Loading...
Item #10 Award Bid #10-03 Clarke Road Rehabilitation Project to APAC-southeast, Inc. r' AGENDA ITEM COVER SHEET Meeting Date: January 5, 2010 Item # to Reviewed By: ~ Contact Name: Joyce Tolbert Department Director: " '___, Contact Number: 1516 City Manager: ~u ~ ' Subject: Award of Bid #10-03 Clarke Road Rehabilitation Project Commissioners Wilsen-District 2 and Keller-District 4 Background Summary: Bids were received for the rehabilitation of Clarke Road to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the rehabilitation of a portion of Clarke Road; i.e., milling and resurfacing of 13,300 linear feet of this road from Silver Star Road (SR 438) to Clarcona-Ocoee Road. Project components include maintenance of traffic, temporary striping, permanent thermoplastic striping, and clean-up. The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. Issue: A ward the contract for the rehabilitation of Clarke Road to AP AC-Southeast, Inc. Recommendations Staff recommends that the City Commission award Bid #10-03 for Clarke Road Rehabilitation to APAC-Southeast, Inc. in the amount of $1 ,005,542.50, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority and up to the budgeted amount for this project. The Florida Department of Transportation concurs with this recommendation. Attachments: 1. Bid Tabulation 2. AP AC Bid 3. Addendum #1 4. Addendum #2 5. Addendum #3 6. ITB #B 1 0-03 7. Proposed Contract Financial Impact: This project is budgeted under the Clarke Road Rehabilitation project funded by the American Recovery and Reinvestment Act (ARRA) grant in the amount of $1.675 million through the Federal Highway Administration (FHW A) and the Florida Department of Transportation (FOOT). Type of Item: (please mark with an "x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Deat Use: Consent Agenda Public Hearing Regular Agenda X Original DocumenUContract Attached for Execution by City Clerk Original DocumenUContract Held by Department for Execution N/A N/A N/A Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~ 2 City Manager Robert Frank center of Good [./ . .~ -Qc;P~ Commissioners Gary Hood. District 1 Rosemary Wilsen. District 2 Rusty Johnson. District 3 Joel Keller. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DA TE: December 23,2009 RE: Award of Bid #B 10-03 Clarke Road Rehabilitation Project ISSUE Award the contract for the rehabilitation of Clarke Road to AP AC-Southeast, Inc. BACKGROUNDIDISCUSSION Bids were received for the rehabilitation of Clarke Road to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the rehabilitation of a portion of Clarke Road; i.e., milling and resurfacing of 13,300 linear feet of this road from Silver Star Road (SR 438) to Clarcona-Ocoee Road, Project components include maintenance of traffic, temporary striping, permanent thermoplastic striping, and clean-up, The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. The bid was publicly advertised on November 20,2009 and opened on December 22, 2009. There were a total of five (5) bids received, The lowest three (3) bids are: Bidder Total Bid 1. AP AC-Southeast, Inc. $1,005,542.50 2. Hubbard Construction $1,149,270.25 3. Ranger Construction Industries, Inc. $1,159,789.33 Other bids are listed on the attached bid tabulation, All bids are available in the Finance Department for review. The Engineering and Finance Departments and Wilbur Smith & Associates, the Construction Engineering Firm for this project, reviewed all bids received. FDOT has also approved the bid award. Staff recommends that AP AC-Southeast offers the lowest responsive and responsible bid in terms of qualifications and price. The base bid was in the amount of $1 ,005,542.50, Our evaluation of the municipal experience, reputation, and financial condition of AP AC-Southeast indicates that they are capable of completing the work required, The bid is well below the Engineer's construction estimate of $ 1.3 million. This project is budgeted under the Clarke Road Rehabilitation project funded by the American Recovery and Reinvestment Act (ARRA) grant in the amount of $ 1.675 million through the Federal Highway Administration (FHW A) and the Florida Department of Transportation (FDOT). z o ~ :J iii <( z:r: . O~:!j i=co. ct<(o .Jo'? ::Ja:N IIlWcn ~lll:~ CO::N -ctN 1Il.J... () M 9 o ... III 'II: C iii z ~SS o 1_ ~ R R to ',5 o.~~ ~:j ~ ~~C;~ Ul~CIICIICII5",ib z 0:(1 ~I ~I ~ lD c tl I- 00. :2 Jllwoo O::E lD 1iiu~~ iii8 ~~~~ ::i Ul 0. , . ~ ~~~ :::l w88 o ' , -8~ ~z glC"'-ai UlO ii<i!~~ w i= '= I- '" ..Jo:( -g"o o~:g:g:go",OJI- gl(~;:>~c~ 88 ::;;'0: lD 1ii w Q Q Wo <l>OC:So i= 0 <I> ~ - , U) 0.. CD 0'1 t:: ~~ Z :::l z w88 o ~og i=u 0.8.0. ~~ ~<i!~m ... .. 'C - ~ ~ffl q'5q~ i5~~~~lD1:1i 00 u~ :2< ~~ ~:::l lD w80 we QJoo8 (!) z <I> ~ ' . z- VJQ.2l~ ~ ~<h'" :::l w8/il U ' , ~~~ ~:iti <"'''' l- e w8/il !do.. a:l1i~ Q. ~m~ I-lO~ z;;;~ :::l wr::l!! ~.o"'; 0. reo ~ <i!;;;lii l- e r::l!! woO"": ~~~ 0.~1ll 1-"'''' Z :::l z o t ig :::l ]! ~~ ~~~ o ~ ~I ~ ~ ~ 1:1 ii 00 '-<:l!l 00 lD '" ~ ~ In :::l :J: u ~ g I- 111 !!.l ,,'= LLi c: Q) "C ~~~~~'fl~ o m<~ ~ gj 0:( r/) 0. 0:( g o~~ f- r/) w 8 ~ lO' N '" 8 .0 '" o o ~ o ;;; o o ::i 5l coi &l N ;;; o III coi '" 8 ~ N '" '" 8 oj '" N ... ~ ... t '" N lO cO '" ffl coi' 8 ~, ~ '" 8 o N '" 8 ~, ~ '" o o o N '" 8 ~ ;;; o o oj '" o III o l:i 01, lii ~ ai '" g ~ '" ~ ~ '" ~ N W O. '" III W ".; ~ ~ '" III .0 '" III lO o '" I;; III 01 o lO :li d w Igj ~ ~ w::; ~ ~ o en;;:J W ~-~gJ <( :c ~~~~ ~ ~ ~~~~ ". ~,w al ~15~~ ~ ~gj it! ~~~~ aiiila1~ ] faw~O >~>~ d~~ ~ ~~f2~ a:~O:8 zzz -j@ S,l;:jgJ~~ ~~~~ ~EE OJ ~~<(~~ ~OI~ 5:>:> E :;so'~ o.f-a.U ~~~ g ~~~~~ ~~~~ """ oz ~wW~O G~Gen :'j!"" UlO O::;Gjjjf- z z::; QJ~~ ~Ei=Z~~~z~iil~ffi~~ ~Oo.OzG5! .<t:->-ci O::~II' BL~i=cZO~~~~g~~ w~~~~OJI~~~~~g~~G-G- c~gem~~~~~iiil~~O~~~~ e '0 i:l '0 '2 1115 W gJ <( !Ii ~ ~ ~ '* ;! fu ;! fu al<<<m~I~C::;::;~::;~~~::;o::;o s ~ w, r:: '" o o * N ~ 8 N '" o "1 ;;; III lO ~ ai III '" o o N ~ ~ ~ '" ~ '" tll .0 o ~' '" 8 ".; W ~ .n N '" III 0) o I/) Sl o I/) /il .. N 0) N '" '" ~ '" /il Lri '" '" ... N '" III lO o '" ~ cO N ~ o '" ~ '" /il ".; ;! '" o o cO t; ... ;;; o o ~ ;;; /il ~ :::' '" o o ~ ;;; III III g ~. '" ~ ~ I/) III l!! '" N ;;; o III ~ '" '" ".; ~ o o ~ '" ~ ;;; 8 o 0) '" 8 N lO III ~ '" 8 g '" 8 o ~ 01 .n ~ '" ~ i1J N III N '" o ~ 8 ;;; ~ Lri lO .. ~ oj III ~ W. o ;;; ~ ~ o cO W N '" l!! :; '" ~ g '" N III j;j W ".; lO '" (jj ;:! N r-: ... N '" 0) III oj W '" 12 l:i '" o ~ oj III <'( ~ g ;,; 01 N ,,: w ~ Ifr 0_ enO ~!2 ~~ ~ ~ -~ ~ ~ .... u: ~o.