6368 TMCCerts@alliant.com Travelers Indemnity Company 25658 MIDSEXC-01 Travelers Property Casualty Co 25674MiddlesexPavingLLC 10801 Cosmonaut Boulevard Orlando,FL 32824 Charter Oak Fire Insurance Com 25615 1383286686 A X 2,000,000 X 300,000 X Contractual Liab 10,000 X XCU Included 2,000,000 4,000,000 X X Y Y VTC2K-CO-5810B418-IND-25 7/1/2025 7/1/2026 4,000,000 A 1,000,000 X X X Y Y VTC2K-CAP-5810B42A-IND-25 7/1/2025 7/1/2026 B X 5,000,000 X Y VTFSJEX-5810B431-TIL-25 7/1/2025Y 7/1/2026 5,000,000 see attached C X N Y UB-2Y119295-25-25-K 7/1/2025 7/1/2026 1,000,000 1,000,000 1,000,000 Evidence of Insurance Purposes Only Middlesex Paving,LLC 10801 Cosmonaut Blvd. Orlando FL 32824 Page 127 of 812 Page 128 of 812 4/1/2022 RE: DBE 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, Stefan Kulakowski State Contract Compliance Administrator Equal Opportunity Office AFFIRMATIVE ACTION PLAN EXPIRATION: 4/1/2025 This plan is one of the requirements to bid on contracts for the Florida Department of Transportation. This is not approval for Unified Certification Program Disadvantaged Business Enterprise (UCP/DBE) Certification. For additional information in becoming a DBE, contact the Certification Section at (850)414-4747. Florida Department of Transportation RON DESANTIS GOVERNOR KEVIN J. THIBAULT, P.E. SECRETARY 605 Suwanee Street Tallahassee, FL 32399-0450 Page 129 of 812 Page 130 of 812 Page 131 of 812 1 THE MIDDLESEX CORPORATION DRUG-FREE WORKPLACE POLICY SUMMARY February 2022 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. Page 132 of 812 2 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 to 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 1, 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 not 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 Page 133 of 812 3 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. Page 134 of 812 4 PURPOSE 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, the Company has a Drug-free Workplace Policy and Program that provides the Company with reasonable measures to ensure that team member drug or alcohol use does not jeopardize the successful operation of our business, or otherwise negatively affect the Company, our team member s, or the public. While it is not the Company’s intention to intrude into the private lives of its team members, the Company 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 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 the Company. Team members who are covered under the Department of Transportation (DOT) regulations must comply with the DOT regulated rules, as well as the Company policy and may contact a member of the Health, Safety & Environment Department (“HSE”) staff for a copy of the DOT Rules. WHEN THE POLICY APPLIES The Drug-Free Workplace Policy applies to any employee while he/she is on or using company property and/or conducting company business, including while traveling overnight on the Company business AVAILABILITY OF TREATMENT All eligible part-time, full-time, and temporary team members and their family members have access to the Employee 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. Page 135 of 812 5 SUPPORT FOR VOLUNTARILY SEEKING HELP To assist team members in obtaining treatment, the Company 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 to the extent possible. 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 up to and including termination. 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. INTERVENTION Since substance abuse often involves denial of the problem, many abusers do not voluntarily seek treatment. In such cases, the Company 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 concerns or 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. The information provided to him/her is confidential to the extent possible. PROHIBITED CONDUCT The Company has defined team member conduct that is prohibited on company property, on company business, and in company-supplied vehicles or personal 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, manufacturing, distribution, attempted distribution, dispensation, attempted dispensation, sale, attempted sale, purchasing, attempted purchasing, cultivation, or storage (including in a desk, locker, automobile, or other repository) of a controlled substance, illegally used drug, or drug paraphernalia Page 136 of 812 6 In accordance with Federal law, the Company prohibits any team member from being under the influence of marijuana while on company property or engaging in company business regardless of whether the team member has a medical marijuana card or recommendation for medical marijuana use. The Company does not allow any team member to use, possess, cultivate, manufacture, distribute, dispense, sell, or store marijuana while on company property or engaging in company business under any circumstance. In addition, in accordance with Connecticut, Maine, New York, and Rhode Island specific state medical marijuana laws: The Company does not have to make any accommodation of the use of medical marijuana or CBD on company property or premises or while conducting company business; The Company will not refuse to hire or otherwise penalize an individual solely for that person’s status as a certified medical marijuana patient. The Company, for purposes of safety, will not place an applicant or a team member having a certified medical marijuana card and actively using marijuana into a safety-sensitive position, as defined in the Appendix of this policy. Team members in safety-sensitive positions must report to his/her manager his/her status as a certified, registered medical marijuana user. See the Glossary for a list of safety-sensitive positions. See the reporting procedures for a prescription drug in this section of the Policy. In addition, in accordance with Federal law, the Company 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. • Unauthorized use, possession, or being “under the influence” of alcohol (defined as a breath alcohol concentration of .01 or higher, unless otherwise specified in the Permitted Conduct section of this policy summary); In addition, the Company prohibits team members who leave company property during 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. Page 137 of 812 7 • Failing to immediately notify the Director of Human Resources or 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. • 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. • Failure by a team member to immediately notify his/her immediate manager, and in turn, an HSE Director or the Human Resources Director of any accident. • 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. Team member s 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-sensitive 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 perform his/her safety-sensitive job function for the term of the prescription, including any specified restrictions. The need to report includes those team members in safety-sensitive positions in Connecticut, Maine, New York and Rhode Island having a certified medical marijuana card and actively using marijuana. See the attached list of safety-sensitive positions. 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 reported. The team member’s supervisor and an HSE Director or the Director of Human Resources will determine whether the team member’s job assignment should be temporarily changed while the prescription is being administered. Sick leave, short-term disability, and/or 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 specimen or conduct that clearly obstructs the testing process. • Refusing to sign the Drug-Free Workplace Policy Acknowledgment and Consent Form or the Rehabilitation Agreement when required is a violation of the policy; • 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 he/she may be under the influence of drugs and/or alcohol, as defined above. The manager contacted by the team member will determine if the team member shall report to work. Page 138 of 812 8 • Having any drug or alcohol statute conviction or arrest or engaging in the following conduct, either off company premises or during off-duty hours: − 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 performance, 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 The Company never encourages the consumption of alcohol. However, the Company permits the consumption, possession and storage of alcohol under the following exceptions. Nevertheless, these exceptions: • Do not permit any team member to be under the influence of alcohol, which is a BrAC of .04 or higher; • 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 consuming 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 several 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 non-mandatory company-sponsored function if consumption is authorized in advance by a member of the Executive Leadership Team (“ELT”) of the Company. Page 139 of 812 9 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 the Company. • 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. • Consumption of alcohol is permitted while residing at a project site. However, consumption is not permitted during the normal working hours of 7:00 a.m. to 5:00 p.m. or until the official workday has concluded. NOTE: While traveling overnight on the Company 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 from the travel, including after business sessions have concluded. 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 the Company. 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 the Company. Storage of unsealed containers of alcohol will be seen as a violation of the policy . • The Company 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 the Company. 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. Page 140 of 812 10 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 not permitted to be transported in a home delivery truck, unless authorized in advance by a member of the ELT of the Company. 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, the Company tests for drugs and/or alcohol in the following circumstances: • During the pre-employment period; • Where there is reasonable suspicion of prohibited drug or alcohol use; • After an accident; • On a return after lay-off of 30 days or more; • When required by a client or the government; and • As a follow-up to treatment or assessment. the Company has adopted procedures that respect team members’ privacy and confidentiality to the greatest extent possible. For example, before the Company 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, the Company has chosen a testing laboratory, which uses the most accurate and advanced testing methods available. Finally, before a positive test result is reported to the Company, 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 test and the MRO has verified the explanation, the test will be reported as negative to the company. 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 the Company, 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. Page 141 of 812 11 Per Connecticut and New York specific statutory law, in the case of a positive pre- employment marijuana drug test result, the applicant will need to have a certified medical marijuana card and, if he/she does, for purposes of safety, the applicant will not be placed in a safety-sensitive position. • 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 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 the Company refers to assessment or treatment will be required to sign a rehabilitation agreement. team members must comply with all 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 The company 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. RIGHT TO A RETEST A 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. Page 142 of 812 12 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 the Company’s NIDA Certified Laboratory or another NIDA Certified Laboratory. A 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. INSPECTIONS Should the Company 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, the Company 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 the Company 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 purpose of identifying 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 function. The need to report includes those team members in safety-sensitive positions in Connecticut, Maine, New York, and Rhode Island having a certified medical marijuana card and actively using marijuana. • are subject random drug testing; and • due to state law restricts, may find certain forms of testing limited to safety- sensitive positions. CONFIDENTIALITY All information concerning drug or alcohol testing referrals and testing results, or treatment and rehabilitation of a team member will be kept confidential. Page 143 of 812 13 RESERVATION OF RIGHTS The Company reserves the right to right to amend, correct, edit, modify, rescind and/or revise the policy in whole or in part, with or without notice. In addition, changes to applicable federal or state laws or regulations may require the Company to modify or supplement the policy. This policy does not create a binding employment contract. Severability: Unenforceability or invalidity of one or more clauses in this Policy shall not have an effect on any other clause in this Policy. If it is possible, any unenforceable or invalid clause in this Policy shall be modified to show the original intention of the parties. Page 144 of 812 14 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. I also understand that failure to comply with this policy is the basis for discipline, up to and including termination. I understand the Drug-Free Workplace Policy of The Middlesex Corporation establishes conditions under which I 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 Member’s Name (Printed) Page 145 of 812 15 ________________________ __________________________________________________________ Date Parent or Guardian’s Signature (Required for Minor Team Members) Note: A determination of the definition of a minor is to be ascertained on a state -by-state basis. Page 146 of 812 Page 147 of 812 Page 148 of 812 Page 149 of 812 Page 150 of 812 Page 151 of 812 Page 152 of 812 Page 153 of 812 Page 154 of 812 Page 155 of 812 Page 156 of 812 Page 157 of 812 Page 158 of 812 Page 159 of 812 Page 160 of 812 Page 161 of 812 Page 162 of 812 Page 163 of 812 Page 164 of 812 Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES SPADA, ROBERT G Do not alter this document in any form. ALL COUNTY PAVING LICENSE NUMBER: CGC1534510 EXPIRATION DATE: AUGUST 31, 2026 This is your license. It is unlawful for anyone other than the licensee to use this document. 