&;"o~ t9 u. ~z -5!~ 0.. ~@' uOuwen u I=~ S,l@S,l~~ U uI:E ~~~~~ ~ ~~ ~~r:[bu r:Ui'80 uwu~C;> u~5~ zenzlJl~ 5~1=~ 8;Jj8;Jj0 uooen u~u u u<",~ 5~~O~ 5~~~ ~~~~g ~~~~ ~~ ~U(/) ~U)~~ ~:5~m~ ~ffi8ffi <(fu<(~::; c:'if-CD ffi~ffi~~gffie~~ a.CIJ 0..00:: ~~ a.. _ 5l;Jji)l~ft~i1lc~~ o o o ~ .n 0) ~ o III ".; 0) ..... W o '" '" 8 o ~ '" 8 .n ~ '" o o ".; lO lO .n W N '" 8 W M ~ ;;; o o g '" 8 ai '" '" o <D oj W ~ N ~ '" o lO N 0) '" '" c>q (jj ~ r-: ~ '" ~ Lri ~ N o o '" W ;;clj. ;;; r:: lil '" 15 ai CD 0). ~ 88 ~~ ~;;; N'" '" 00 00 gg ~'" '" 88 cid 010 "'0 0I:t-<<i ~~ I/) 88 tria ~~ 00 00 ~g "'N :g'r-: N~ '" 00 o III r--.:~ lOW '" .. g8 dd ;::;g lOr-: ON "I'" '" III 0 ~o a) a) "'''' ...'" ~8 r'ai :<.l:8 0"': lO~ ~'" '" N~ "'N cOlli ~N "'''' 8 Ng ~~ N 00 00 l!!g "'Ill ::i~ 00 00 Lrid ~:il. ;;; 88 og ~w ~... 88 ~~ 00 00 ~~ .n'" '" 88 ciei ~Cl "'~ "'''' 88 ..nci NN III 0 N"": ~fIt '" 00 00 ~d ~a ~8 g.~ lO '" ::8 !3 m~ ~ "'''' ~'" ~w ugj ~~ ~~ ~ 0 lJf~!S z ~u ~ ~ 8~ ~ fi zU)o..J ~ o~-;J; z I=::;~:> ;;:J ~ci~~ ;~ ~~~~ ~~ a:~ucr (J)~ 0::' z;J; a. ,":;:- zl'lo:> 5'~O 8rbo~ I="?m l-~:J~~~~~ ::;IG~uo-,;;:J- Ia.jjjW~mo5! B.i~Qtutu~50 <.....cnoo::a:u~ o o ~ N ri '" 888888~~8 gg~~gl!!~l!!~ ~~~~~.~~~:\ .,...,.,...-....WN.,. '" '" 8 ~ 88888/il88/il ~gg~g~ggg VJ~~aLi ri~ '" "'''' 8 o III N coi' '" 888888888 l!!0$i$i~gg~2 wgCZ;iliONoJI",lO ""Nr: -Cf')"l.l)-..q--"':"" U)CI) .....(1)-....."" "'''' '" o o Lri II'> 000000000 000000000 stggggtig~;; Nt--N lOt---. ......tftIflCft N"(f) '" '" o o o III N coi' '" ggggg8f6mg ggg~gg~~~ ~~~~~~:ri~~ .,.4It..-.....w.....v.. "'fit I/) o o Lri '" 8888888812 dddd.ncriQdd ;;;~~l!!~"'<ore'" ~fflVJW Nut '" '" o o o o 01 &i 88888/il~~8 Lrioogo"';51.-'.o 1;;8lil.....~~M2l~ V)..j"':NNW-..jN'w fo'tW...........C>?.....II) "'''' '" o o cO I/) 88888~88lil MoogLricoiogo C;;g~r--~K~lX)W N''''''''''''' C'Jffl '" '" /il !li N coi' '" :il12~t;88~~8 cO!:ioj.-'wQ"wcO ~'llt~~~oS;~~ fflN"":f'iait--"aiN"6't (flU)......CI)(I).....U) '" '" ~:g~~8g~~~ gi~~r;;~~~~g NN,.......... "ltO . ff) ffl ff) ri ..-~ '" "'''' o tll OWNO I!?NaJC:~~_~~a IllN III 0 <'l~ 018 C5~ r'ri "'... ~8 ;;;~ iil8 ~Lri ...r:: lOC'i "'''' /il8 ;;;l;i 88 :;g ~m l.tiN 11)1/) 00 WN ;;;::i 00 III 0 ~;! ~ lO g~ 00 ~<'l ~Ill "'''' III 0 ~o ~~ Lrfc-i "'''' III 0 wo ~M ...'" ~~ ~m o o Lri ~ ;;; 0000 oom\!) ogr;;j;j ~ <'{ 01. O. "'w ... ~'" '" 8 Lri ::: '" 888iil trilli~' N ~w '" ~'" '" ~ o o g ~ 8888 gg~l!! (OO(ON "":c-i": . ffl.,......1.'} '" o o o ~ 8888 cisioM ~ih~U) N I/) 8 o N '" '" 88lil8 o~' aid lO ~N N 00 -NN. (/)fI).....E/t ... o o o N '" '" 888~ ddoN PJalil'" '" N '" o o o ~ '" 0000 CONO gg~l!! ""'COinN thNN~ "'~ '" '" o o o ~ '" 8888 ~rrigzt ~..~ II) N '" 8 o III ;;; 80lDIll O~N o~gig 9~o;~ i\ - .6"t NIll "'~ I/) o o o III ;;; 88~~ g~s;;;; ~1I):;,f '" coi' '" "'iil*~ ..... !C. fa b ~ a.. ,Lti !c!2 o ~ ~!o~~~ ~~ g :>99 < z ~o~~o o~ ~~~ 6 lli ~~~~~~ ~~ ~, ~gg ~ s:-z ~~CI)~@..(/J Cl)y> u- ~~-~ i ~~ z~~~~~ ~~ ~ ~oo ffi ~~ ~~~~~~ ~~ ~ ~~~ ~ ~~~~~Oci09 00 0 goo ;;:J o~o.-'::;~~~~ ~~ ~ c~~ ~ g~~ ~oooo 00 0 ooe ~ ~ ~<(zzzz ~~ ~ z~~ ~ ~o~~o.~~~~ ~~ f- ~f-~ w ~OO~z~~CI)WCl) ~~ (/J WW(/J ~:;:-15~~oggg~'(iig~ ~ gg~ Go<l=mf-~enooenen~enr/) en oowen wm~~aien~~~~~c~~ :5 ~~~ ~~W~~~~~&~~~~~~~lli~~~ 5~W~c~o::;::;::;::;~::;~~::;~::;::;::; Z-':lo.G~~~~~o~ffi ~~~~~ ~o~ ozwwwww~w ~wwwww o~o~gw~~~~~~~~::;~::;~~~ ~n~ 12 M(o d ~f::, ::: U) en r' N '" '" <'{ ;;; lilg ON "'''' 00 III 00 '" NO oj ~ ~ lO "'CD .....- oci (O~ "';;; ~ ;;; ~~ ~ ~ "'''' 5j!~ l:J ~~ ~ tfl~- m '" ~. ;;; R~ d~ "'''' 816 ~ m~ d N'" ~ qU'). N ~ ;;; ~~ "'N '" l!!~ d"-: '" II'> ~ l':l 5l "':.n ~' ~w NIll "'t :g' '" O. ;;; o III <'ll!! o~ "'''' ~ '0 '0 , il ,s~ i~ - ~ 5 g ~~ i~ ~; ~ ~ ~ ~ ~! ell tl ~; .E:i '5l~ ~-Il ~~ -l\'~ ~~ OJ -d~ ~ ~) Os I-~ N'" ~'" '" "'. .... ~~ '" a: '2 en 5' ~ ;::' o -' ~ o a:w ~~ ~~ uu !;jf;; ~~ 0.0.. 00 ~~ ww ~~ o .... '" ~ ~~; III ~ c o : E o ~ ~ .... ~:t ~ 1; .~ ~ 8 U iiiu.. ~ ~ %~ ~ 'C 'C . ~ .~ ~:5 ~ ~~ ~ 8 ~ ~ u ~ " N ;::: ~ ~ x .: 't ~ ~ >- 0.. >- >- 0. " ~ > :~ ~ u ~ ~ u ~ u u u >- >- >- >- >- >- >- >- >- lU " " " >- >- >- >- '" '" c .,; .2 ~ tl ..' 2 :!l t:...l g u ~ '" ~ ~ ~ ~ J1 ~ " ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ QJ " tI 1.1 >- >- >- >- ~ '" .8 ~ ~ ~ 5 e ~ ~ ~ Ul ~ 'D 'C ~ o - o '" .. 0. ~ ~ ~ ~ " ~ 000 0 z z z Z U tI U Uti" U ~ U U lU >- >- >- >- >- >- >- >- >- >- >- :!J c ~ ON .~ ~- t: ...l c o U 'C ~ ~ :l: o ~ - C .. 'C ..... 0.- C '" . 0. . .:l ~ .:. ~ ~ UJ 8:: >- > ., " Co- ~ ~ > ~ > o 0 0 0 Z Z Z Z tI U tI U " lU lU " U U lU >- > >- >- >- >- >- >- >- >- >- !'! & ~ tl"t ~~ c '" o u ;;; :lE .. " ::::!~~~~~:.:~~ o 0 0 0 Z Z Z Z o 0 0 0 Z Z Z Z c , o E " 'C .. :lE ~ <i 8 ~ ~ g ~ ~ ~ c ~ '> ~ g ~ ~ j o l e c . ~ ~ I I ~ '" '" ~~S ...!..mo I~ ~ ~ ~ I~ ~ ~~. I C -;;; ";;'E ~ I ~ ~ e li.2 ~ ~ tl 8 8 ~ _1:9 ~ 8 - 8 I: I ~ 5 2 2 S ~15 ~.!::. ~.2 ~ ~ t:~~ jjg~i~~ 9~ S j~ ~~1 _ii~e,~~1 ~I i cg a.~U ~~~.oJ:~~e.n Of! > E< o..~~ xou~~~!~ z~ ~> ~ o-l ~ ~ ~ cs:. >- ~ ciil& ~ ti'i E f 8 ~ o~ 5~~ g~~~~~~gc~~ ~~ C .-l ~ tj ~ 0 tl ':;j w !: 610 ~ :0:0 ill ~ ~ 10 e c' ~ ~ iij (! cu ~ J( tD !:! E tllfol ~ ! Q: g ii "" 8 8 0 .~ 8. ~ ~ l:!:: - ~:E 5 ~I:S ~ 1) 6 L.l.. E l'I'l YJ ~ ~ ~m~]~~ ~J:~~s~]~ei]-lJ oS13 a:"'~~E~ ~c:g-g~-6tl11Q.<::Jt!~c8u.." W\ 2 d 1= 8 ~ ~ ~ ] ~ ~ I~ ~ ~ ~ € -g ~ ~ u. ~ :2, ~l~~~g 2~~~~~~]~fg~]S~. "'l:l:ct: ;2~2t1~tIl1O=8.,;;8a-.~~~ ~ ~ 2 2 2 2 --g 'ii !i :;; !i 1! fa .5 ,g- ~ 8' ~ g -g !i i;" otltltltl.llY"'c",8.!;;o-"'" :;-'eo.!;;-' 2;~~~~~g~~~~eg~~~~~s~lt ~m~~~~mzu~uu~u.~~~, .wZ~u. J ....i N fI'i ..j ui l.O r...: 06 oi _ __~ :::,. _ _ .. ~ o ~ C o 5 5 . ~ .~ ~~ o " :J tl a ~ ~;. .. u ~ ~ 8 ~ o~_ 8 ~ ~ I ~ IS ~ ! I ~ ~ '" 1 > ~ N L .lI t':l: ~ ~ ~ ~ .~ . lu t1> ';; ~:s wi 1:5 ~ ~::;:: ~ V)o~. ~ .. g ~ '~ > ! fJ ' ~ ! J 0: ~ t~ ~ l:'~ E ~. ~;g~' ~ !'f ~~'C;!~ ~ I-...~~l)i"","~ ~ I ",' I t I o ~ '" . C . '~ > ! ~ ~~ -g,,~ -o~I't"I,.., ,aE 5 : ~ ~ :f u. ~ 'S: ~ ~~. i e J ~~~~~V) I ~ I ~ I ~ I I .. :!5 ~ '" oif ~ .ft 18. '" -e 'S.l>i;i ~~' II'l ~ ~ ~ !t'i '8 ~ ~ 1'26 t:e E ~o ,.:.!: ~~ 51~VI> 8 .... I.,; ~ --g N ~ ~ ~ E 13 ~ t ~ ~ I'~ a:1 -S ~ ~ Q~.i~:~ I I" .E o '" ~ '::!. ~ ~ o > ~ ! ~ ~ ~ ~ C ~ ~,~ ~ ~~j~~ '~~i~~ ]~~~~ ii~<:i'VI~ ~ ~ ~ C 0 2Z ~ ! 8 I ~ '" ~ aI ~,.... ~ ~ ~ ~ 'i=~ ~ .! -" ~ C! ' ~j;'~~ :> :g ~ :f '" ~~I~~", I ~ I'h", 18 -= ~ It; ~ ~ I ~= ~ ~ ~ ~:a 8 I~] c. ~ i gz t~~ l: ,... ~ ,... c 18 g ~ ~ ~ '" . o 0 zz ll! ~ i::'" ~~ :.>~i o ~;5 8 !'