1180 SOUTHWEST 10TH STREET DELRAY BEACH FL 33444 Always verify licenses online at MyFloridaLicense.com ISSUED: 06/26/2024 Page 165 of 812 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 3/19/2026 (800) 845-8437 35181 M & M Asphalt Corp. Maintenance, Inc dba All County Paving 1180 SW 10th Street Delray Beach, FL 33444 20281 33138 22837 25445 A 1,000,000 X X 5432668701 4/30/2025 4/30/2026 300,000 15,000 1,000,000 2,000,000 2,000,000 1,000,000B X X 54326686 4/30/2025 4/30/2026 PIP 10,000 5,000,000C LHA606422 4/30/2025 4/30/2026 5,000,000 B X (26)54326879 4/30/2025 4/30/2026 1,000,000 N 1,000,000 1,000,000 D Leased/Rent MXI9307982455685 4/30/2025 $5k Deductible 500,000 E Pollution ICELLUW00164872 8/5/2025 8/5/2026 Each Occurrence 1,000,000 City of Ocoee is included as additional insured with respect to general liability and auto liability on a primary and non-contributory basis when required by written contract. Waiver of subrogation applies in favor of the additional insured with respect to general liability, auto liability and workers comp when required by written contract. Contractual liability included. 30 day notice of cancellation except 10 days for non-payment of premium subject to policy terms and conditions. City of Ocoee 1 North Bluford Avenue Ocoee, FL 34761 M&MASPH-01 SSIMEON Acrisure South Insurance Services, LLC 1317 Citizens Blvd Leesburg, FL 34748 Sandy Simeon Executive Risk Indemnity Inc. Federal Insurance Company Landmark American Insurance Company AGCS Marine Insurance Company Ironshore Specialty Insurance Company X 4/30/2026 X X X X X X X X Page 166 of 812 FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. Acrisure South Insurance Services, LLC M&MASPH-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 M & M Asphalt Corp. Maintenance, Inc dba All County Paving 1180 SW 10th Street Delray Beach, FL 33444 Palm Beach SEE PAGE 1 SSIMEON 1 Pollution Pollution Policy Effective 8/5/25 to 8/5/26 POLICY NUMBER: ICELLUW00164872 Limit of Insurance: Each Occurrence Limit – Coverage A: Contractors Pollution Liability $1,000,000 Deductible $10,000 Each Occurrence Limit – Coverage B: Pollution Liability During Transportation $1,000,000 Deductible $10,000 Each Occurrence Limit – Coverage C: Non-Owned Site Pollution Liability $1,000,000 Deductible $10,000 Each Occurrence Limit – Coverage D: Time-Element Pollution Liability $1,000,000 Deductible $10,000 Policy Aggregate Limit $2,000,000 Page 167 of 812 Page 168 of 812 Page 169 of 812 Page 170 of 812 1 Construction Safety Policy Page 171 of 812 2 1910, 1926 Construction Safety Policy Table of Contents I. Objective II. Policy III. Applicability IV. Implementation V. Administration VI. Reporting Injuries VII. Notifications VIII. Basic Safety Rules IX. Enforcement of Safety Policy X. Attachments A. Job Safety Checklist B. Safety Equipment Checklist C. Safety Meeting Report D. Employee Acknowledgment Page 172 of 812 3 All County Paving Safety Policy I.OBJECTIVE The Safety Policy of All County Paving is designed to comply with the Standards of the Occupational Safety and Health Administration, and to endeavor to maintain a safe and injury/illness free workplace. A copy of the OSHA Safety and Health Standards 1926 and 1910 are available for all employees use and reference. These Standards shall be available in the home office at all times and will be sent to the jobsite on request. Compliance with the following Safety Policy and all items contained therein is mandatory for all employees of the company. II.POLICY It is company policy that accident prevention be a prime concern of all employees. This includes the safety and well-being of our employees, subcontractors, and customers, as well as the prevention of wasteful, inefficient operations, and damage to property and equipment. III.APPLICABILITY This Safety Policy applies to all employees of All County Paving, regardless of position within the company. The Safety Rules contained herein apply to all subcontractors and anyone who is on a company project site. Every employee is expected to comply with the Safety Policy, as well as OSHA Health and Safety Standards. IV.IMPLEMENTATION This Safety Policy supports six fundamental means of maximum employee involvement: A. Management commitment to safety. B. Weekly tool box safety meetings at all jobsites. C. Effective job safety training for all categories of employees. D. Job hazard analysis provided to all employees. E. Various incentive awards for exemplary safety performance. Page 173 of 812 4 V.ADMINISTRATION The Safety Policy will be carried out according to guidelines established and published in this and other related procedures. Each supervisor will be responsible for meeting all of the requirements of the Safety Policy, and for maintaining an effective accident prevention effort within his or her area of responsibility. Each supervisor must also ensure that all accidents are thoroughly investigated and reported to the appropriate person on the same day of the occurrence. VI.REPORTING OF INJURIES All employees will be held accountable for filling out a “Notice of Injury Form" immediately after an injury occurs, even if medical treatment is not required. (Notice must be made at or near the time of the injury and on the same day of the injury.) Employees must report the injury to their supervisor/leadman/foreman/superintendent/project manager, etc. A casual mentioning of the injury will not be sufficient. Employees must let their supervisor know: A. How they think they hurt themselves. B. What they were doing at the time. C. Who they were working with at the time. D. When and where it happened. E. Other pertinent information that will aid in the investigation of the incident. Failure to report an injury immediately (meaning at or near the time of the injury and on the same day of the injury) is a violation of the Safety Policy, and may result in immediate termination, in accordance with company policy. VII.NOTIFICATIONS A. In Case of Serious Injury or Death After the injured has been taken to the hospital, the leadman/foreman/supervisor shall notify the main office as soon as possible. Statements from witnesses shall be taken. Statements are to be signed by witnesses and should include the time and date. Photographs of the area where the incident occurred and any other relevant items are to be taken. The completed accident report form will be sent to the main office. B. In Case of Inspection by OSHA Inspector The leadman/foreman/supervisor must notify their supervisor that an OSHA Inspector is on the jobsite. It is the responsibility of all employees to make the inspector’s visit on the jobsite as pleasant and timely as possible. Page 174 of 812 5 VIII.BASIC SAFETY RULES A. Compliance with applicable federal, state, county, city, client, and company safety rules and regulations is a condition of employment. B. All injuries, regardless of how minor, must be reported to your supervisor and the Safety Office immediately. An employee who fails to fill out a "Notice Of Injury Form" and send it to the Safety Office can be issued a safety violation notice and may be subject to termination, in accordance with company policy. In the event of an accident involving personal injury or damage to property, all persons involved in any way will be required to submit to drug testing. C. Hard hats will be worn by all employees on the project site at all times. The bill of the hard hat will be worn in front at all times. Alterations or modifications of the hat or liner are prohibited. Crane operators, when in an enclosed cab, have the option of not wearing a hard hat due to the possible obstruction of view. D. Safety glasses will be worn as the minimum-required eye protection at all times. Additional eye and face protection such as mono-goggles and face shields are required for such operations as grinding, jack hammering, utilizing compressed air or handling chemicals, acids and caustics. Burning goggles for cutting, burning or brazing and welding hoods for welding, etc., are required. E. Fall Protection Requirements 1. Full body harnesses and lanyards shall be worn and secured any time there is a fall hazard of more than six (6) feet. 2. Lifelines shall be erected to provide fall protection where work is required in areas where permanent protection is not in place. Horizontal lifelines shall be a minimum of 2-inch diameter wire rope. Vertical lifelines shall be 3/4 inch manila rope or equivalent and shall be used in conjunction with an approved rope grab. 3. Structural steel erectors are required to "hook up" with full body harness and lanyard. 4. Employees using lanyards to access the work or position themselves on a wall or column, etc., must use an additional safety lanyard for fall protection. 5. Manlifts must be used properly. As soon as an employee enters an articulating boom lift and before the lift is started, the employee must put on the harness and attach the lanyard to the lift. Employees are not required to wear harnesses on scissor lifts. Page 175 of 812 6 F. Clothing must provide adequate protection to the body. Shirts must have at least a tee sleeve. Shirts with sleeves and long pants will be worn at all times. No shorts are to be worn on projects. All employees, except welders and burners, must tuck shirt tails inside trousers. Burners and welders will not be permitted to wear polyester or nylon clothing. Sturdy work boots with rigid, slip resistant soles are required. No clogs, tennis shoes or loafers are permitted. Steel-toed tennis shoes with the ANSI label are the only alternative to the leather work boot. G. All personnel will be required to attend safety meetings as stipulated by project requirements in order to meet OSHA Safety Standards. H. Firearms, alcoholic beverages or illegal drugs are not allowed on company property or in company vehicles at any time. The use or possession of illegal drugs or alcoholic beverages on the jobsite will result in immediate termination. I. Housekeeping shall be an integral part of every job. Supervisors\foremen\leadmen and employees are responsible for keeping their work areas clean and hazard-free. Clean up is required when a job is finished at the end of the day. J. Burning and cutting equipment shall be checked daily before being used. Flash back arresters shall be installed at the regulators on both oxygen and LP bottles. All gas shall be shut off and hoses disconnected from bottles and manifolds at the end of the work day. Caps shall be replaced on bottles when gauges are removed. When gauges are removed and caps replaced, the oxygen and LP bottles shall be separated into storage areas no less than 20 feet apart with a “No Fire or Smoking" sign posted and a fire extinguisher readily available. Makeshift field repairs will not be allowed. K. Drinking water containers are to be used for drinking water and ice only. Tampering with or placing items such as drinks in the water cooler will result in immediate termination. The "common drinking cup" is not allowed. Only disposable cups will be used. L. All tools whether company or personal, must be in good working condition. Defective tools will not be used. Examples of defective tools include chisels with mushroomed heads, hammers with loose or split handles, guards missing on saws or grinders, etc. M. All extension cords, drop cords, and electrical tools shall be checked, properly grounded with ground fault interrupters (GFI’s), and color-coded by a designated competent person each month. This shall be part of the assured grounding program. Cords and equipment that do not meet requirements shall be immediately tagged and removed from service until repairs have been made. N.“Horseplay" on the jobsite is strictly prohibited. Running on the jobsite is allowed only in extreme emergencies. Page 176 of 812 7 O. Glass containers or bottles of any kind are not permitted on jobsites or in company vehicles. P. The jobsite speed limit is 10 MPH. No employee is permitted to ride in the bed of a truck standing up or sitting on the outside edges of a truck. Employees must be sitting down inside the truck or truck bed when the vehicle is in motion. Riding as a passenger on equipment is prohibited unless the equipment has the safe capacity for transporting personnel. Q. Adequate precautions must be taken to protect employees and equipment from hot work such as welding or burning. Fire extinguishing equipment shall be no further than 50 feet away from all hot work. Use of welding blinds is required in high traffic areas. R. All scaffolding and work platforms must be built and maintained in accordance with OSHA specifications. All ladders must be in safe condition without broken rungs or split side rails. Damaged ladders shall be removed from service. Ladders shall be secured at the top and bottom and extend three (3) feet past the working surface. Metal ladders around electrical work are prohibited. A step ladder shall never be used as an extension ladder. A step ladder must only be used when fully opened with braces locked. S. Crowfoot connections on air hoses shall be wired to prevent accidental disconnection. Compressed air shall not be used to dust off hands, face or clothing. T. All floor openings or excavations shall be barricaded on all sides to ensure employees are aware of the hazards. Floor holes shall be covered, with the covers secured and clearly marked. U. Warning signs, barricades, and tags will be used to the fullest extent and shall be obeyed. V. Scaffold Tag System 1. Green tags are to be placed on 100 percent complete scaffolds with all braces, locks and hand, mid, and toe rails in place before use. 2. Yellow tags indicate incomplete scaffolds. If scaffold is missing a hand, mid, or toe board, it must have a yellow tag and employees on it must be tied off at all times. 