~ 'S: o~ . '" 0.'" ~ ~ '2 :2 ~'" s ,., I ~ ~ I ~;i 18 J.g' ~ S-2 ,,~O II r ~ i! II ~ o ~ ;:- -- I I I 1 I I ~ I H :!l I ~ I ..... ~ I ~ ~ I iii;l; 1lO~ it I i~ ~ ~. ~ ~, j]~~ g ~]~.ll~~5 r~ ~ ~ ~ ~ '" ~ I" ~. ~ I~' ~. 1::J ~ .8l .. ~ 1 · l~.l>i ~ ~ ~ I I~~l~~ '~6t~~ I~ ;: .9 ~ ~~ 8 f ~ ~~ . 8 ~ ",' ., 8 ~ ",' I I Ii~ ft ~ ~ , I'll ':; ::: ~'!l . 'E~~~'> ~~,~qe I i~ ~~B", 8 I ~ Ii iQ' J ~ '" ~ ;' ~ I .. '" ~ ~ ~ ~ , I,g ~ ~ , I HOl~ 8~e~~ I l-'f ~ ~ ~ t ,~ ~ ~ ~.:< '" I I ~ I I ~ ~ I '" ~~. 1 8 ~ .. N :e'U): 'l:J I 12 II'l u. 1 ~ ~ ,1 . I .9 '" C 1i ~H j", i ~. 1 1 ~ 1 c I ~ ~ ~ ~~ [V\o~ i I I P I I II I I I ~ , J ! ! r I I , I .. I~- .-< N ~ ~ ; ~;f u ~.~ T. ',4i Jt ~ c j, ] .!l~...g 0 4 ~a~ ~ :'5 J! r-:.....:! .~ ti: <~~V)..:E 8 i ~ i ~ ~ I ~ If ;; ~ i J li ~: i!!l * ~ ~~ ibl ~ it f~ ~l ~ ! di~~l1:'~ ,~'S ~ 'I':g I I! 2~~' ~"'.1. I I r " s u '" ] ~ ~ ~.....~ ,~ ;S 'a, >t;( ... II'l ~.g ~ ~ ~~ ~. ~ ItE ~ ~ I!~ -6:;~" ~~ ~ ~ ~ -e I!; Lt ch II ~~IIl~~]. ':;ZliiN . ~.... l"f'l ~ ~ :;;; V"I- 8 d Ie ~. 8 ' ..... ~ ui I ~ ~ !~ . ...J ~ 1\ ~~ ~ i ,~,~ (,j ~~S'~ !:..s ~'5....'E ~ m ;>V'I ;~.~ ~:~'i:a .~ :8~ ~:;;,lJ &. ~talI U"I ll! ,.:. $ E l,U '-i ~ < i ~ ..~ V) ~ ~ I ' I t i " , i ~ I i ~ ~..~ E f1 .~ E ~S i J ~ 19it'~ .. ~ ~ ii: ~ · I"'::I: ,'o.m E I ~ ~ r~ ~ oJ I f ~ ~'.,,~'.G 110,""'" - ~.,~ :~ 12 ~ ~.~ .....w G.I Z 1:1 UJ ~d:l:<I>~ ~ I '" J ... ,,::;:: iA, f ;~ ~ ~ ~~r'lIl 'E!~ it ~"'.~ .l! 51 ::l'~ ! j~l~~V)~ ~ f '1 l I ~ . ! 1 ~ i f! I I I I 1 t J t , 1 I , ~ J I t I I ; , ,j ti I ~ ~ t ~ f ~ , ~i I ~J 11 ..,m-d ~ SECTION 00300 BID FORM SUBMITTED: 1~/~~/00 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID 10-03 CLARKE ROAD REHABILITATION NAME OF BIDDER: ~y~~- ~~lX\l[~ \1 \N~. J BUSINESS ADDRESS: ~~\D mJt~\CA~ ~~, J \~\S~\Mm~8 J ~~ 34~L PHONENO.:~ CONTRACTOR'S FLORIDA LICENSE NO.: ~~lD~'0D..1iJ THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. I Dated 11-,\~...Dq No. No. -r- Dated ~ No. No. ~ Dated ~ No. No. Dated No. Dated: Dated: Dated: Dated: (Receipt of all which is ',hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. Clarke Road Rehabilitation 00300-1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. Clarke Road Rehabilitation 00300-2 h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 1. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: 1. Bid Forms (entire Section 00300,00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit (Section 00480) 4. Certification of Non-segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 7. Corporate Authority to Execute Bid (Section 00501) 8. Certification Regarding Use of Contract Funds for Lobbying (Section 00313) 9. FDOT Disadvantaged Business Enterprise Utilization Forms (Section 00315) 10. Suspension and Debarment Certification (Section 00317) 11. Other forms listed in Section 00100, Article 32, as may be required for each Bidder and any included subcontractors. Clarke Road Rehabilitation 00300-3 = .S: - .~ S] ~~ - '" >~ ~'g ,-,0 :;;~ ~~ o ... ~!l ~u _r'l ~9 o .... "0 ~ r.l ,-.. "s::-:.c:::-<:: u rJ :=:: c- ~ ~~~~ ~ ..:l :;; c~ ~ ~:::=\2: ~ ~~ I .:;;=~-J?,.~ ~c;.~~ :;S~~~ -~~c-' d 'l..C'> =- cL --:::r -= - _Ie: - c::-..::. ---::::> ~,~ ~~ =-6 cs' zl~ 0.0 .....=::s ='" -= '= -:::r C? C ::,<:: f:' "..0 ~ -- .:= r.lOO u~ - ~~c~ p.. :;; 2- .- ~;;J ~ z z ~.;.;- ;:>~=~ ~ =7' ~ o::J~'-8~ ~ ;:;.= =-= 'LC" ~-=C~ c> .::= c- d ~ - ~1c5: "..c:> c- c: cl:> ,'-:' .: -= 1::2: =- ~ c::c<J -9 C< ~ >.C I\-'- --:=:> c;;..r- c:::s- =- .....:....- ~~ ...... - ,..., co E-q.., ............ L() gsO' (") O'l 0 o (") CO ill L() CO (") N I"- cri L() N. ...... (") -<i L() O'l N L() cri CO O'l o &j 8~(")g (") I'- ill N I'- O'l L() (") I'- ...... ...... ...... E-< Z ;:> Cf) Cf) >- ....J....J Cf) >- U >- >- Z Cf) Cf) I- Z I- Z Z z >-<(Cf)LL I- I- I- (1)WCl......J z o ...... E-< f:l ~ U rFJ r"'l ~ 0::: '#. 01i.i~ I- Ow w LLI-Ln U' 'w w:: ...... :..::: - Uw 0 o w ~ ~ Ur- ~;;=. LL LL.O 0::: ~ W~ 0::: 0::: <(Cf) <(....IN U UU I- o Cf):::l W W ....JZ roLL";'l U uO w I- <(CI) > :;;c ~:5 LLO~ LL w::.d: 0;: o:::1i.iro~ <( :--Cl..:--0?ft.(9 LL LLZ W <( I- (9 - N N ~Z ~I- 0 Cl.. <( --:- <( 0 U I--Z>- - - z""" O::CI)O::U <( (1);;szU ~ ::_UOUWWU 1-21-<( LL 0:::....J 0::: Z W 0 ~ 2 -- -0::: 0::: WLLOw ~ ~W~W~W:::lU ~2~~ :::l >0~(9 Z ZOLLI-LLUCf)LL o:::Oo:::~ CI) ~?ft.W~ ~~~U~~~:5~~ :::l~:::lU (9 ::--~ 0::: Z CI) 0 0:: ~ Cl.. ~ 0 00 Z mwo:::O ~;;~.d:I-~I-WWI- U~UI-:..:::SZ W2~S ~2~BUWU~~U BO:::B~U~ (1)~ ~ 0' UZCf)ZCI)UZ_-<(-~:r:> ~....J I- ,I- 0<(0 O~I-I-I-~ > U<(~<(~ ~<(~~UOJU~qU2~CI)~O~Z LLro<(~ :r:O:r:~ULLU <(U~o:::o:::o::: ,~O ~:..::: -W~ Cl..1-Cl..U-O-:":::Z-~LLWLL~W-(9 o:::gb~O (1)O:::CI)o~I-~~8~qw~W=I-Z I-O:::Z2~ <(<(<(I-<(Z<(....Jo:::<(<(I--CI)I-NWZ LLWW (91-(9C1):r:WIro~:r: w~W~o:::o::: 02(9~O ZCI)Z2Cl..~Cl..>-~Cl..OO:::r-O::: U<( -Zwl- -I-a:-I--CI)WCI)UUCI)I-U= U=.z > Z W....J_Zo::: W 2<(U<(Z <(o:::Z~ZNO > o U (91- I <( ~>~ 'W<(WWOW<(Oo:::ON U W 1-;;S-~mZOZ:":::I-~X~Xq>....J>(9I->I-UWUID:":::....J SZ UCI)Cf)WCI)W<(<(Cl..<(ZCI)<(CI)l-rol-l'-....J~ O:::UOo:::C(9~(9~Cl..~Cl..W~Cl..O:::....Jro....J(9<(1- :J I- O~ W""'Z:CZIo:::u..O:::I--O:::W<(:::l<(Cl.. > U '000::: ~-I--I-WWW 2W :r:o::::r: >w CO Z ~"",W~....J....JCl......JCl..Cl..Cf)Cl..OZ 'Cl..~o... _o...u-iW I- 0~W~2-LL~W~W:::l<(:::l O:::l-CI)L()CI) ,Ow 2 2 0::: 2 :J ~O ~ 0 20 CI) OJ Cf) S~ Cf) ~ <( cri <( ~ CI) 0 :s i;I;l . E-<O ......Z S = (") ...... , o I'- I I'- N (") ill I o I'- I I'- N (") (") ...... I ...... I <:t (") (") (") ...... I ...... I ~ C") (") (") N I ...... I <:t (") (") N (") I I'- I I'- (") (") (") "f l"- I I'- M (") ...... ...... I , ...... N o 0 ...... ...... ...... I ...... I o ...... N N I ...... I o ...... N ~ LL (1)CJi I-....J w<( Cf) Z ~(9 CI) t; I wC ....J :::l OJ 0 2 Z :::l0 O:::U N ...... ...... .,- ~,...... I N~tb'7 NN~o L()L()L()~ II ~ ;;: :D E III </) </) --< II (/) --< or .g u III ~ III :5 .... III ~ II 0: s:- U Z W (9 Z F= Z o S o Z :::l o 0::: (9 0::: W o Z :::l Q:) (/) d.l ~ II (/) ~ t:r o f- c.ri :::i II Z o f- -i:i til :>< III til :l cr (/) II :>< (/) .q- I o o Or') o o ~ III III "" III til :l cr r/) II "" (/) E :l (/) 0. E :l ....l II (/) ....l '0 o "" til III c: :.:i II 0" ",,'-= ....l~ c: o ...... ~ .-:::: .-< :E ro ...c: Q) 0::: "0 ro o 0::: Q) ] o ," </) ..c:: '" u 0 '" .... u.lO II II ~~ ,,0 Q 0" Z'-= u.l~ o~ u.l III ....lZ .~ .- C':l == .--. .- "Q.Q Il.l C':l = ..:: c Il.l :c::: C "Q Q C':l ~Q ~~ -.:0: o .. ~..:s QU - t"l =:1= I = - [oil .--. ~ -::r ~ ~I= -= ~Is:: c>,'::: r-- r ~19 9 u~ ~=-c-a<<---' '--1'-' ='- II C2 [oil E'=:::::..