3. Red tags indicate scaffolds that are in the process of either being erected or disassembled. These scaffolds are not to be used at any time. 4. Scaffold tags should be placed in a highly visible location on the scaffolds for all employees to see. Page 177 of 812 8 W. All OSHA Safety Standards will be followed for job processes requiring respiratory protection. X. All OSHA Safety Standards will be followed during excavation. Y.All OSHA Safety Standards concerning confined space entry will be followed. Z.All OSHA Safety Standards concerning lockout/tagout of energized equipment will be followed. AA.All OSHA Safety Standards will be followed for job processes requiring fall protection. IX.ENFORCEMENT OF SAFETY POLICY Safety violation notice(s) shall be issued to any employee, subcontractor, or anyone on the jobsite violating the safety rules or regulations. A. Any violation of safety rules can result in suspension or immediate termination. B. Any employee receiving three (3) written general violations within a six (6) month period shall be terminated. C. Issuance of a safety violation notice for failure to use fall protection or for failure to report a job injury (at the time of the injury) may result in immediate termination, in accordance with company policy. It is understood that All County Paving is not restricting itself to the above rules and regulations. Additional rules and regulations as dictated by the job will be issued and posted as needed. Page 178 of 812 9 ATTACHMENT A JOB SAFETY CHECKLIST A. Safety Rules Hard hats and safety glasses worn. Shirts with sleeves worn. Work shoes worn. Subcontractors' personnel hold safety meetings as indicated by project requirements in accordance with OSHA Safety Standards. Work areas safe and clean. Safety mono-goggles/face shields worn when circumstances warrant. Electrical cords and equipment properly grounded with GFI's in place and checked by a competent person. No use of alcoholic beverages or controlled substances. Subcontractors provide fall protection for their employees in accordance with OSHA Safety Standards. All scaffolds built to specifications as established by OSHA. Excavation/trenches sloped or shored as established by OSHA. Drug testing of employees involved in accident(s) resulting in personal injury or property damage. B. Recordkeeping OSHA poster "Safety and Health Protection on the Job" posted. OSHA " A Summary Log or Occupational Injuries and Illnesses” posted from February 1st to April 30, 2025 only, per Federal Mandate Hard hat sign posted in a conspicuous manner. Weekly safety meeting sign-in logs maintained in a folder with a copy forwarded to the main office weekly. C. Housekeeping and Sanitation General neatness. Regular disposal of trash. Passageways, driveways, and walkways clear. Adequate lighting. Oil and grease removed. Waste containers provided and used. Adequate supply of drinking water. Sanitary facilities adequate and clean. Adequate ventilation. Page 179 of 812 10 D. First Aid First aid stations with supplies and equipment. The expiration dates of supplies checked monthly. Expired supplies discarded. Trained first aid personnel. Injuries promptly and properly reported. E. Personal Protective Equipment Hard hats. Hearing protection. Eye and face protection. Respiratory protection. Fall protection. F. Fire Protection Fire extinguishers charged and identified. No Smoking@ signs posted. Flammable and combustible material storage area. Fuel containers labeled. G. Hand and Power Tools Tools inspected. Power tools properly guarded. Safety guards in place. H. Welding & Cutting Compressed gas cylinders secured in vertical position. Hoses inspected. Cylinders, caps, valves, couplings, regulators, and hoses free of oil and grease. Caps on cylinders in storage in place. Flash back arresters in place. Welding screens in place. Fuel and oxygen cylinders separated in storage. Page 180 of 812 11 I. Electrical All portable tools and cords properly grounded [Ground Fault Interrupters (GFI=s) properly installed]. Daily visual inspection of caps, ends and cords for deformed or missing pins, insulation damage and internal damage. Tests of cords, tools and equipment for continuity and correct attachment of the equipment grounding connector (GFI) to the proper terminal made every month and: 1. Prior to first use. 2. Prior to return to service after repairs. 3. Prior to return to service after incident that may have caused damage to cord or equipment. Cords and equipment not meeting requirements immediately tagged and removed from service until repairs have been made. J. Ladders Inspected at regular intervals. No broken or missing rungs or steps. No broken or split side rail. Extend at least 36 inches above landing and be secured. Side rails of 2 x 4 up to 16 feet, or 3 x 6 over 16 feet. K. Scaffolding Inspected at regular intervals. Footings are a sound ridge and capable of carrying maximum intended load. Tied into building vertically and horizontally at 14 foot intervals. Properly cross-braced. Proper guardrails and toe boards. Scaffold planks capable of supporting at least four (4) times the maximum intended load. No unstable objects such as concrete blocks, boxes, etc., used as scaffold foundations. Use of OSHA Scaffold Tagging Program. L. Guardrails, Handrails and Covers Guardrails, handrails and covers installed wherever there is danger of employees or materials falling through floors, roots or wall openings and shall be guarded on all exposed sides. Posts at least 2 x 4 stock and spaced no more than eight (8) feet apart. Page 181 of 812 12 Top rail 42 inches above the floor and of 1 x 4 stock. Intermediate rail 21 inches above the floor and of 1 x 4 stock. Guardrail assemblies around floor openings equipped with toe boards. Toe boards at least four (4) inches above the floor level with no more than 1/4 inch clearance above the floor level, when there are employees below or when conditions dictate. Hole covers permanently attached to the floor or structure and identified with a hole cover sign stenciled with the word "Danger". Hole covers for holes two (2) inches or greater in diameter made of at least 3/4 inch plywood or heavier. M. Material Hoists Inspected at regular intervals. Operating rules posted at operators station. "No Rider" signs prominently posted at all stations. All entrances properly protected. All entrance bars and gates painted with diagonal contrasting stripes. Experienced operators. Current crane certification inspection sticker and papers on the rig. N. Motor Vehicles Lights, brakes, tires, horn, etc., inspected at regular intervals. No overloaded vehicles. Trash trucks have covers. No riding on the edge of pickup truck beds. No riding on concrete trucks, loaders, backhoes, etc. Functioning back-up alarms on loaders, tractors, backhoes, etc. Fire extinguishers installed and readily available. Seat belts worn at all times. O. Material Storage and Handling Material at least two (2) feet from edge of excavation site. Proper temperature and moisture levels for safe storage of materials to prevent deterioration or volatile hazards within the storage area. Inventory maintained and inspected frequently. Proper protective gear worn when handling chemicals. P. Concrete, Concrete Forms and Shoring Full body harnesses as positioning devices for employees tying rebar greater than six (6) feet above adjacent working surface have Automatic shut-off switches on trowel machines. Page 182 of 812 13 No riding on concrete buckets or flying forms. All forms properly shored. Single post shores braced horizontally. Q. Use of Cranes and Derricks Prohibition of the use of cranes or derricks to hoist employees on a personal platform except in the situation where no safe alternative is possible. Page 183 of 812 14 ATTACHMENT B SAFETY EQUIPMENT CHECKLIST The following is a list of Safety Equipment that should be on the job, if required, or available at all times. Equipment should be checked at intervals in accordance with the applicable OSHA Safety Standards by the Superintendent to ensure that all required equipment is present and in good condition. Safety goggles, shields, and glasses. Hearing protection. Respirators. Hard hats. Fire extinguishers (properly charged). First aid kit (check list inside kit). Stretcher or stroke litter (tool room). Welding masks and goggles. Storage racks for compressed gases. Guards on all power tools. Trash barrels. OSHA forms posted. Company "Safety Policy" packet posted. Company "Hazardous Communication Program" packet posted. Emergency vehicle (vehicle designated to carry injured to hospital). Page 184 of 812 15 ATTACHMENT C SAFETY MEETING REPORT A safety meeting report is signed to indicate attendance. The form has room for employees to sign after attending their weekly safety meeting. This form shall be filled out for each jobsite safety meeting that is held. After completion of the form, make a copy to maintain at each jobsite and return the signed original copy to the main office. Safety Meeting Date: Topic: Safety Meeting Conducted By: Employee Name (printed)Employee Signature Job Title Page 185 of 812 16 ATTACHMENT D EMPLOYEE ACKNOWLEDGMENT I _______________________ state that I have attended the safety orientation, and have read and received a copy of the All County Paving safety rules and regulations. I further state that I understand these rules and acknowledge that compliance with the safety rules and regulations is a condition of employment. If I violate the safety rules or fail to report an injury to my supervisor immediately, I understand that I am subject to termination, in accordance with company policy. ____________________________ EMPLOYEE SIGNATURE __________________________________ DATE __________________________________ SUPERVISOR SIGNATURE __________________________________ DATE cc: Superintendent Safety Records Page 186 of 812 M&M ASPHALT MAINTENANCE, INC d/b/a ALL COUNTY PAVING PENDING/CLOSED L AWSUITS Pending Cobra 24 Holdings v. M&M Asphalt Maintenance, Inc dba All County Pacing Travis Leflar v. M&M Asphalt, LLC Mayra Macieda v. Saddleridge Holdings, G&E Real Estate, and M&M Asphalt- Arlene Molen v. Peppertree Plaza and All County Paving, Andrea Cottica v. The Pines of Delray Assn , Seacrest Services and M&M Asphalt Maintenance, Inc, Yak Vargas v. Philip Gilot and MAACP LEASING AND M&M Asphalt Miriam Soudai v. Target Corporation, RK Centers and M&M Asphalt Maintenance- Peter Arino v. M&M Asphalt Maintenance, Inc , Champion Quality Construction and Real Manage, LLC Junior Pinnock and Repha Oconner v. Christopher Suanno and M&M Asphalt Maintenance, Inc M&M Asphalt Maintenance, Inc. v. Savits Enterprises, Inc. Closed Ynirida Tereas Gallegos v. Weston Apartments and M&M Asphalt Maintenance, Inc. Dawn Goebel, et al. v. Twelve Oaks and All County Paving, Jeff Hinson v. Colombia Station and M&M Asphalt Maintenance, Inc. Margert Heger v. M&M Asphalt Maintenance, Inc. and Derrick Hall- Jaisubhas Sawyack v. Dominium Management Services, LLC and M&M Asphalt Maintenance, Inc, M&M Asphalt Maintenance, Inc. v. Tequesta Maintenance, Inc. Paul Ryan v. M&M Asphalt Maintenance, Inc. and Giovanni Page 187 of 812 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 | Fax 561-588-2140 | 1180 SW 10th Street, Delray Beach, FL 33444 Office 407-610-8069 | Fax 407-380-2001| 6648 Old Cheney Highway Unit D, Orlando, FL 32807 LICENSED, BONDED, INSURED, FDOT CERTIFIED General Contractor: CGC1527974 References CITY OF BOYNTON BEACH: Annual Asphalt Mill and Resurfacing PM ON THE PROJECT: Carl Frumenti 561-742-6238 CONTRACT AMOUNT: $188,720.79 SCOPE OF WORK: Road resurfacings, general road construction, asphalt pavement, roadway repair, guardrail work, sidewalks, sodding, roadway striping, earthwork construction, and other incidental work associated with asphalt and sidewalk rehabilitation, located throughout the City of Boynton Beach. SCHOOL BOARD OF PALM BEACH COUNTY ANNUAL PAVING AND DRAINAGE SERVICES CONTRACT PM ON THE PROJECT: Janet Butts 561-434-8213 CONTRACT AMOUNT; $2,649,255.00 SCOPE OF WORK: Paving and Drainage Services. CITY OF FORT LAUDERDALE: Annual Asphalt Mill and Resurfacing PM ON THE PROJECT: Jean Examond 954-649-2487 CONTRACT AMOUNT: $2,500,000.00 SCOPE OF WORK: Annual Asphalt Mill and Resurfacing CITY OF HALLANDALE BEACH: Annual Pavement Resurfacing PM ON THE PROJECT: Charles Casimir 954-457-1629 CONTRACT AMOUNT: $1,500,000.00 SCOPE OF WORK: Milling, Paving, Pavement Markings and Concrete repairs. If more references are needed, please let us know and we can provide. Page 188 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 37 EXHIBIT B BID FORM (Page 1 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 ITEM NO. Clarke (AD Mims - Ocoee Vista) - D4 UNIT QTY UNIT PRICE ITEM TOTAL 1.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 1.02 1.5” Milling (Max.) SY 9119 1.03 1.5” Resurface Type FC-9.5 Asphalt Paving SY 9119 1.04 Temporary Striping and Thermoplastic Final Striping LS 1 1.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: ITEM NO. Northern Durango Ave - D1 UNIT QTY UNIT PRICE ITEM TOTAL 2.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 2.02 1.25” Milling (Max.) SY 3884 2.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3884 2.04 Temporary Striping and Thermoplastic Final Striping (1 stop bar & crosswalk) LS 1 SUB- TOTAL: Page 189 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 38 BID FORM (Page 2 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. S Lakewood Ave (E Geneva - E Orlando) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 3.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 3.02 1.25” Milling (Max.) SY 3000 3.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3000 3.04 Speed Table Restoration per City Detail (Price to include cost to stamp and paint) EA 3 3.05 Temporary Striping and Thermoplastic Final Striping (1 stop bar) LS 1 SUB- TOTAL: ITEM NO. Blackwood (OWG - 50) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 4.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 4.02 1.5” Milling (Max.) SY 8350 4.03 1.5" Resurface Type FC-12.5 Asphalt Paving SY 8350 4.04 Temporary Striping and Thermoplastic Final Striping LS 1 4.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: Page 190 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 39 BID FORM (Page 3 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Economic Ct - D3 UNIT QTY UNIT PRICE ITEM TOTAL 5.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 5.02 1.25” Milling (Max.) SY 657 5.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 657 SUB- TOTAL: ITEM NO. Kensington Manor Subdivision - D4 UNIT QTY UNIT PRICE ITEM TOTAL 6.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 6.02 1.25” Milling (Max.) SY 22595 6.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 22595 6.04 Temporary Striping and Thermoplastic Final Striping (11 Stop bars and crosswalk) LS 1 SUB- TOTAL: Page 191 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 40 BID FORM (Page 4 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Shoal Creek Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 7.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 7.02 1.25” Milling (Max.) SY 12828 7.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 12828 7.04 Temporary Striping and Thermoplastic Final Striping (4 Stop Bar & crosswalk) LS 1 SUB- TOTAL: ITEM NO. Windermere Groves Subdivision - D3 UNIT QTY UNIT PRICE ITEM TOTAL 8.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 8.02 1.25" Milling (Max.) SY 23380 8.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23380 8.04 Temporary Striping and Thermoplastic Final Striping (9 Stop Bar) LS 1 SUB- TOTAL: Page 192 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 41 BID FORM (Page 5 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Harbour Highlands 2 Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 9.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 9.02 1.25" Milling (Max.) SY 10796 9.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 10796 9.04 Temporary Striping and Thermoplastic Final Striping (7 Stop Bar & 2 Crosswalk) LS 1 SUB- TOTAL: ITEM NO. Prima Vista Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 10.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 10.02 1.25" Milling (Max.) SY 23830 10.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23830 10.04 Temporary Striping and Thermoplastic Final Striping (10 stop bars & Crosswalk) SY 1 SUB- TOTAL: Page 193 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 42 BID FORM (Page 6 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Lakeshore Gardens Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 11.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 11.02 1.25" Milling (Max.) SY 25463 11.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 25463 11.04 Temporary Striping and Thermoplastic Final Striping (10 Stop Bars & 2 Crosswalks) SY 1 SUB- TOTAL: TOTAL BASE BID = $ ______________________ WRITTEN: ______________________________________________________________________________ Page 194 of 812 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 | Fax 561-588-2140 | 1180 SW 10th Street, Delray Beach, FL 33444 Office 407-610-8069 | Fax 407-380-2001| 6648 Old Cheney Highway Unit D, Orlando, FL 32807 info@allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRSM, NEYRA FDOT CERTIFIED CONTRACTORS Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or seal coat schedule. Palm Beach County: U-21491 Broward County: 13-3A-17799-R Collier County: LCC20110001485 Martin County: MCP5910 General Contractor: CGC1509532 EQUIPMENT RATES FOR ACP Equipment Name Category Blower - Backpack Small Tools Blower - Walkbehind Small Tools Broom - 3 Wheel Broom Broom - Power Sweeper Broom Broom Tractor Broom Buffalo Turbine BT-CKB4 Misc. Equipment Bulldozer - Large Bulldozer Bulldozer - Medium Bulldozer Bulldozer - Small Bulldozer Chainsaw Small Tools Curb Machine Concrete Curb Machine Distributor Truck Distributor Truck Excavator - Small Excavator Forklift Misc. Equipment Golf Cart Misc. Equipment Grader - Large Grader Grader - Rental Rental Equipment Light Tower Misc. Equipment Lightboard Misc. Equipment Loader - Combo Loader Loader - Large Loader Loader - Medium Loader Loader - Rental Rental Equipment Loader - Small Loader Low Boy Tractor Low Boy Low Boy Trailer Low Boy Mack CV713 Tri Axle Dump Truck Mack GU713 Dump Truck Tri Axle Dump Truck Mack RD688S Tri Axle Dump Truck Milling Machine - Wirtgen Milling Machine Page 195 of 812 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 | Fax 561-588-2140 | 1180 SW 10th Street, Delray Beach, FL 33444 Office 407-610-8069 | Fax 407-380-2001| 6648 Old Cheney Highway Unit D, Orlando, FL 32807 info@allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRSM, NEYRA FDOT CERTIFIED CONTRACTORS Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or seal coat schedule. Palm Beach County: U-21491 Broward County: 13-3A-17799-R Collier County: LCC20110001485 Martin County: MCP5910 General Contractor: CGC1509532 Paver - Large 190 Paver Paver Paver - Medium 170 Paver Paver Paver - Rental Rental Equipment Paver - Sidewalk Paver Paver - Weiler Paver Plate Compactor - Large Small Tools Plate Compactor - Small Small Tools Plate Tamper - Rental Rental Equipment Pressure Washer Misc. Equipment Reclaimer Reclaimer Roller - 2 Ton Steel Roller Roller - 3-5 Ton Steel Roller Roller - 8-12 Ton Steel Roller Roller - 9 Wheel Rubber Tire Roller Roller - Rental Rental Equipment Roller - Rock Roller Roller- 1 Ton Wacker Neuson RD12 Roller Sandblaster Misc. Equipment Saw - Handheld Small Tools Saw - Walkbehind Small Tools Sealcoat Service Truck Service Vehicle Service Truck - Milling Service Vehicle Service Truck - Paving Service Vehicle Service Truck - Rock Service Vehicle Service Van - Personnel Transport Service Vehicle Single Axle Dump Truck Truck Skidsteer - Rental Rental Equipment Skidsteer Attachment - Misc. Attachment Skidsteer Bucket Attachment Attachment Skidsteer Fork Attachment Attachment Skidsteer Grapple Attachment Attachment Skidsteer Mill Head Attachment Attachment Page 196 of 812 M&M Asphalt Maintenance Inc., d/b/a All County Paving Office 561-588-0949 | Fax 561-588-2140 | 1180 SW 10th Street, Delray Beach, FL 33444 Office 407-610-8069 | Fax 407-380-2001| 6648 Old Cheney Highway Unit D, Orlando, FL 32807 info@allcountypaving.com Members of ICSC, CAI, SEFAA, IREM, CREW, AAGO, BBB, FTBA, FHEA, UCA, ABC, NAIOP, BOMAA, FHBA, APWA, PRSM, NEYRA FDOT CERTIFIED CONTRACTORS Note: All County cannot work around vehicles. Management is responsible for towing when owners fail to comply with paving and/or seal coat schedule. Palm Beach County: U-21491 Broward County: 13-3A-17799-R Collier County: LCC20110001485 Martin County: MCP5910 General Contractor: CGC1509532 Skidsteer Pnumatic Impact Breaker Attachment Skidsteer Sweeper Box Broom Attachment Attachment Skidsteer Tracked Skid Steer Skidsteer Wheel Skid Steer Squeegee Machine Misc. Equipment Storage Container Misc. Equipment Trailer - 1500 Gal. Sealcoat Trailer Trailer - 1500 Gal. Sealcoat W/ Spraybar Trailer Trailer - Misc. Trailer Trailer - Patching Trailer Trailer - Tack 750 Gal. Trailer Trencher - Vermeer RTX100 Small Tools Truck - HD Pickup Truck Truck - LD Pickup Truck Truck - Misc. Service Pickup Service Vehicle Water Truck Water Truck Page 197 of 812 Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Craig Shadrix George Oliver III, District 4 March 17, 2026 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB No. 26-005 ASPHALT PAVING PROJECTS FOR FY 2026 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2026. This addendum consists of two (2) pages. Bidders shall acknowledge receipt of this Addendum in the space provided on page 23 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or amendments to the bid documents are as follows: Q1. For the Clarke Road location, the plans show three (3) Type F loops to be replaced, but at the Blackwood Avenue location there has been no quantity provided. Can the City elaborate on the number and type of loops to be replaced on Blackwood Avenue? A1. For Blackwood Ave, plan on replacing up to three (3) Type F loops at the Blackwood Ave – Old Winter Garden Rd intersection (Southbound). The Blackwood Ave – SR 50 intersection uses camera detection so there are no loops to replace on that end of the project. Q2. Will Railroad Liability Insurance be required for the work on Clarke Road? A2. Please reach out to Florida Central Railroad (FCEN). Any work within the railroad right-of- way will have to meet the requirements of FCEN. Q3. Will Railroad flaggers be required for Clarke Road? A3. Please reach out to Florida Central Railroad (FCEN). Any work within the railroad right-of- way will have to meet the requirements of FCEN. Q4. Are we allowed to leave a milled surface? A4. This depends on location and duration. Generally, the City is ok with a milled surface provided that the surface is repaved within 24 hours. Milled surfaces within intersections must be repaved same day. For subdivisions, the City is ok if the whole subdivision is milled and then resurfaced the same week. Page 198 of 812 Addendum #1 - ITB #26-005 Asphalt Paving Projects FY 2026 2 Q5. Is this project using FDOT standard specifications for the asphalt? A5. The asphalt specifications shall meet FDOT standards. Olena Stokych Olena Stokych Purchasing Analyst Cc: Milen Womack, City Engineer Page 199 of 812 Page 200 of 812 Page 201 of 812 Page 202 of 812 Page 203 of 812 Page 204 of 812 Page 205 of 812 Page 206 of 812 Page 207 of 812 Page 208 of 812 Page 209 of 812 Page 210 of 812 Object Description CntrRead. Assignee Plate no. ConY Start-up Mfr ManufSerialNumber CAR FUSION SE HYBRID 87,047 BAKER,DUSTIN ISHC21 2018 3/3/18 FORD 3FA6P0LU1JR177703 SUV EXPLORER XLT 4X2 FORD 100,883 SALDANA,JUIS NHJU66 2019 11/15/19 FORD 1FMSK7BHXLGB12522 SUV EXPLORER BASE 4X2 FORD 16,534 GOMEZ,DIMITROV PJMY85 2020 8/4/20 FORD 1FMSK7BH2LGC66996 OO-SUV EXPLORER BASE 4X2 FORD SALDANA,LUIS FORD OO-SUV EDGE SEL 4X2 U/G FORD BAKER,DUSTIN FORD SUV EXPLORER XLT 4X2 FORD 35,616 MONTGOMERY,CODY Z28CDW 2018 5/1/18 FORD 1FM5K7D8XJGB45107 SUV EXPLORER LIMITED 4X2 FORD 94,738 MCBRAYER,JOHN KVEU70 2018 11/22/18 FORD 1FM5K7F8XKGA47306 SUV EXPLORER LIMITED 4X2 U/G FORD34,322 ADDISON,WARREN NDDG66 2019 9/13/19 FORD 1FMSK7FH8LGA55179 SUV EXPLORER XLT U/G 27,831 SUSTAITA,JOE NDDG81 2019 9/24/19 FORD 1FMSK7DH2LGA55178 OO-SUV EXPLORER XLT 4X2 U/G FORD MCBRAYER,JOHN FORD P/U F150 4X2 W/T FORD 104,211 REEDER, GREGORY 206QHC 2014 3/25/14 FORD 1FTMF1CM4EKD61246 P/U F150 4X2 W/T FORD 101,402 BOURACHED,SOUFI CZFH81 2014 8/11/14 FORD 1FTMF1CM2EKE40432 P/U F150 4X2 W/T FORD 102,587 MENEZES,GUSTAVO DIDG66 2014 11/24/14 FORD 1FTMF1CM3EKF76935 P/U F150 4X2 W/T FORD 101,491 LEQUINDRE,DAVIS DUGQ85 2014 1/20/15 FORD 1FTMF1CMXEKG06325 P/U F150 4X2 W/T FORD 90,864 AGUILUZ,CARLOS EMVU12 2016 1/15/16 FORD 1FTMF1C81FKE52186 P/U F150 4X2 S/C W/T FORD 93,222 BROWN, DARREN EMUJ08 2015 9/23/15 FORD 1FTEX1C86FKE22764 P/U F150 4X2 S/C W/T FORD 114,727 VELANDIA,ESTEBA EMUJ63 2015 10/19/15 FORD 1FTEX1C82FKE22762 P/U F150 4X2 W/T FORD 110,090 SPARE OPC EMVT95 2016 2/24/16 FORD 1FTMF1C85GKD58085 P/U F150 4X2 W/T FORD 124,838 GREEN, EDWARD EMVT94 2016 2/26/16 FORD 1FTMF1C80GKD58074 P/U F150 4X2 W/T FORD 83,170 MYRTIL,FRITZNEL EMXC26 2016 3/15/16 FORD 1FTMF1C86GKD58077 P/U F150 XLT 4X2 S/C U/G FORD 93,553 THACKER, ROBERT EMZE70 2016 6/20/16 FORD 1FTEX1C82GKE75995 P/U F150 4X2 W/T FORD 93,565 SWAGGERTY, STEV GAVK07 2016 7/22/16 FORD 1FTMF1C87GKF06415 P/U F150 XL 4X4 W/T FORD 83,186 HEROLD,KING GAVK57 2016 8/5/16 FORD 1FTMF1E88GKF20918 P/U F150 4X2 W/T FORD 115,956 COLLER,CHARLIE HQFL30 2016 12/17/16 FORD 1FTMF1C82HKC19727 P/U F150 4X2 W/T FORD 113,884 WILSON,ANDREW HQFL32 2016 12/17/16 FORD 1FTMF1C89HKC19725 P/U F150 4X2 W/T FORD 102,087 BELL,JUSTIN HLSW89 2016 12/13/16 FORD 1FTMF1C81HKC19721 P/U F150 4X2 W/T FORD 65,019 DAVIS,ALTON IDFZ43 2017 5/25/17 FORD 1FTMF1C8XHKD60643 P/U F150 4X2 W/T FORD 53,819 HINSON,DANIEL IDFZ44 2017 5/25/17 FORD 1FTMF1C81HKD60644 P/U F150 4X2 W/T FORD 59,083 ARROYO, CESAR IDFZ47 2017 5/25/17 FORD 1FTMF1C85HKD60646 P/U F150 4X2 W/T FORD 84,420 HUTCHISON,SHAWN Z36CDW 2018 5/3/18 FORD 1FTEX1CP5JKD58748 P/U F150 4X2 S/C W/T FORD 52,096 KPOGOH,VICTOR KVGM20 2018 1/5/19 FORD 1FTEX1CP4KKC16036 P/U F150 4X2 S/C W/T FORD 44,102 ARROYO,REINALDO KV1G51 2018 1/8/19 FORD 1FTEX1CP8KKC16038 P/U F150 4X2 S/C W/T FORD 49,083 HILL,TIMOTHY KVUU58 2018 1/15/19 FORD 1FTEX1CP6KKC16037 P/U F150 XLT 4X2 S/C FORD 25,866 WALLACE,JAMES LQML69 2019 7/25/19 FORD 1FTEX1CP4KKD90916 P/U F150 4X2 S/C W/T FORD 36,594 EIDE, MARC LTCJ53 2019 8/6/19 FORD 1FTEX1CP6KKE16397 P/U F150 4X2 S/C W/T FORD 39,476 HAINES,MATTHEW NSJL76 2020 2/25/20 FORD 1FTEX1CB8LKD50330 P/U F150 4X2 W/T FORD 22,775 RICHARDSON,BRIA NLEN31 2019 11/25/19 FORD 1FTMF1CB2KKE57404 P/U F150 4X2 S/C U/G FORD 29,515 DARNOLD,WAYNE NXSW94 2019 5/4/20 FORD 1FTEX1CB2LKE07542 P/U F150 4X2 S/C U/G FORD 15,020 WASHINGTON,HENR PTXV04 2020 8/25/20 FORD 1FTEX1CB1LKE46686 P/U F150 XL 4X2 W/T FORD 9,707 COSTA,VICTOR PTXU45 2020 8/18/20 FORD 1FTMF1CBXLKE46670 P/U F150 XL 4X2 W/T FORD 11,149 COULIBALY,DARLE PTXU38 2020 8/18/20 FORD 1FTMF1CB1LKE46671 