~ c, _ ~.,;, -' ~ -!ol,e-' ~~.,r. < ~ c.. =:I ~~ = lcS ~ ~ -0 -;: ~c $ 1...2= '-' Z ..J~~~~ ~...-<-= '=f--P ~J(; >; -< => ~I""":-- =::::5' ~ ~Q ~p::s '- =--p- _r- :0 b ~ t- '=- r-::2... I:f: F=""~~ ~ ~e ~~ < b!t: ~ -:t: ,_, r;;- _W--j_ 13 ~ C:> '.-C <:::: 2. gl~ ,c, r: ~ U... c::: I '-'- 1-'. - ":21 <;2~ =- ~ ::s <:::: - ~-I,;;;o,.. '-f ~ [oil '::-....= ,- . -'---::1-=-, r . -:::: C> 25 1'-' _~ C2 =:I =-: ~ b.(':-C -= o;;;!-. - '\.CI _ ~ I -I C: .-::. c.. ~ C5 f-:::rl~ ~ t:~ I~ ~ F' ~ Zz =>- '-' "Q = Q . - .... l!) E-q... f'-. 1201 E-< - z => f'-.NfiS~~o NCO......l!)~~~~ l!) l!) (0 N ...... M en co N co ovl!)f'-.CO Vl!)~NC")CO .....v ..,f " ............ LL 0.. <{(/)<{<{::2:::2:LL LL LL <{ <{<{::2:LLLLLL ...J W<{WWZC)...J...J...J W wWZ...J...J(/) z o 1= c.. C2 U I:I:l [oil Q ~ [oil . E-<o -z Q - =:I o w ~ U <{ -, o Z :::::l o 0::: C) 0::: w o Z :::::l ):' U Z W C) ):'~ uf- ZZ Z wO <{ C)U I Z- f- i=;jl7C/) 5LL~fB UC/)>-...J -Wl-- -X ~O C/) LL CD ...J <{ C/) Z Z):'...JO C) U <{ i= -ZZU C/)WC)Z ~C)C/):::::l - Z I -, 5i=W~ ZZii5::J 00 <{ :::::l U ~ U 0.. ~ LL -~ ~LL LLZ -C) >- - ...JC/) CDf- ::2:C/) Wo ~o.. <{W 0.....J oC) OZ ...JC/) W C/) C) C/) <{ o C/) Co 0::: 0 C/) o..Co~ <{ ~ :: 52 Q: N ~ ~ rn wuCoC/)~...... N<{ '-' LLOO~O 60.. ~~ LLC/):J'7~:J :J8 0:::0::: C/)o:::oo '0 OC/) .Q::O::: ~~C/):s.~C/) c/). <{~~~ o:::wuiuiw wui uiwOOO <{ !::: !::: !:::!::: !:::!::: !:::!:::...J...J...J ::2:IIII II II...J...J...J f-5:5:5:5: 5:5: 5:5:~~~ Z WOOOO 00 00000 ::2: 0::: 0::: 0::: 0::: 0::: 0::: 0::: 0::: ~ ~ 0::: w W<{<{<{<{ <{<{ <{<{--...--...<{> >0000 00 000000 <{ZZZZ ZZ ZZZZZ""" 0.. <{ <{ <{ <{ <{ <{ <{ <{ <{ <{ <{ Uj ~t)~t)t) t)~ ~~t)t)t)o::: i= c5 U U U U U c5 U c5 U U c5 Uw i= i= i= i= i= i= i= i= i= i= i= i= ...J C/) C/) (/) C/) (/) C/) C/) C/) C/) C/) C/) C/) lli ::i ::i ::i::i ::i::i ::i::i::i::i::i::i Cf~~~~~~~~~~~~~~ , o ::2: ::2: ::2:::2:t9::2:::2:<{::2: ::2: ::2: ::2: ::2: ::2: ':::l 0::: 0::: 0::: O:::O:::~O:::O:::C/)C/)O::: 0::: 0::: 0::: 0::: 0::: ~ f- W W W W_ W Ww W W W W W W 0'" W I I I I~ I I""" I I I I I I t.- o::: f- f- f- f-> f- f-.:::: f- f- f- f- f- f- '" Co Coo.. Co...... 52 C/) 00 :J:JO 00"7' C/)C/)~ C") N ...... I ...... ...... I ...... ...... f'-. l!) N ...... , ...... ...... , ...... ...... f'-. o co ...... , ...... ...... , ...... ...... f'-. oo......v...... COf'-.......Nl!) ............NNNf'-. I I I I I ~ ~ ~ ~ ~ T""" I T""" T""" T""" T""" T""" T""" I I I I I T""" T""" T""" T""" T""" T""" f"- T""" T""" T""" T""" T""" f'-.f'-.f'-.f'-.f'-. v ...... , ...... , o C") co T"""T"""(O;: ~MLO IT"""~ I ("f')T"""T"""T""" ~~~~~;:ii: ~~$~f'-.~~~ ,~ u Il) on .... Il) .5 .... Il) ::>... II ;:;::: ., CIJ .... Il) ::>... II CIJ ::>... i:i' o 1- U'i ::i II Z o 1- -0 .... '" >- Il) .... '" ::l 0" CIJ II >- CIJ lr) , o o ~ o o u Il) ~ Il) .... <oj ::l 0" CIJ II ~ CIJ Ef ::l CIJ 0. S ::l ...J II CIJ ...J "0 o ~ .... '" Il) c :.:s II Il) ~:: ...J~ t:l o - ctl .':: - :.E ctl ..c <:.) ~ "'0 ctl o ~ Q) ~ I-< ctl o ;.."' ell - on U 0 <oj .... ~O II II ;;j~ ,,0 0.,- z:: ~~ 0_ "'-l Il) ...JZ 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid licensees) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. Clarke Road Rehabilitation 00300-6 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City's needs. The City ofOcoee encourages the use of minorities and women-owned businesses as subcontractors. Balance of this page left blank intentionally Clarke Road Rehabilitation 00300-7 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) - - - .--- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - --- - - Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Clarke Road Rehabilitation 00300-8 Strike ut (X) non-applicable signature block and complete applicable block. (ALL SIGNA ORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW T SIGNAT S) If Bidder is: (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Ph e No.: Frida License No.: Clarke Road Rehabilitation 00300-9 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION By ~P~t- S~\lell INC. (Corporation Name) ~(li~l A (State of Incorporation) JD~ ~, \1tDf~ (Name OV\~S~~D@f MlA) \)I\\N~~~ (Title) t~~ (AuthOrIzed Signature) (Corporate Seal) --1. ~ ~ 5~l....~._ Attest C. ""':c.lo-t.l (Secretary) ~~\D ffi\~~l~~ ~E,) ~\SS\ffiffi~8-J y~ ~41~4 Business address: Corporation President: 4D~ - ~4~-- ~~46 JDvrN g\L1 D IY\DrZ~ t~e 0 ~~ ~~~ Phone No.: Florida License No.: Clarke Road Rehabilitation 00300-10 out (X) non-applicable signature block and complete applicable block. (ALL SIG TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELO THEIR SIGNA S) If Bidder is. By By Business Address: Phone No.: (Address) (Each jo' t venturer must sign. The manner of signing for each individual, partnership, corpor ion that is a party to the joint venture should be in the manner indicated above.) Clarke Road Rehabilitation 00300-11 Surety's Name: List the following in connection with the Surety which is providing the Bid Bond: f~n~~~ INSU~~f Q~mPAN~ I~ ffi~uNlW V\~ ~D. W ~~K~W) ~cr D~~D~ 13. Surety's Address: Name and address of Surety's resident agent for service of process in Florida: J~\~~~ U~~ ~\S~.} lNSl\~~~8 ~W. ~uTh5~N\~~ IC~\A\lf 0DO sj\j;f U\:'I.t ~ffi\J \XI . ~~lDJ END OF SECTION Clarke Road Rehabilitation 00300-12 SECTION 00301 QUESTIONNAIRE DATE: \~J}~ 1)~ City of Ocoee CLARKE ROAD REHABILITATION NAME OF BIDDER: ~~~t--\~~U1](~~1) I~t. \D . ~\S Vl,. Telephone No.: 4D~ - 1~4~ - ~ 4~6 CONTRACTOR'S FLORIDA LICENSE NO. ~~~~~'bDu~ PROJECT IDENTIFICATION: BUSINESS ADDRESS: The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. H01u;ny years has your organization been in business as a General Contractor? 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? ~~b ~b 't- ~~~lIK\2\ 3. Have you ever failed to complete work awarded to you? If so, where and why? Fo 4. Name three (3) municipalities for which you have performed work and to which you refer: ~ 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? ~~~ Clarke Road Rehabilitation 00301-1 6. Will you Subcontract any part of this Wark? If so, describe which portions: ~1~i11ld}rn1ITrrJ3"ft\P\~C1l , 7. What equipment do you own that is available for the Work? ~~(~ll\VMOCJl~1. 8. What equipment will you purchase for the Work? - 9. What equipment will you rent for the Wark? - 10. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet if necessary). ~ \v \J)~\ ~fL, 11. State the tEd SX~~1 correct, and complete name under which you do business. Bidder is: ~p / O\A\~~~I \~~, END OF SECTION Clarke Road Rehabilitation 00301-2 SECTION 00301-A SUBCONTRACTOR/SUPPLIER LIST Will your finn be doing all the Work with your own forces? Yes_ No / (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contract, addresses, phone numbers, type of work subcontracted (trade/commodity), dollar amount of work, and M/WBE designation or Majority (Non-M/WBE) owned company. See Instructions to Bidders for M/WBE requirements. Provide all infonnation requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME, CONTACT ADDRESS, PHONE NUMBER Lt- 5 6 7 Clarke Road Rehabilitation WORK TO BE PERFORMED (TRADE) OR COMMODITY TO BE SUPPLIED :3fuP\~\~ ~(4 =m:rrn:N (~ ~ END OF SECTION M/WBE ESTIMATED DESIGNATION DOLLAR OR MAJORITY AMOUNT OWNER J t~.l~~D,~D Mk1t~tn1~ $I~ J~6D ,DO ~2 jp ~4 , ~~ ~ 16 ~ ~ SD J~~~'~\ ~ 00301-A-I SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF, SY) (Quantity) Cost Cost - - - - - A $ $ - - - - --- B $ $ - - -- .-- --- C $ $ - - - - - D $ $ - TOTAL $ BIDDER:}r~t/(~~'~1 lNt SIG~~ <-- BY: Jo . __ (Print or type name) TITLE: ruu~~~\D~-r M~~ ffi~N~C;ttC DATE: ,1- \ ~b \ 0C1.. . THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.) END OF SECTION Clarke Road Rehabilitation 00302-1 SECTION 00303 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 287.037). 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. Clarke Road Rehabilitation 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: ~rAt--- ~O~~ l \Nt. Signed: q ~~~ ~ - By: JiWN ~. ~O~~~ ~~~ W\ '~fu~ (Print or Type Name) Title: ~ \ Date: \2. II ~ I DC\. END OF SECTION Clarke Road Rehabilitation 00303-2 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, APAC - SOUTHEAST, INC, , as Principal, and FEDERAL INSURANCE COMPANY , 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) $ 5% OF AMT, BID FIVE PERCENT OF AMOUNT BID (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. 22ND day of DECEMBER 2009 Signed below, this 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 [Project Name}. CLA.RKE ROAD REHABILITATION ITB# 10-03 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 Amendment to the 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 Amendment to the 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 Clarke Road Rehabilitation 00410-1 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof), 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due, 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6, No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to, Bidder and Surety at their respective addresses shown on the face of this Bond., Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This ,Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 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. Clarke Road Rehabilitation 00410-2 BIDDER: Strike out (X) non-applicable signature blocks and complete applicable blo All si atures must have their names rinted or e below their si a (Individual's Signature) (Witness) doing business as (SEAL) , lorida License No. Clarke Road Rehabilitation 00410-3 (Witness) lorida License No. Clarke Road Rehabilitation 00410-4 APAC - SOUTHEAST, INC. (Corporation Name) GEORGIA (State ofIncorporation) By:J~~ ~. \\tOP0L (Name of Person Authorized to Sign - See Note 1) ~\C~ ~R~S\\)C~, M~ ml\N~~~ (Title) ~-l~~J- Authonzed SIgnature) Clarke Road Rehabilitation (1) (2)~ ~d (W tness) (SEAL) 00410-5 I SURETY I WARREN,NJ (prin~al Place of Business) Witness: (If agency is not a Corporation) (I) \:tt<- ~ rl / l.i!-- (';;:;!::;f .t (2) ~ AA:- (Witness) FEDERAL INSURANCE COMPANY (Surety Business Name) ee Note 2) Attest: (If Agency is a Corporation) TINA DAVIS (Surety Agent's Name) N/A (Corporate Secretary Signature) ATTORNEY-iN-FACT (Surety Agent's Title) N/A (Corporate Secretary Name) MARSH USA RiSK & INSURANCE SERVICES (Business Name of Local Agent for Surety) (Corporate Seal) 15 W. SOUTH TEMPLE, STE. 700 SALTLAKECITY,UT 84101 (Business Address) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or v~ce-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. Clarke Road Rehabilitation 00410-6 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of M~trS~~~~SI, JNt . (Contractor's Corporate' Name) a corporation under the laws of the State of ~~D~~\ ~ ,held on the \s-r day of D(;(D~~~ ' \ ~ ~ I \ the following resolution was duly passed and adopted: /l _~~ t~ ~. \ . ~^v1tl (signature of individual (typed name of individual) as ~ ~ ~~~ \ D8Nf ~ffi- ffi\\N ~ ~el of the corporation, is hereby authorized to execute (title) "RESOLVED, that and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for (project name) . \t~t~ (Bid No.) between the City of Ocoee , a municipal corporation, and this corporation, and that his execution thereof, is attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this ~~Nb day of bafW\~ ,.. (CORPORATE SEAL) STATE OF ~~ CITY OF ~ ent was acknowledged before me this~ day of~, ~ (name of officer or agent, title of officer or (name of corporation acknowledging), a (state r place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced identific tion ( of . identification) as identification and did/did not take an oath. ~. ~~ .(Corporate Secretary) C . l \ .J; lJ, - .~,e. "'"'" S.rAMARA ALBRIGHT NOTARY PUBLIC _ STATE OF FLORIDA . . Comm# 000936903 E Expires 11/3/2013 Clarke Road Rehabilitation \ \/~, ~O\'0 (Notary Public) My Commission Expir 0041 0- 7 SURETY ACKNOWLEDGMENT STATE OF UTAH } COUNTY OF SALT LAKE } SS On this 22ND day of DECEMBER, 2009, before me personally came TINA DAVIS to me known, who, being by me duly sworn, did depose and say that she is an Attorney-In-Fact of FEDERAL INSURANCE COMPANY the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instr.lmcnt is such corporate seal, and that she signed the said instrument and affIXed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. ~)J\- Notary Public -.-.-...... -, ~ I 1 I t I I I '~ Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 CHUBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE ;~~i~t~7n: ~i~i~~r~~~gj~~~08'~~~~~C~~~ ~~~~~~I~~~~:~~~a~t VC~k~nti~~r5~~~io;n~O M:~ ~r~{..;ijn~~t~~I~~~ Cf k I a h 0 m a .-.---.----.-.-...--------.-.....-----------..-.-----------------------------.--------.-.------------------------.-..-------.-.------.-....- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds end undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 20th dayof November. 