OO-P/U F150 XL 4X2 W/T FORD MENEZES,GUSTAVO 2021 FORD OO-P/U F150 XL 4X2 W/T FORD VELANDIA,ESTEBA 2021 FORD OO-P/U F150 XL 4X2 W/T FORD BOURACHED,SOUFI 2021 FORD OO-P/U F150 XL 4X2 W/T FORD COLLER,CHARLIE 2021 FORD OO-P/U F150 4X2 S/C U/G FORD SHULL,NOEL 2021 FORD OO-P/U F150 XL 4X2 W/T FORD DAVIS,LEQUINDRE FORD OO-P/U F150 XL 4X2 W/T FORD AGUILUZ,CARLOS FORD OO-P/U F150 XL 4X2 W/T FORD GREEN,EDWARD FORD OO-P/U F150 XL 4X2 S/C FORD REEDER,GREGORY FORD FLATBED CREW F350 DRW FORD 4X4 84,517 SCRUGGS,MICHAEL GVPS44 2016 9/6/16 FORD 1FD8W3HT2GED17000 15-PASSENGER VAN E350-XL FORD 47,721 I-4 HAINES HHWQ25 2016 10/31/16 FORD 1FBAX2CM3GKA52252 P/U F250 4X2 CREWCAB FORD 81,787 RODRIGUE,MERILI EMXC27 2016 3/14/16 FORD 1FT7W2A68GEB61818 P/U F250 4X2 CREWCAB FORD 79,259 ROBINSON,MENTOR EMXC63 2016 3/16/16 FORD 1FT7W2A6XGEB61819 FLATBED F450 TRAFFIC TRK CREW CAB FOR OPC SPARE KMZC85 2017 8/30/18 FORD 1FD0W4GT4HEF20363 FLATBED F450 TRAFFIC TRK CREW CAB FOR96,172 OPC SPARE KMZC83 2017 8/30/18 FORD 1FD0W4GT2HEF20359 FLATBED F450 TRAFFIC TRK CREW CAB FOR56,332 SR417 KING JOB KMZC84 2017 8/30/18 FORD 1FD0W4GT2HEF20362 FLATBED F450 TRAFFIC TRK CREW CAB OPC SPARE QTFM15 2021 4/29/21 FORD 1FD0W4GT8MEC42769 CREWCAB FLATBED ASPH SERV F650 JURDEN,CHARLES IPHM52 2009 8/26/09 FORD 3FRWW65D99V215875 TRUCK FLATBED ASPH SERV F650 127,962 OPC SPARE BVQS69 2006 12/1/06 FORD 3FRWW65R77V517951 CREWCAB FLATBED ASPH SERV F750 29,744 SPARE OPC 1B78UB 2018 9/28/18 FORD 1FDNW7DC0JDF04152 CREWCAB FLATBED ASPH SERV F750 35,666 LAURENT,HERBY IB36UB 2018 8/20/18 FORD 1FDNW7DC2JDF04153 CREWCAB FLATBED ASPH SERV F750 71,776 SAINT-HILLAIRE LMCE21 2019 6/25/19 FORD 1FDNW7DC7KDF00536 CREWCAB FLATBED ASPH SERV F750 13,751 JURDEN, CHARLES NKVK79 2019 6/26/20 FORD 1FDWW7DC8KDF14448 TRACTOR T800 TANDEM AXLE KENWORTH403,897 MONTOYA,MICHAEL JGUL92 2007 10/5/07 KENWORTH 1XKDDU9X38J227965 TRACTOR T800 TANDEM AXLE KENWORTH432,634 BOOS, RICHARD NLEN19 2009 11/9/09 KENWORTH 1XKDDU9X9AJ271149 TRACTOR TANDEM AXLE T800 KENWORTH360,320 JOHNSON ,GREG Z7841U 2012 5/1/12 KENWORTH 1XKDDP9X9DJ348978 TRACTOR W900L TRI AXLE KENWORTH436,585 SPARE LSR JFMU62 2007 7/1/06 KENWORTH 1XKWPBEX17J173719 TRAILER TK70RG TANDEM AXLE TRAILKING SPARE LSR 0953CD 2008 1/10/08 TRAILKING 1TKS048298B103562 TRAILER 50GSL 50TON EAGER BEAVER JOHNSON,GREGORY C8880J 2002 1/1/02 FORD 112SE25192L059365 Page 211 of 812 TRAILER 55GSL 55TON EAGER BEAVER BOOS, RICHARD 9353CL 2007 1/1/07 EAGER BEAVER112SAY5067L073432 OO-TRAILER 50GSL 50TON EAGER BEAVER TBD 2021 EAGER BEAVER TRAILER TK100HDG TRI AXLE TRAILKING MONTOYA,MICHAEL 1562CE 2006 5/1/06 TRAILKING 1TKJ053386B125471 TRAILER ENCLOSED 6X12 S/A RAMP & SD OPC OPERATIONS Z19AAA 2017 5/17/17 FREEDOM 5WKBE1218H1048254 LOADER 70ZV KAWASAKI 7,563 LANDSTREET 2005 1/1/05 KAWASAKI 70C45288 TRACTOR 210LJ JOHN DEERE W/BOX BLADE6,046 LANDSTREET 2009 1/23/09 JOHN DEERE 890167 ROAD WIDENER RW100B BLAW KNOX 2,586 LSR 9/16/2019 2011 3/15/12 BLAW KNOX 78446 ROLLER STATIC WEILER C307 OPC OPERATIONS 2016 4/15/16 WEILER 1059 ROLLER STATIC BW9AS BOMAG 6,685 LANDSTREET 2014 8/24/16 BOMAG 901C14621002 ROLLER VIB CB64B CATERPILLAR 4,388 OPC 12/20/2017 2016 8/23/17 CATERPILLAR C5600222 ROLLER VIB CB64B CATERPILLAR 3,801 OPC OPERATIONS 2017 7/31/18 CATERPILLAR C5600355 ROLLER VIB CB13B CATERPILLAR 4,013 BODIFORD, FERRE 2018 10/9/18 CATERPILLAR PWP00132 ROLLER VIB CB13B CATERPILLAR 4,305 BODIFORD, FERRE 2018 10/9/18 CATERPILLAR PWP00135 VIB ROLLER CB13B CATERPILLAR 2,794 OPC PAVING 2018 10/9/18 CATERPILLAR PWP00149 ROLLER VIB CB13B CATERPILLAR 1,914 BROWN, DARREN 2019 6/3/19 CATERPILLAR PWP00254 ROLLER VIB CB13B CATEPILLAR 2,073 JAMES, BARNES 2018 6/5/19 CATERPILLAR PWP00248 ROLLER VIB CB54 CATERPILLAR 4,223 BROWN,DARREN 2015 1/26/15 CATERPILLAR K3J00163 ROLLER VIB CB54 CATERPILLAR 4,257 GREEN,ED 2014 10/7/14 CATERPILLAR K3J00137 ROLLER VIB CB64 CATERPILLAR 5,745 GREEN,ED 2011 9/1/16 CATERPILLAR DJM00331 ROLLER VIB CB64 CATERPILLAR 5,902 SUSTAITA,JOE 2011 2/29/16 CATERPILLAR 0DJM00225 ROLLER TRAFFIC C530AH HYPAC 7,992 OPC 11/14/2017 2007 6/1/07 HYPAC 901A22202357 ROLLER TRAFFIC 915 ROSCO 7,833 OPC 2008 5/27/08 ROSCO 49833 ROLLER TRAFFIC 915 ROSCO 2,326 LANDSTREET 2012 3/20/13 ROSCO 70798 ROLLER PNEUMATIC 915 ROSCO 472 BROWN, DARREN 2019 6/3/19 ROSCO 195046 ROLLER R.T. PTC15 BLAW KNOX 3,297 LSR 2011 6/6/16 BLAW-KNOX PTC15KUB-73318 TAMP PLATE WP1550AW WACKER DROWN, DARREN 2017 9/1/17 WACKER 10738465 TAMP PLATE WP1550AW WACKER BARNES, JAMES 2017 9/1/17 WACKER 10738467 GRADE CONTROL SYSTEM PAVESET 2002 8/1/02 PAVESET PAVER TRACK AP655D CATERPILLAR 8,284 OPC 2015 5/11/15 CATERPILLAR GNZ00558 PAVER TRACK AP655F CATERPILLAR 4,405 SUSTAITA,JOE 2018 5/10/18 CATERPILLAR MH600308 PAVER TRACK AP1055F CATERPILLAR 5,687 BROWN, DARREN 2018 4/23/18 CATERPILLAR TJ500700 PAVER TRACK AP1055E 5,777 AGUILUZ,CARLOS 2015 4/21/15 CATERPILLAR TJF00225 PAVER TRACK AP1055E CATERPILLAR 8,472 SUSTAITA,JOE 2012 8/31/16 CATERPILLAR TJF00190 PAVER WHEEL AP1000F CATERPILLAR 8,506 OPC 2016 4/20/16 CATERPILLAR AC400194 TRANSFER VEHICLE E1250A WEILER 6,836 HOFFMAN,TRAVIS 2014 4/15/14 WEILER E1250A-1121 TRANSFER VEHICLE E1250A WEILER 5,774 TBD 2016 9/14/16 WEILER W1140 DISTRIBUTOR ETNYRE CENT T370 KENWORTH124,680 SPARE OPC N9033V 2008 1/10/08 ETNYRE 3FRXF75T98V675246 DISTRIBUTOR ETNYRE CENT T370 KENWORTH SPARE OPC N1978S 2008 10/13/08 ETNYRE 3FRXF75T69V110759 DISTRIBUTOR ETNYRE CENT T370 KENWORTH67,007 GILMORE,KENNETH N3019Y 2016 8/16/16 ETNYRE 2NKHHM7X1HM130369 DISTRIBUTOR ETNYRE CENT T370 KENWORTH41,254 CHARLECIN, JEAN P4501A 2018 4/24/18 ETNYRE 2NKHHM7X4JM209508 DISTRIBUTOR ETNYRE CENT T370 KENWORTH28,754 PIERRE, MIRANDO P61696C 2019 8/1/19 ETNYRE 2NKHHM7X4KM300005 DISTRIBUTOR ETNYRE CENT T370 KENWORTH26,935 KISER,DONALD P5397A 2019 12/15/19 ETNYRE 2NKHHM7X1KM300009 - S7685 OO-DISTRIBUTOR ETNYRE CENT T370 KENWORTH TBD DAE5341 2021 ETNYRE 2NKHHM7X6NM490779 BROOM MF4607M F/M MASSEY FERGUSON1,738 OPC 10/9/2018 2018 10/9/18MASSEY FERGUSONM46070JJM70904 BROOM MF4607M F/M MASSEY FERGUSON1,438 BROWN, DARREN 2018 4/5/19 MASSEY FERGUSONJJM72103 BROOM MF4607M F/M MASSEY FERGUSON1,617 OPC 2018 4/5/19 MASSEY FERGUSONJJM71903 BROOM MF4607M F/M MASSEY FERGUSON1,390 OPC 2019 5/13/19MASSEY FERGUSONJJM72105 OO-BROOM MF4607M F/M MASSEY FERGUSON TBD 2021 MASSEY FERGUSONAG3M4607OMJM70204 CONTAINER BOX 8X20 2007 7/20/07 UNKNOWN DENSITY MACHINE 3440 TROXLER CHAMBERS, ERON 2004 4/1/04 TROXLER 20461 PAVEMENT QUALITY INDICATOR TROXLER TBD 2021 3/30/21 TROXLER 2919 TRAILER W/CORE DRILL RICHARDSON,BRIA LTAD54 2004 3/1/04 N/A 3.50051E+14 VISCOTESTER DIGITAL 2005 10/1/05 N/A TRAILER W/CORE DRILL SMITH, MICHAEL Y63DBJ 2005 12/1/05 N/A 1DT300B11G3DT9624 TRAILER W/ROLLING STRAIGHTEDGE RICHARSON,BRIAN HFCD30 2006 4/1/06 N/A NOVIN0200497354 PAVEMENT QUALITY INDICATOR 2006 5/1/06 N/A PAVEMENT QUALITY INDICATOR 2006 11/1/06 N/A PAVEMENT QUALITY INDICATOR 2008 3/31/08 TRANS-TECH TRAILER W/CORE DRILL RICHARDSON,BRIA 719PLT 2009 8/1/10 HOME-MADE NOVIN0200485520 PAVEMENT QUALITY INDICATOR STACY,MIKE 2017 8/22/17 TRANSTECH PQI3801725 TRAILER W/CORE DRILL & GENERATOR SMITH, MICHAEL 2620BF 2018 4/20/18 VARIOUS 1XNU5X8G4J1082539 PAVEMENT QUALITY INDICATOR SMITH,MICHAEL 2019 4/12/19 TRANSTECH ICE MACHINE MANITOWAC OPC PLT 5 2014 6/19/14 MANITOWOC TRAILER W/ROLLING STRAIGHT EDGE RICHARDSON,BRIA Y34ALH 1978 1/15/78 N/A NOVIN000082475541 TRAILER W/ROLLING STRAIGHT EDGE RICHARDSON,BRIA K910AU 1997 1/1/97 N/A NOVIN000082802574 TRAILER W/ROLLING STRAIGHT EDGE RICHARDSON,BRIA NYLW96 2009 8/1/07NEWTON MACHINE AND SUPPLY 9813595 PAVEMENT HEATER OPC PLT 5 817QMT 2009 8/3/09 KMI KM HEATERTRAILER FLOOR SAW CC1211-18 DIAMOND BODIFORD, FERRE 2015 8/13/15DIAMOND PRODUCTS 150490 FLOOR SAW CC1211-18 DIAMOND GREEN, EDWARD 2015 8/13/15DIAMOND PRODUCTS 150491 BLADE LIGHT SYSTEM VISION X OPC 2016 3/15/16 VISION X 153498 BLADE LIGHT SYSTEM VISION X OPC 2016 4/1/16 VISION X 153498 FLOOR SAW CC1211-18 DIAMOND BODIFORD,FERREL 2021 4/29/21 DIAMOND 165178 Page 212 of 812 TABLET APPLE IPAD AIR BLACK 16GB WI-FI &SUSTAITA, JOE 2014 1/1/14 APPLE MICROSOFT SURFACE PRO 4 12.3" 256GB INTE ADDISON,PHIL 2016 8/5/16 MICROSOFT 55003162453 HP ZBOOK 15 G4 BAKER,DUSTIN 2017 12/22/17 HP CND75094R1 HP ZBOOK 15 G4 MCBRAYER,JOHN 2017 12/22/17 HP CND75094R2 HP ZBOOK 15 G4 MENDOLARO,WILL 2017 12/22/17 HP CND75094R3 MICROSOFT SURFACE PRO 7 12.3" i7 ADDISON,PHIL 2020 12/1/20 MICROSOFT 16164302253 OO-LAPTOP, THINKPAD P17 11850H 32GB LEN ROWE,CRAIG LENOVO OO-LAPTOP, THINKPAD P17 11850H 32GB LENO MONTICCO,JOE LENOVO OO-LAPTOP, THINKPAD P17 11850H 32GB LENO BAKER,DUSTIN LENOVO OO-LAPTOP, THINKPAD P17 11850H 32GB LENO MENDOLARO,WILLI LENOVO OO-LAPTOP, THINKPAD P17 11850H 32GB LENO MCBRAYER,JOHN LENOVO SOFTWARE ESTIMATING HCSS RITCHEY, JON 2008 3/1/08HEAVY CONST. SYST. SPECIALISTS COPIER MP4502 RICOH OPC 2012 5/30/12 RICOH W512L501008 COPIER, RICOH MP C3003 OPC PLANT 5 2015 9/1/15 RICHO L1021-COPIER IMC2500 RICOH OPC PLANT 5 RICOH U-SHAPED EXECUTIVE DESK ADDISON, PHIL 2015 3/25/15FLORIDA BUSINESS INTERIORS WELL 4"2001 3/1/01 N/A SITE IMPROVEMENTS 2001 3/1/01 N/A Page 213 of 812 801Orange County 400 East South Street Orlando, FL 32801 Edward Quinn Edward.quinn@ocfl.net 407-836-7960 Term Contract for Milling and Resurfacing $15,000,0000 – Ongoing City of Maitland 1827 Fennell Street Maitland, FL 32751 Joseph Maynard jmaynard@itsmymaitland.com 407-660-1677 Milling and resurfacing in various locations throughout the city $3,000,000 – Ongoing Seminole County Pavement Management Program 1301 East Second Street Sanford, FL 32771 David Andrews dandrews@seminolecountyfl.gov 407-665-5716 Term Contract for milling and resurfacing $27,000,000 – Ongoing Page 214 of 812 Updated 01.07.26 Hubbard Construction Company Litigation By or Against (Last 5 Years) Project No. Year Filed Counterparty Project Owner Project Description CFX 6011.010430 2021 Mack Industries Central Florida Expressway Authority (“CFX”) 4974 ORL Tower Road Orlando, FL 32807 Tel 407-690-5000 Fax 407-690-5011 info@CFXway.com SR 417 Widening from Econlockhastchee to Seminole County Mack Industries sued Hubbard and its bonding company over alleged non-payment after certain work was deducted from their subcontract scope. This matter was settled before trial in October 2021. 70039 2022 Florida Department of Transportation Florida Dept. of Transportation 605 Suwannee Street Haydon Burns Building Tallahassee, FL 32301 Tel 850-414-4000 Fax 850-414-4947 SR-9/I-95 Express Lanes FDOT directed Hubbard to perform certain repairs to vertical sign structures that were alleged to have cracks near the base. Hubbard performed the work but initiated arbitration at the State Arbitration Board in June 2022. After a hearing in April 2024, claim was denied in July 2024. E1V43 FPID 436673-1- 52-01 2023 Florida Department of Transportation Florida Dept. of Transportation 605 Suwannee Street Haydon Burns Building Tallahassee, FL 32301 Tel 850-414-4000 Fax 850-414-4947 SR35(US98) W. Socrum Loop Road to CR54 in Polk County Hubbard filed a bid protest related to a design build project award. This protest was resolved and voluntarily dismissed before assignment to an administrative judge. N/A 2024 Marathon FBO AeroCenters 4050 Airport Rd. Lakeland, FL 33811 AeroCenter Lakeland Project Hubbard sued to recover unpaid contract amounts after the general contractor abandoned the project and filed bankruptcy. This matter was resolved in a confidential settlement in May 2025. N/A 2024 Core Construction N/A N/A Asphalt purchaser defaulted on payments so Hubbard sued to recover damages. Defendant filed for bankruptcy. N/A 2025 Jose Antonio Martinez, Sheri Clevenger, et.al. N/A N/A Residents filed class action suit against Hubbard (dba MFM) alleging negligence related to odor complaints in the area of its C&D collection facility. The case is currently pending. No stop notices have been filed and no terminations for cause have occurred on work undertaken by Hubbard. A few projects were temporarily suspended by owners due to impacts caused by COVID-19 and Hubbard cooperated with Owner directives to mitigate those impacts. Hubbard performs over $300,000,000 of construction each year and in the ordinary course of its business is subject to various claims, disputes, termina tion, arbitrations, and other legal proceedings which are customary in the industry. This list does not include customary project-level disputes or claims, efforts to secure payment from outstanding debtors, or other personal injury or other covered insurance claims (that are handled by the Company’s insurance carrier). Pending Against Owner Page 215 of 812 Page 216 of 812 Page 217 of 812 Page 218 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 40 BID FORM (Page 4 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Shoal Creek Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 7.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 7.02 1.25” Milling (Max.) SY 12828 7.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 12828 7.04 Temporary Striping and Thermoplastic Final Striping (4 Stop Bar & crosswalk) LS 1 SUB- TOTAL: ITEM NO. Windermere Groves Subdivision - D3 UNIT QTY UNIT PRICE ITEM TOTAL 8.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 8.02 1.25" Milling (Max.) SY 23380 8.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23380 8.04 Temporary Striping and Thermoplastic Final Striping (9 Stop Bar) LS 1 SUB- TOTAL: Page 219 of 812 Page 220 of 812 Page 221 of 812 Page 222 of 812 Page 223 of 812 Page 224 of 812 Page 225 of 812 Page 226 of 812 Page 227 of 812 Page 228 of 812 Page 229 of 812 Page 230 of 812 Page 231 of 812 Page 232 of 812 Page 233 of 812 Page 234 of 812 Page 235 of 812 Page 236 of 812 Page 237 of 812 Page 238 of 812 Page 239 of 812 Page 240 of 812 Page 241 of 812 Page 242 of 812 Page 243 of 812 Page 244 of 812 Page 245 of 812 Page 246 of 812 Page 247 of 812 Page 248 of 812 Page 249 of 812 Page 250 of 812 Page 251 of 812 Page 252 of 812 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov May 01,2025 HUBBARD CONSTRUCTION COMPANY 1936 LEE ROAD, SUITE 300 WINTER PARK, FLORIDA 32789 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MAJOR BRIDGE - BASCULE SPANS, MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 1,000 FEET OR MORE, MAJOR BRIDGE - CAST IN PLACE / POST-TENSIONED / SUPER-STRUCTURE, MAJOR BRIDGE - CONCRETE SEGMENTAL CONSTRUCTION, MAJOR BRIDGE - CURVED STEEL GIRDERS, MAJOR BRIDGE - MULTI-LEVEL ROADWAYS, MINOR BRIDGES, PAVEMENT MARKING, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, CURB & GUTTER, DRIVEWAYS, IRRIGATION, LIFT STATION, MILLING, PILE DRIVING, RETAINING WALLS, RIP RAP, RUBBLE RIP RAP, SOUNDWALLS, WETLAND MITIGATION AND UNDERGROUND UTILITIES. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2026. In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant’s audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwp1.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. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the 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 the company has performed such work. 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, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Page 253 of 812 Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES KANADAY, JOSEPH MICHAEL Do not alter this document in any form. HUBBARD CONSTRUCTION COMPANY LICENSE NUMBER: CGC059695 EXPIRATION DATE: AUGUST 31, 2026 This is your license. It is unlawful for anyone other than the licensee to use this document. PO BOX 547217 ORLANDO FL 32854 Always verify licenses online at MyFloridaLicense.com ISSUED: 08/06/2024 Page 254 of 812 Page 255 of 812 CITY OF OCOEE INVITATION TO BID (ITB) #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 Page 256 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 2 TABLE OF CONTENTS FOR BID ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4-8 General Terms & Conditions 9-23 List of Subcontractors*, p. 21 Equipment Listing*, p. 21 References/Experience*, p. 21 Summary of Litigation*, p. 22 Exceptions*, p. 22 Acknowledgement of Addenda*, p. 23 SCOPE OF WORK, BID FORM, AND PLAN SHEETS Section Page Exhibit A – Scope of Work 24-31 Change Order Form 32-34 Payment Application Form 35-36 Exhibit B – Bid Form* 37-42 Exhibit C – Bid Bond*, Performance, and Payment Bond Forms 43-53 Exhibit D - Certification of Non-segregated Facilities Form* 54 Exhibit E - Conflict of Interest Disclosure Form* 55 Exhibit F - Certification Regarding Scrutinized Companies’ Lists Form* 56 Exhibit G - Drug Free Workplace Form* 57-58 Exhibit H - Company Information and Signature Sheet* 59 Exhibit I – Contractor E-Verify Affidavit* 60 Exhibit J - Human Trafficking Affidavit* 61 Exhibit K - Company Not an Entity of Foreign Country of Concern* 62 Exhibit L – Plan sheets 63 *Submit with Bid End Table of Contents Page 257 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 3 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida (the “City”) is soliciting sealed bids for the following project: ITB #26-005 Asphalt Paving Projects for FY 2026. Proposals will only be accepted electronically through Bonfire/Euna Procurement, a free e-Procurement platform, until 2:00 pm, local time, on March 24, 2026. 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 bidders 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 Olena Stokych, Purchasing Analyst, Finance Department/Purchasing at ostokych@ocoee.org OR sent through the questions and answer section of the project file on Bonfire/Euna Procurement. No Pre-Bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid at no charge through Bonfire/Euna Procurement by accessing the City’s published solicitation page https://ocoee.bonfirehub.com. For more information, please visit https://www.ocoee.org/323/Purchasing. Prospective bidders will be provided with all information regarding this ITB, addenda, and changes to the project requirements through the Bonfire/Euna Procurement e-Procurement Platform. Melanie Sibbitt, City Clerk, Orlando Sentinel, February 22, 2026. Page 258 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 4 CITY OF OCOEE INVITATION TO BID ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 INTENT: Sealed bids for Bid ITB #26-005 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”, "Respondent", "Contractor", or "Offeror". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the Asphalt Paving Projects for FY 2026 for the Clarke Road (A.D. Mims Rd – Ocoee Vista Pkwy), Northern Durango Ave, S Lakewood Ave (E Geneva St – E Orlando Ave), Blackwood Ave (Old Winter Garden Rd – W Colonial Dr), Economic Court, Kensington Manor Subdivision, Shoal Creek Subdivision, Windermere Groves Subdivision, Harbour Highlands 2 Subdivision, Prima Vista Subdivision, Lakeshore Gardens Subdivision, in the City of Ocoee, as listed under the “Scope of Work/Bid Form” sections 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. The City will receive questions regarding this ITB through the Bonfire/Euna Procurement Platform or through written inquiries directed to Olena Stokych, Purchasing Analyst at ostokych@ocoee.org. Deadline for receipt of written inquiries will be March 12, 2026, 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 City staff, with the exception of the Procurement Manager, or other City consultants for information regarding this ITB before the Bid award date. Any contact with any other member of City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. C. Prospective Bidders may secure a free copy of the documents required for submitting a Bid through the Bonfire/Euna Procurement platform by accessing the City’s published solicitation page at https://ocoee.bonfirehub.com. 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 Bonfire/Euna Procurement platform; there is no charge to use the Bonfire/Euna Procurement platform. Partial sets of the documents required for submitting a Bid will not be issued. Page 259 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 5 The City is ONLY accepting electronic solicitation responses online through the City’s Bonfire/Euna Procurement platform at https://ocoee.bonfirehub.com. 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 Bid submissions for this ITB MUST be submitted through the Bonfire/Euna Procurement Platform. Bid submissions received in any other format will not be accepted; no paper, fax, or e-mailed submissions will be accepted. There is no charge for bidders to use the Bonfire/Euna Procurement e-procurement platform. Bonfire/Euna Procurement platform’s minimum system requirements: Microsoft Edge, Google Chrome, Safari, or Mozilla Firefox. JavaScript and browser cookies must be enabled. Registration with Bonfire/Euna Procurement is free and is required prior to submitting a bid. You will be required to register once you click the “PREPARE YOUR SUBMISSION” 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 Bonfire/Euna Procurement Support Desk by emailing support@gobonfire.com. Support by email is provided Monday to Friday from 8:00 a.m. – 8:00 p.m. EST/EDT. Upon completing the registration with Bonfire/Euna Procurement, bidders will be able to submit a bid securely, any time before the bid submission deadline, at https://ocoee.bonfirehub.com by clicking the “PREPARE YOUR SUBMISSION” under the solicitation. An instructional video is provided for an overview of the submission process. Once the bid has been submitted, the Bidder will receive a date/time stamp confirmation within the Bonfire/Euna Procurement platform and an email confirmation of the bid submission. Bids submitted on the Bonfire/Euna Procurement Platform will remain locked and inaccessible by City staff until the bid deadline. Bidders are encouraged to allow ample time to upload and submit their Bid 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. D. Bidders shall submit one (1) complete electronic copy, preferably in a single file, of their Bid on the Bonfire/Euna Procurement Platform. Bids must be received and by Bonfire/Euna Procurement no later than 2:00 p.m., local time, on March 24, 2026. Any attempt to submit a bid after the bid deadline 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 Bonfire/Euna Procurement Platform prior to the due date and time. File Uploads – Submission materials should be prepared in the file formats listed under Requested Information for this opportunity in the Bonfire/Euna Procurement Platform. The maximum upload file size is 1000 MB. Documents should not be embedded within uploaded files, as the embedded files will not be accessible or evaluated. 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. Page 260 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 6 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) Addenda acknowledgement, if applicable; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) Exceptions; h) Bid Form; i) Certification of Non-segregated Facilities Form; j) Conflict of Interest Disclosure Form; k) Certification Regarding Scrutinized Companies’ List; l) Drug free workplace Form m) Company information/signature sheet; n) Contractor E-Verify Affidavit; o) Human Trafficking Affidavit; p) Company Not an Entity of Foreign Country of Concern; q) 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 Bonfire/Euna Procurement ITB file or in the form of a written addendum, which will be distributed via Bonfire/Euna Procurement not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each 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 case any Bidder fails to acknowledge receipt of any such Addendum, 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; Page 261 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 7 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.] K. 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. L. 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 Page 262 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 8 CUSTODIAN OF PUBLIC RECORDS AT 407-905-3105, CCDL@ocoee.org, WITH AN OFFICE LOCATED AT 1 N. BLUFORD AVENUE, OCOEE, FLORIDA 34761. M. 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.) Page 263 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 9 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) A copy of the bid security is to be included with the bid submitted electronically Bonfire/Euna Procurement. The original bid security is to be mailed within five (5) business days after the bid opening to: City of Ocoee, Finance Department/Purchasing, Attention: Olena Stokych, Purchasing Analyst, 1 N. Bluford Avenue, Ocoee, FL 34761. Failure to provide the original bid security will cause your bid to be deemed non-responsive. c) 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. d) 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. e) 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. f) 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 Bidder 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. Page 264 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 10 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 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 Page 265 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 11 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 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 Page 266 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 12  Bid price, the City 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 any Add Alternates.  Warranty offered  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 Procurement Manager 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 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 Procurement Manager, 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. Page 267 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 13 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. 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 one hundred and twenty (120) 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/OSHA REQUIREMENTS: The Bidder guarantees that the services to be performed 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. Page 268 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 14 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. 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. l) 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. Bidder must complete and submit the attached Drug-Free Workplace Form with bid. 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 $10,000 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. Bidder must submit the attached form with bid. 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 Page 269 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 15 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. 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 final 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. SCRUTINIZED COMPANIES: Page 270 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 16 Bidder certifies that the company is not participating in a boycott of Israel. Bidder certifies that the Bidder is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, Bidder shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. Bidder agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if Bidder is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Bidder must submit the attached form with bid. 19. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING: Bidders are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder. Bidders are further notified that the City's governing body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests. 20. HUMAN TRAFFICKING: Pursuant to Florida Statute, §787.06(13), when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in §787.06(2)(a) Florida Statutes. Bidder must complete and submit the attached affidavit with bid. 21. FOREIGN COUNTRIES OF CONCERN: Pursuant to Florida Statute 287.138(4)(a), a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual’s personal identifying information unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in Florida Statute 287.138(2)(a)-(c). Bidder must complete and submit the attached affidavit with bid. 22. 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. Page 271 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 17 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. 23. E-VERIFY REGISTRATION AND USE. By entering into the Contract, the awarded Contractor is obligated to comply with the provisions of § 448.095, Fla. Stat., "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. If the Contract is terminated pursuant to Section 448.095, Fla. Stat., such termination is not a breach of contract and may not be considered as such. Any challenge to termination under this provision must be filed in the Ninth Judicial Circuit Court of Florida no later than 20 calendar days after the date of termination. If the Contract is terminated for a violation of Section 448.095 Fla. Stat., by the Contractor, the Contractor shall be liable for any additional costs incurred by the City as a result of the termination of the Contract. Nothing in the E-Verify Certification shall be construed to allow intentional discrimination of any class protected by law. A. Pursuant to section 448.095, Florida Statutes, Contractor shall register with and use the U.S. Department of Homeland Security's E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all Contractor employees hired on and after January 1, 2021. B. Subcontractors (i) Contractor shall also require all subcontractors performing work under this Agreement to use the E-Verify system for any employees they may hire during the term of this Agreement. (ii) Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. (iii) Contractor shall maintain a copy of all subcontractor affidavits for the duration of the Agreement. C. Contractor must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. D. Failure to comply with this provision is a material breach of the Agreement, and shall result in the immediate termination of the Agreement without penalty to the City. Contractor shall be liable for all costs incurred by the City to secure a replacement Agreement, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. Bidder must complete and submit the attached Contractor E-Verify affidavit with bid. 24. INSURANCE REQUIREMENTS: Page 272 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 18 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 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. Page 273 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 19 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. Page 274 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 20 Page 275 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 21 25. 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 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. 26. 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. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 27. 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 ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Page 276 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 22 Have you any similar work in progress at this time? Yes___ No ___. Length of time in business_________ Have you ever failed to complete work awarded to you? If so, where and why? ____________________________________________________________________________________ Bank or other financial references: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ (Attach additional sheets if necessary) 28. 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. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ 29. EXCEPTIONS: Does Respondent have any Exceptions to the Scope of Services or terms of the Contract Documents? Yes _____ No ______ List any exceptions you have to this scope of services or contract terms. (Note: exceptions will not be considered after award.) The City reserves the right to accept or reject any requested exceptions. If Respondent leaves this question blank, Respondent agrees it has no exceptions. _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ (Attach additional sheets if necessary) Page 277 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 23 30. 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) Page 278 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 24 EXHIBIT A CITY OF OCOEE ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 CLARKE ROAD (A.D. MIMS RD – OCOEE VISTA PKWY) MILL AND RESURFACING NORTHERN DURANGO AVE MILL AND RESURFACING S LAKEWOOD AVE (E GENEVA ST – E ORLANDO AVE) MILL AND RESURFACING BLACKWOOD AVE (OLD WINTER GARDEN RD – W COLONIAL DR) MILL AND RESURFACING ECONOMIC COURT MILL AND RESURFACING KENSINGTON MANOR SUBDIVISION MILL AND RESURFACING SHOAL CREEK SUBDIVISION MILL AND RESURFACING WINDERMERE GROVES SUBDIVISION MILL AND RESURFACING HARBOUR HIGHLANDS 2 SUBDIVISION MILL AND RESURFACING PRIMA VISTA SUBDIVISION MILL AND RESURFACING LAKESHORE GARDENS SUBDIVISION MILL AND RESURFACING Page 279 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 25 SCOPE OF WORK The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to mill and resurface using SP-9.5, SP-12.5 and FC-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 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 permitted, as the add-alternate item bids should be inclusive of all additional effort and costs related to that work. 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: Page 280 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 26 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 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. 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. Page 281 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 27 • 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 • Tack for Asphalt 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 form established by the CITY at the Preconstruction Conference. 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. Page 282 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 28 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. Bid Items 1.01, 2.01, 3.01, 4.01, 5.01, 6.01, 7.01, 8.01, 9.01, 10.01, 11.01 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 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. The City 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 any Add Alternates. Bidder must Bid an all Bid items including any Add Alternate. Bid Items 2.02, 3.02, 5.02, 6.02, 7.02, 8.02, 9.02, 10.02, 11.02 1.25” Milling Page 283 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 29 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 1.25” 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. Bid Items 1.02, 4.02 1.5” 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 1.5” 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. Bid Items 1.03, 2.03, 3.03, 4.03, 5.03, 6.03, 7.03, 8.03, 9.03, 10.03, 11.03 1.25” Resurface Type SP-9.5, 1.5” Resurface Type FC-9.5, 1.5” Resurface Type FC-12.5 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. Bid Items 1.04, 2.04, 3.05, 4.04, 6.04, 7.04, 8.04, 9.04, 10.04, 11.04 Temporary Striping and Thermoplastic Final Striping Payment for temporary striping and thermoplastic final 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 and striping notes on the plan sheets along the road, intersections and crosswalks. There are some areas where existing striping is difficult to discern. City recommends bidder visit site to determine quantity. Bid Items 1.05, 4.05 Traffic Loop System Restoration Payment for Traffic Signal Loop shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing loop system at intersection signals. City highly recommends bidder visit site. Page 284 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 30 Bid Item 3.04 Speed Table Restoration Payment for removing and restoring the existing speed tables shall be paid Each (EA), and shall be placed and accepted, based on the City of Ocoee Speed Table Detail. Payment shall include full compensation for all labor material and equipment required to do the work. Payment shall include the cost of asphalt, cost to stamp the brick pattern, and cost to paint the speed table and advance speed table markings. Contractor Qualifications The prime contractor submitting a bid shall be preapproved for the associated FDOT Work Classes for Flexible Paving and Hot Plant-Mixed Bituminous Courses. The party responsible for all work related to the improvements, which may be a subcontractor, will be required to hold the same preapproved FDOT Work Classes. A City of Ocoee right-of-way permit will be required for all improvements. Contractor will be required to secure a right- of-way 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 120 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. Page 285 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 31 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 Page 286 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 32 CITY OF OCOEE 1 N. Bluford Avenue Ocoee, Florida 34761 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 CHANGE ORDER FORM DATE: ___________________________ PURCHASE ORDER: ___________________ The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $0.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $0.00 Net Increase (Decrease) Resulting from this CHANGE ORDER [$0.00] The current CONTRACT PRICE including this CHANGE ORDER [$0 .00] Original CONTRACT COMPLETION DATE: [original contract date] Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS [current contract date] Net Increase Resulting from this CHANGE ORDER [number] days Current CONTRACT COMPLETION DATE including this CHANGE ORDER [new contract date] Page 287 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 33 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. Page 288 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 34 RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA [contractor name] By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA By: Date: Public Works Director By: Date: Director of Finance By: Date: City Manager By: Date: 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 Page 289 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 35 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: ITB #26-005 Asphalt Paving Projects for FY 2026 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 Order No. Date Approved by City Date Accepted by Contractor Total Change in Contract Price Total (Write in Line 2, above) Page 290 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 36 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) Page 291 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 37 EXHIBIT B BID FORM (Page 1 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 ITEM NO. Clarke (AD Mims - Ocoee Vista) - D4 UNIT QTY UNIT PRICE ITEM TOTAL 1.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 1.02 1.5” Milling (Max.) SY 9119 1.03 1.5” Resurface Type FC-9.5 Asphalt Paving SY 9119 1.04 Temporary Striping and Thermoplastic Final Striping LS 1 1.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: ITEM NO. Northern Durango Ave - D1 UNIT QTY UNIT PRICE ITEM TOTAL 2.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 2.02 1.25” Milling (Max.) SY 3884 2.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3884 2.04 Temporary Striping and Thermoplastic Final Striping (1 stop bar & crosswalk) LS 1 SUB- TOTAL: Page 292 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 38 BID FORM (Page 2 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. S Lakewood Ave (E Geneva - E Orlando) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 3.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 3.02 1.25” Milling (Max.) SY 3000 3.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 3000 3.04 Speed Table Restoration per City Detail (Price to include cost to stamp and paint) EA 3 3.05 Temporary Striping and Thermoplastic Final Striping (1 stop bar) LS 1 SUB- TOTAL: ITEM NO. Blackwood (OWG - 50) - D2 UNIT QTY UNIT PRICE ITEM TOTAL 4.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 4.02 1.5” Milling (Max.) SY 8350 4.03 1.5" Resurface Type FC-12.5 Asphalt Paving SY 8350 4.04 Temporary Striping and Thermoplastic Final Striping LS 1 4.05 Traffic Loop System Restoration LS 1 SUB- TOTAL: Page 293 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 39 BID FORM (Page 3 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Economic Ct - D3 UNIT QTY UNIT PRICE ITEM TOTAL 5.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 5.02 1.25” Milling (Max.) SY 657 5.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 657 SUB- TOTAL: ITEM NO. Kensington Manor Subdivision - D4 UNIT QTY UNIT PRICE ITEM TOTAL 6.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 6.02 1.25” Milling (Max.) SY 22595 6.03 1.25" Resurface Type SP-9.5 Asphalt Paving SY 22595 6.04 Temporary Striping and Thermoplastic Final Striping (11 Stop bars and crosswalk) LS 1 SUB- TOTAL: Page 294 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 40 BID FORM (Page 4 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Shoal Creek Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 7.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 7.02 1.25” Milling (Max.) SY 12828 7.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 12828 7.04 Temporary Striping and Thermoplastic Final Striping (4 Stop Bar & crosswalk) LS 1 SUB- TOTAL: ITEM NO. Windermere Groves Subdivision - D3 UNIT QTY UNIT PRICE ITEM TOTAL 8.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 8.02 1.25" Milling (Max.) SY 23380 8.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23380 8.04 Temporary Striping and Thermoplastic Final Striping (9 Stop Bar) LS 1 SUB- TOTAL: Page 295 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 41 BID FORM (Page 5 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Harbour Highlands 2 Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 9.