2009. ss. c ~-c~ II Kenneth C. Wendel, Assistant Secretary { STATE OF NEW JERSEY County of Somerset On this 20th day of November, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attomey, and the said Kenneth C. Wendel. being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of seid Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attomey is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and i~ deponent's presence. STEPHEN B. BRADT Notary Nlllc, Stat8 of New Jeruv No. 2321097 CornmInIon ExpiI8I Oct. 25, 2014 ~~CU~'P"b1;' CERTIFICA liON Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly wilh the Secretary or an Assistant Secretary, under their respective designations. The signature of such oflicers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistanl Vice President, any Secretary, any Assistant Secretary and the' seal of the Company may be affixed by facsimile to any power of attorney or 10 any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed afld certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I. Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department: further, Federal and Vigilant are licensed in Puer10 Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attomey is true. correct and in full force and effect. Given under my hand and seals of said Companies at Warren. NJ this DECEMBER 22, 2009 /~~~ Kenne~stant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: suretvt1llchubb.com Form 15-10- 02258. U (Ed. 5. 03) CONSENT SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF fU)~\~~ COUNTY OF ~S~0J LA- \l\IThf ~ \1:IDJn~ .jV n'" . I Y ~ , being first duly swore deposes and says: He (it) is the j \ ~~ r~~ ~\~~~ M ~N A ~~IL 1J\r ~~~MS\ t~Ewner, Partner, Office, Representative or A~ent) of /" u . , the BIdder that has submitted the attached Bid; ) ) 1. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. By: ~--~~~ --- Title: mu~~\\t~~l ~Qfli m~N~~~ Clarke Road Rehabilitation 00480-1 ~~'11 and subscribed to ~e me tbis ~~Nb ~, in the State of ~\DA Clarke Road Rehabilitation J!.. ~~ %l~ END OF SECTION day of b~~~ , County ofJ1CtlLA- Notary Public TAMARA ALBRIGHT SNOTARYPUBUC ST ArE OF FLORIDA comm# 000936903 . 7NCE ~ Expires 11/3/2013 00480-2 SECTION 00481 CERTIFICATION OF NONSEGREGATED 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. 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 are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date ~~c..... \~ , Z-cx:A. . t-fl~~ r-- N~me R ]nO ~8t ~ ~ \D f ~~~ Title Official Address (including Zip Code): ~~\D m\~~\~~ ~f. ~ \~S\ ffifil(Q j Yl., I~~ ~~4 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Clarke Road Rehabilitation 00481-1 SECTION 00482 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City ofOcoee, Florida by i\9M/~Mm8'61)NCb~ j~tm ~,Ht~~~ ~\~ 9R~\ f AA ( rint individual's Name & Title) whose business address is ~~~D m\t~ \fuM\\ ~~. ~\SS\mIilli48/ ~y~~ 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(l)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. Theterm "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. Clarke Road Rehabilitation 00482-1 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to Jh entity submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted ofa public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submi~ing this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendorlist. (Please attach a copy of the fma1 order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. t;-l~~----- . nature) Date: \ '\.. \ \~ l oCi.. ~~ ~ / ~~~1U~~&i \ N ~ . I Clarke Road Rehabilitation 00482-2 STATE OF V~~((\ ~~ COUNTY OF ~S~~D ~~ Name of Bidder (Contractor) PERSONALLY APPEARED BEFORE ME, the undersigned authority, J~~ ~. ~~p~ (Name of Individual Signing) affixed his/her signature in the place provided above on this ~~Nt> bC~~a- ,~. who, after first being sworn by me, day of TAMARA ALBRIGHT .NOTARY PUBLIC ii< 8T ATE OF FLORIDA comm# DD0936903 . ~ E' . Expires 11/3/2013 Notary Public ~~ My Commission Expires: ./0- go \b END OF SECTION Clarke Road Rehabilitation 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the unde7si ed prospective construction contractor or subcontractor. I certifY that: (1) I have/ have not participated in a previous contract or subcontract subj ect to the Equal Opportunity Clause and (2) if I have partic~ated in a previous contract or subcontract subject to the Equal Opportunity Clause, I ..; have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certifications in my files. Date ~cc.... \b , 'LQC8" By: L t ~ (~e of Authorized Official) ~~ onstruction Contractor or Subcontractor) \ \ S\ ~ (Address of Prospective Construction Contr ctor or Subcontractor) Y~0/1~~~-~4W5 D~~14D0lliR (Telephone Number) (Employer Identification Number) END OF SECTION Clarke Road Rehabilitation 00483-1 POWER OF ATTORNEY - 2009 Power of Attomey executed by APAC-Southeast, Inc., (the "Company"), relative to its operations. KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the authority granted in resolutions adopted by its Board of Directors on October 1, 1981, the Company, acting by and through its duly elected and qualified President, John H. Skidmore, does hereby authorize the following trade names and grants the following authority to the persons herein designated. subject to the 6mifations herein set fO$, as follows: A. DEFINITIONS The following tenns shan have the indicated meanings in this Power of Attorney: The Comoanv shall mean APAC-Southeast, Inc., a Georgia corporation, which includes business operations of the Company condUcted under and by, and the assets and properties of the Company managed by, the various units and divisions whose trade names are hereinafter generally desaibed. Contract Documents shall mean any and all bids, proposals, agreements, instruments, contracts, bonds, releases, satisfactions, labor. and payroll affidavits and reports, periodic and final estimates, consents to the releases of retained percentages and the payment of final estimates, and all other documents, writirigs, consenis or reports necessary or requisite to the irnpIen'-ll.:rtion of any of the foregoing documents herein defined that shaD be related to, connected with or arise out of the regular and ordinary business activities of the COmpany. Officers shall mean persons from time-to-time designated by the Company as such officers of the- Company. Authorized