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 9.02 1.25" Milling (Max.) SY 10796 9.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 10796 9.04 Temporary Striping and Thermoplastic Final Striping (7 Stop Bar & 2 Crosswalk) LS 1 SUB- TOTAL: ITEM NO. Prima Vista Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 10.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 10.02 1.25" Milling (Max.) SY 23830 10.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 23830 10.04 Temporary Striping and Thermoplastic Final Striping (10 stop bars & Crosswalk) SY 1 SUB- TOTAL: Page 296 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 42 BID FORM (Page 6 of 6) ITB #26-005 ASPHALT PAVING PROJECTS FOR FY 2026 BID SUBMITTED BY ____________________________________________FL CONTRACTOR LICENSE #________________________ ITEM NO. Lakeshore Gardens Subdivision - D2 UNIT QTY UNIT PRICE ITEM TOTAL 11.01 Mobilization/Demobilization & General Construction Requirements & Restoration (5% of Base Bid plus any add alternates) LS 1 11.02 1.25" Milling (Max.) SY 25463 11.03 1.25” Resurface Type SP-9.5 Asphalt Paving SY 25463 11.04 Temporary Striping and Thermoplastic Final Striping (10 Stop Bars & 2 Crosswalks) SY 1 SUB- TOTAL: TOTAL BASE BID = $ ______________________ WRITTEN: ______________________________________________________________________________ Page 297 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 43 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 #26-005 Asphalt Paving Projects for FY 2026 (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. 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 Page 298 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 44 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. 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. Page 299 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 45 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. (Individual's Signature) (Individual's Signature) doing business as (Business Address) (Telephone No.) (Florida License No.) (1) (Witness) (2) (Witness) (SEAL) Page 300 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 46 If Bidder is PARTNERSHIP, complete this signature block. (Partnership Name) (General Partner’s Signature) (General Partner’s Name) (Business Address) (Telephone No.) (Florida License No.) (1) (Witness) (2) (Witness) (SEAL) Page 301 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 47 If Bidder is CORPORATION, complete this signature block. (Corporation Name) (State of Incorporation) By: (Name of Person Authorized to Sign - See Note 1) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) (1) (Witness) (2) (Witness) (SEAL) Page 302 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 48 SURETY (Surety Business Name) (Principal Place of Business) By: (Surety Agent’s Signature - See Note 2) (Surety Agent’s Name) (Surety Agent’s Title) (Business Name of Local Agent for Surety) (Business Address) (Telephone No.) (Bond No.) Witness: (If agency is not a Corporation) (1) (Witness) (2) (Witness) Attest: (If Agency is a Corporation) (Corporate Secretary Signature) (Corporate Secretary Name) (Corporate Seal) 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. Page 303 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 49 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 Page 304 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 50 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 #26- 005 Asphalt Paving Projects for FY 2026 (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by City of Ocoee, dated February 2026; and 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, as well as, fulfilling all warranty obligations required after the Certificate of Completion is issued, 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. 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 Page 305 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 51 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 fulfill 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 Page 306 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 52 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 for ITB #26-005 Asphalt Paving Projects for FY 2026. 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. Page 307 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 53 (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 Page 308 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 54 EXHIBIT D CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his 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 rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory 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 United States Secretary of Labor. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date , 20 . By: (Title) Official Address (including Zip Code): Page 309 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 55 EXHIBIT E - ITB #26-005 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 Page 310 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 56 EXHIBIT F CERTIFICATION REGARDING SCRUTINIZED COMPANIES’ LISTS The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Name of Respondent: By: (Authorized Signature) Printed Name and Title: Date: Page 311 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 57 EXHIBIT G ITB #26-005 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. Page 312 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 58 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 Page 313 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 59 EXHIBIT H - BID #26-005 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 Page 314 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 60 EXHIBIT I CONTRACTOR E-VERIFY AFFIDAVIT I hereby certify that [insert contractor company name] does not employ, contract with, or subcontract with an unauthorized alien, and is otherwise in full compliance with Section 448.095, Florida Statutes. All employees hired on or after January 1, 2021 have had their work authorization status verified through the E-Verify system. A true and correct copy of [insert contractor company name] proof of registration in the E-Verify system is attached to this Affidavit. Print Name: Date: STATE OF FLORIDA COUNTY OF _ The foregoing instrument was acknowledged before me by means of □physical presence or □online notarization, this (date) by (name of officer or agent, title of officer or agent) of (name of contractor company acknowledging), a _________ (state or place of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has produced ____________________ (type of identification) as identification. [Notary Seal] Notary Public Name typed, printed or stamped My Commission Expires: _______ Page 315 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 61 EXHIBIT J HUMAN TRAFFICKING AFFIDAVIT The undersigned, on behalf of Contractor, hereby attests as follows: 1. Contractor understands and affirms that Section 787.06(13), Florida Statutes, prohibits the City of Ocoee from executing, renewing, or extending a contract to entities that use coercion for labor or services. 2. Contractor hereby attests, under penalty of perjury, that Contractor does not use coercion for labor or services as defined in Section 787.06(2), Florida Statutes. I, the undersigned, am an officer or representative of the non-governmental entity named below, and hereby represent that I: make the above attestation based upon personal knowledge; am over the age of 18 years and otherwise competent to make the above attestation; and am authorized to legally bind, and make the above attestation on behalf of, the Contractor. Under penalties of perjury, I declare that I have read the forgoing document and that the facts stated in it are true. By: Print Name: Print Title: ________________________________ Company Name: STATE OF COUNTY OF ________________________ The foregoing instrument was sworn to and subscribed before me by means of ☐ physical presence or ☐ online notarization, this _____ day of _____________________________, 202____, by ______________________, as _____________________ of _______________________, who is ☐ personally known to me or ☐ produced _______________________________ as identification. Public Notary Signature (Seal) Print Notary Name:__________________________ My Commission Expires: Page 316 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 62 EXHIBIT K COMPANY NOT AN ENTITY OF FOREIGN COUNTRY OF CONCERN In accordance with Florida Statute 287.138 and for purposes of this affidavit, "foreign country of concern" means the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity of significant control of such foreign country of concern. The undersigned, on behalf of the entity listed below hereby attests under penalty of perjury as follows: 3. I am an officer or representative of ________________________ (hereinafter “Entity”), and I am authorized to provide this affidavit on its behalf. 4. Entity is not owned by the government of a foreign country of concern. 5. No government of a foreign country of concern has a controlling interest in Entity. 6. Entity is not organized under the laws of or has its principal place of business in a foreign country of concern. 7. If, at any time in the future, Entity does become owned by a foreign country of concern, if a foreign country of concern acquires a controlling interest in Entity, or Entity becomes organized under the laws of or relocated to a foreign country of concern, Entity will immediately notify the City of Ocoee and no contracts may be executed, renewed, or extended between the parties. 8. I have read the foregoing affidavit and confirm that the facts stated in it are true, and are made for the benefit of, and reliance by the City of Ocoee. Authorized Signature: Printed Name: Title: STATE OF COUNTY OF The foregoing instrument was acknowledged  by physical means /  by electronic means before me this day of 20__, by , who  is personally known to me /  presented as identification and who  did /  did not take an oath. Notary Public, Commission Seal: Print Name: Page 317 of 812 ITB #26-005 ASPHALT PAVING PROJECTS FY 2026 63 EXHIBIT L 2025-2026 Asphalt Plan Sheets PDF Plan Sheets Include Plans for All Projects Listed in Exhibit A 1) 1.0: Clarke Road (A.D. Mims Rd – Ocoee Vista Pkwy) 2) 2.0: Northern Durango Ave 3) 3.0: S Lakewood Ave (E Geneva St – E Orlando Ave) 4) 4.0: Blackwood Ave (Old Winter Garden Rd – W Colonial Dr 5) 5.0: Economic Court 6) 6.0: Kensington Manor Subdivision 7) 7.0: Shoal Creek Subdivision 8) 8.0: Windermere Groves Subdivision 9) 9.0: Harbour Highlands 2 Subdivision 10) 10.0: Prima Vista Subdivision 11) 11.0: Lakeshore Gardens Subdivision 12) City of Ocoee Speed Table Detail Page 318 of 812 Page 319 of 812 Page 320 of 812 GENERAL CONSTRUCTION NOTES: 1.CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1.25". 2.CONTRACTOR IS RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. 3.TACK MUST BE APPLIED TO ALL CLEAN SURFACES CLEAR OF DEBRIS PRIOR TO PAVING OPERATIONS.4.SPEED TABLE REPLACEMENT SHALL FOLLOW ALL SPECIFICATIONS SHOWN IN CITY DETAIL PW000 5.CONTRACTOR RESPONSIBLE FOR PROVIDE DESIGN MIX UPON REQUEST.6.CONTRACTOR RESPONSIBLE FOR CORE SAMPLES, IF NEEDED, TO CHECK ASPHALT AS-BUILT DEPTH. 7.CONTRACTOR TO NOTIFY RESIDENTS AND BUSINESSES PRIOR TO PAVING OPERATIONS.8.CONTRACTOR REQUIRED TO SET-UP AND MAINTAIN TEMPORARY TRAFFIC CONTROL. I I 1.25" MILL AND �l!:P-�- 1" = 100' GRAPHIC SCALE 0 50 100 1.25" RESURFACE (SP-9.5) S Lakewood Ave TOTAL SURFACE AREA = 27,000 SF OR 3,000 SY :1 a i '" 0: a: � ili � I a I FIGURE ISTIT)433)XT):33 Page 322 of 812 Page 323 of 812 Page 324 of 812 Page 325 of 812 Page 326 of 812 Page 327 of 812 Page 328 of 812 Page 329 of 812 Page 330 of 812 Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Craig Shadrix George Oliver III, District 4 March 17, 2026 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB No. 26-005 ASPHALT PAVING PROJECTS FOR FY 2026 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2026. This addendum consists of two (2) pages. Bidders shall acknowledge receipt of this Addendum in the space provided on page 23 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or amendments to the bid documents are as follows: Q1. For the Clarke Road location, the plans show three (3) Type F loops to be replaced, but at the Blackwood Avenue location there has been no quantity provided. Can the City elaborate on the number and type of loops to be replaced on Blackwood Avenue? A1. For Blackwood Ave, plan on replacing up to three (3) Type F loops at the Blackwood Ave – Old Winter Garden Rd intersection (Southbound). The Blackwood Ave – SR 50 intersection uses camera detection so there are no loops to replace on that end of the project. Q2. Will Railroad Liability Insurance be required for the work on Clarke Road? A2. Please reach out to Florida Central Railroad (FCEN). Any work within the railroad right-of- way will have to meet the requirements of FCEN. Q3. Will Railroad flaggers be required for Clarke Road? A3. Please reach out to Florida Central Railroad (FCEN). Any work within the railroad right-of- way will have to meet the requirements of FCEN. Q4. Are we allowed to leave a milled surface? A4. This depends on location and duration. Generally, the City is ok with a milled surface provided that the surface is repaved within 24 hours. Milled surfaces within intersections must be repaved same day. For subdivisions, the City is ok if the whole subdivision is milled and then resurfaced the same week. Page 331 of 812 Addendum #1 - ITB #26-005 Asphalt Paving Projects FY 2026 2 Q5. Is this project using FDOT standard specifications for the asphalt? A5. The asphalt specifications shall meet FDOT standards. Olena Stokych Olena Stokych Purchasing Analyst Cc: Milen Womack, City Engineer Page 332 of 812