EmDfovees and Assistant Secretaries shall mean persons designated from time to time as such by the COmpany or by any two Officers as hereinafter set forth. . B. AUTHORIZED TRADE NAMES The activities and operations of the Company may be carried on in any of the following manners or styles as may from time-te-time be deemed necessary or appropriate: Alabama Division, APAC-Southeast" Inc. Ballenger Paving Division, APAC-Southeast" Inc. Central Florida Division, APAC-Southeast, Inc. First Coast Division, APAC-Southeast, Inc. Gulf Coast Division, APAC-Southe&st, Inc. . Major Projeds Group, APAC-Southeast;.Inc. Southern Florida DMsion, APAC-Southeast, Inc. C. AUTHORIZED ATTORNEYS I. OFRCERS The following persons are hereby designated OFFICERS of the Company and are hereby made, constituted and appointed the true and lawful attorneys of the COmpany for the purposes and subject to the limitations hereinafter set forth, to act in its name, place and stead in the matters hereinafter mentioned: ~ John H. 5kicmore Guadalupe Aranda Steven C. Ayers Gregory P. Baler . Ken Barber David M. Church Harry S. Curlin Qme!;. President Va Presi:lentfAsst Sec. Va PresOenI:IAsst. Sec. . Vice PresidentlAsst. See. VICe PresldentIAsst. See. . Vice PresidentlAsst See. Va President/Asst. Sec. tsm!;. R. Glenn Philips Charies F. Potts, Jr. Robert Royal James A Stmln, Jr. John W. Taylor Bnlt TtI.:lmtDn Creed Jackson Williams ~ VICe PresiderrtlAsst Sec. VICe President/Asst. Sec. VICe PresidentlAsst. Sec. Vice PresIdentIAsst. See. VIce PresidentJAsst. See. VICe PresidenlfAsst. See. VICe PresidentlAsst. See. Sam W. Head, Jr. Raymond J. Hill John R Hooper Jeffery L Janeway Timothy G. Mullendore David M. Murphree Sean T. O'Sullivan Tunstan B. Perry N VICe PresidentlAsst. See. VICe PresidenUAsst. Sec. VICe PresidentlAsst. See. VICe PresidentlAsst. See. VICe PresidentlAsst. Sec. VICe PresidentlAsst..See. VICe PresidentlAsst. Sec. VICe PresidentlAsst Sec. Charles Brown David Anthony Donofrio Robert Delisle Jennifer K. Edwards Michael R Halpin Kenneth C. Laing David A. South Treasurer/AsslSec. Secretary/Asst. Treas. Asst. SecJAsst. Treas. Asst. SecJAsst Treas. Asst. SecJAsst Tress. Asst. SecJAsst Tress. Asst. SecJAsst Treas. The following persons are hereby designated. OFFICERS solely for the purposes of executing and attesting various corporate documents, tax retums, affidavits, and similar such instruments as may be neCessary from time to time: William B. Miller Alan Monaghan Michael F. Deaton M. Craig Hall Heather E. Harper . Gary P. Hickman David C. Lewis Deborah L Murphey Michael G. O'DriscoU David M. Toolan Administrative Vice PresidentlAsst. Secretary Asst. TreasJAsst Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary Assistant SeCretary Assistant Secretary II. AUTHORIZED EMPLOYEES The following persons are hereby designated AUTHORIZED EMPLOYEES of the Company and all are hereby made, constituted and appointed the true and lawful attorneys of the Company for the purposes and subject to the limitation hereinafter set forth, to act in its name, place and stead: Jeffrey R. Andrews Anita M. Billingsley James R. Baterf John S. Bramonte Jerry L Crisp Ricky D. Cross John J. Davis David Denison Joseph F. Donaruma Jerry Ray Doss Bobby J. Dykes Doug Eckhoff Jerry F. Fletcher Charlotte S. Garvin Lisa S. Haber R. Delane Hartzog Gerald Hoffman Rick E. Jarvis G. Michael Johnson Craig Ketron Clifford B. Latta III Tmothy B. Mayhall Patiick B. McKnight Wdllam R. Nowak Michael Palumbo Grant G. Peterson Matthew A. Phillips Steven Schauer John D. Smith Jeffrey M. Snyder Kenneth W. SWeet Carl J. Thompson John A. Walker John B. Wilson III. ASSISTANT SECRETARIES Any and all Contract Documents of the Company which may be signed or executed pursuant to the powers of attorney herein granted to the Officers and Authorized Employees hereinbefore named may be attested on behalf of the Company and the Company's corporate seal may be affixed thereto by any one of the following named persons, each of whom is hereby designated an ASSISTANT SECRETARY of the Company for the limited purposes stated herein: Anita M. BiDingsIey Mark K. Blair Charles J. Blinne Linda A. Bradley Roma M. Carpenter Jeremy R. Christopher Ricky D. Cross Jerry Ray Doss Judith M. Fletcher Charlotte S. Garvin Steven M Graycheck Cynthia L. HaD Kathy Hambleton R. Delane Hartzog Melinda Lewis Doramella M. Martin Dona D. Oliver Marizabed Perez Grant G. Peterson Carmine Restino Rodolfo Reyno Pamella M. Sahr Joan Schuh Alan L. Scott Tracy L Shores JBmes H. Stem Ashley Turner John G. Walker D. EX E C U TI 0 N 0 F DOC U MEN T S I. OFFICERS 2 Each of the Officers hereinbefore named is hereby given and granted the right, power, and authority to sign, execute and deliver on behalf of the Company any and all Contract Documents and each of said attorneys on behalf of the Company may do all other acts and things requisite or necessary in respect of the signing, execution or delivery thereof; and all that its said attorneys, and each of them, shall lawfully do or cause to be done by virtue of the authority and power herein granted is hereby ratified and confirmed by the Company. II. AUTHORIZED EMPLOYEES Each Authorized Employee hereinbefore named is hereby given and granted the right, power and authority to sign, execute and deliver on behalf of the Company any and all Contract Documents relative to the offering to perform or to the performance of work, and said attorneys on behalf of the Company may do all other acts and things requisite or necessary in respect of the signing, execution or delivery thereof; and all that its said attorneys, and each of them, shall lawfully do or cause to be done by virtue of the authority herein granted is hereby ratified and confirmed by the Company. III. CHANGE IN AUTHORIZED EMPLOYEES & ASSISTANT SECRETARIES Any two of the aforesaid Officers acting together may from time-to-time grant further powers of attorney designating any person or persons in the employ of the Company as an Authorized Employee or Assistant Secretary and may at any time withdraw from any Authorized Employee or Assistant Seaetary the designation as such, with or without cause, and such person shall thereafter no longer have the authority of an Authorized Employee or Assistant Secretary under this instrurrienl Said Officers may also in connection with the granting or withdrawing of the designation of an Authorized Employee or Assistant Seaetary from time-to-time add to the lists of Authorized Employees and Assistant Seaetaries on this insbument the names of those employees granted such designation and delete from such list the names of those whose designation has been withdrawn. IV. ADDITIONAL UMITED POWERS OF ATTORNEY Any two Officers acting together are hereby made, constituted and appointed the true and lawful attorneys of the Company for the purpose of granting further powers of attorney authorizing any person or persons in the employ of the Company to execute Contract Documents on behalf of the Company. E. BINDING EFFECT Any and all of the aforesaid Contract Documents and all other documents styled, executed and attested pursuant to the authority hereinbefore granted shall be valid, lawful and binding upon the Com'pany in accordance with the terms and conditions of the document or documents so executed and attested; provided, however, that nothing herein contained shall authorize any person authorized to act hereunder to underwrite, wanant, endorse, or guarantee the debt, performance, obligation or any other undertaking of any kind or desaiption of any third party or parties. The Power of Attorney and authority hereby granted and confirmed upon the said Officers, Authorized Employees and Assistant Secretaries shall continue in full force and effect through December 31, 2009. IN TESTIMONY WHEREOF, the Company has caused this instrument to be executed by its President and attested to by its SecretaryfTreasurer, and its Corporate Seal to be hereto affixed, effective the 1st day of January 2009. ATTEST: a~ ) , David Anthony Donofrio, Secretary/Ant. Treasurer [Corporate Seal] State of Florida SS: County of Pasco 3 The undersigned Notary Public, d~ cn19lified, com issioned, swam and acti...!l9 in and for the county and state aforesaid, hereby certify that on this Ii"" day of rY'~~ 200~ there personally appeared before. me, John H. Skidmore, President of the Com ny, and David Anthony Donofrio, Secretary/Asst. Treasurer of the Company, and each, personally known to me to be that person and designated Officer of the Company who signed said instrument on behalf of said corporation and being by me duly swom, did acknowledge and say to me that he did so sign, seal and deliver said instrument in the name and on behalf of said corporation as such designated Officer, that the same is the free and voluntary act and deed as such designated Officer and the free and voluntary act and deed of said corporation for the consideration, uses and purposes therein mentioned; that he is duly authorized thereunto by the Board of Directors of such corporation; and that the seal affixed to said instrument is the corporate seal of such corporation, J oJ 1/'1 TESTIMONY WHEREOF, I have hereunto set my hand and official notarial seal thiS~O~ay of 00 ....~ ,~ (l 10. i)jJf 1111 ~ \\\\\'" ty '/1",,,. My Comm,'ss,'on Expl'res,' ,>>\' C Nr/f, "~I.: [Notary Seaij ~ ........,; '4 / ~ * JIf. ..:cl COM.\(IS.~.. <....... ~ ;::0 . "" b u~...~~ ~ ~.. ~o~em 9" ~. ~ ~ ~~: ~~.~F-~ -:>>:. ~.. ...,.".- =~:; Z>L) .~ g~: = ~.~ ~ <0 rJ,'. - -:::.-s...,2.~ r;.;"_ .. ~ ~~ ."'9.~ ""'S7&,,, . ~ ""';:S .."2k' 'C''''__ ~ . "'" ~ ~'h'. ""h"W . T' "" . ~ c::' ...""'f}~t8f$ ..- ~ ~ 6'1'" .........<">,~'" ~ :fIll,'" l1: OF F\,.Q" 1\\\\; 11'1I11I1Il"\\\\~ 4 , . ...~Q~~~.~~I"!!.~~~.Q.~I._ ...)\!,.I::l()()!1_ ._... CENTRAL FLORIDA DIVISION piECESi';;'~I~di~i~;kiift~j ~~"~;~t#;;';i~~:t;ii~~;&tc;b~~~idi" .':~"'..EJ.~s:...l:!~?~__.~glJie.m~llttL~~~~~lilp@~EJ1~S~~ tos/Picku sex) . Ill. _ ' C.t1 ' p~([iTh"~.:p;er:1oIa!li ;... nDOTVehideFov~riO;OOO'GVW'::: ..~; ;, ~~,ggg1'. , JDE Report - 22, 7, 2 ,version: FA ACTIVE 1:)~~~Il!J>IJ:()r.I :: . .__..~J>HALIJ>~y~gc:~WL~R~IlIl~ , .9.2.?_.Q\IIO?Q TRJll::i<:PAYi:R--:-.- ... .. _.lJG.00227___ ,i ASPHALT PAVER RUBB.ER - .002 j !1!!!15m; .. .M.El,BRN! !1225c:A.,TIIP1QOQPYR, . . ...-+ .....\V.H~yION_ :! 1996 CAT AP1000 PVR '..!l:t!:l_O()gi?_ .. .'q...............................-...""."..................... ...............t..... _()RlP,NOO ! 1l2~?c::i:PARJ\.Plp?c::R'I?tf.'YR_m . mml_ . . WHAVEN ! 119~8CEOARJlPIPSl::R451PYR .Im LmJ;;l!j.9.~? ; ... \VHAyEN..:!12?~I:JIIRElEfI, GR~i:N~I:J.G?2.0!:l.PYR_ _. .. .... .....~G.?2()_ll.m._ ... !j ... .........t...... .._ ... T~.MP~ : 1 1995 BARBER GREENE BG240B PAVER ......_ I~.M.P~ _11122~~~~~~~~~~~~~~;,;Q~;;Ay~~: MELBRN i! 2000 CAT AP100Q B.PVR !: _.~.23~.1.. . IAM.PA..iFOQl BG2.1QI:JPYRm_ _ ...E;.4..233.:l.... _ ORl!\NOol!2.QQ1c:A.,IAP'~QQQ!:lPYR._... ...~_'H~~5. , .ORLAN[)()li2.QQ2.EJ.I,AWi<:NA)(p'F}2QO.PAY~R.-.- _ !j 644735 TAMPA :12002 ROAOTEC RP1BO-10 PAVER 64!343 . TAMPA lEASEil2002 ROAOTEC RP180-10 PAVER ..__._..~~Il..o.:.~():~2() i....-..:;:~_:.. ... W~~N" .....lj.~~~~:~~~~~;.~~:t;~:~~:~....._. ... ..... .....-.!..-. .............:;~:~;.~:~:.:~......... i 649653... !MELBRNlEASElI2003 ROj\OTEC RP180-10 PAVER.. ! 649773 i TAMPA lEASE b003 ROADTEC RP180-1O PAVER ::::::.-....[...:::::,I..:..~~~~...:~~~:~fi;:.~:~~~~~:..' ....: TAMPA !b005 BLAW KNOX PF3200 PAVER ..IIJ2?LB~REl~~G~~E~~~G?2.QI:JPA'{Eg .. TAMPA U1994 CAT 1000 PAVER TAMPA' .... il1~9~;'~~~~~-~~~~~- .. . ........!TBARBERGREENPAVERSsi40 .. !i . :!l()~[)WJ[)EN~!l~Il~Il_ ..i ..... .IAMp~i! ~~23~G?~QgQA[)Y.>'I[)N;R__ . . _ __I .~lp~Q~J7.:L. .... : ..... :::::::~;::::N:Eil~~~:~~~~:;~~:I~~~~~~~~~~~.. -'i ... -~~: ~t~l!1J.. "j!~2?2EJ.LAWK~QX~Y.>'lQ~_\f\II[)~~~R......?f!Q2.L ... ._ .....~Jm37 Ii. Ii .... BROOM SELF PROPELLED - 062_.1. ;:~~~ ... "'lh;2;~~Q~~~~;QQ~~QQM" ..-....... ....~Q2.Q i i ' i I SWEEPER SELF PROPELLED - 066 i'''',',',/,,,,,,,,,,- ~~ Ii , , ..............j..,.. 1 .......1.. ..__J .__f:l~~Il..o:1Q:~11.. i .. ..1_ __~1B():1.()~~'l:'L 1 ii APAC ..NU.J>lBEI\. !; ,. 1 1 ..........j 1 Illl"Ar.I!:.':! ., 1. i _ 63.4419 W 635973 m:~~1J 6390.79 . ..........!....... . '_1_ i ....1.. ............J..... ; . ....?29?L , .._?21! ..... ~2~!_ . 4925 i "I" , 653088 , ~~..... i y~IiI.c:!,~I.[)NlJ.t:'Ill~!lI~~,.(), .. .1:x.1'._[)~"I:!_ .~5.5.~~,.E[)T() )()Il_[)E5.l;'t.li'!l()tI. , .....J,... . n\"TRAN"SFEAAEO'FROM'JACKSo;wii.'!i"i . .... .........{. ,. .....,~~~..~.IH~.~..... ...... ....., ',: ; 1 ! . . .. "'i ! .....,! ___ ~I:IP().o1'l1l._ ... i I I . ........ .... ....__._1 .......'lll...on _ 1B023-06 . . _7~~()()Il.?Q . ..SP~RE_._ _P~ILQN<>~EEJ: _Jf{J,()()1l.2'l I I .............. 7Hf'!O.o205 , !... . . _O~Xl()()?Il.() . . . ........1..... ! ............j '....+m..... _?tlr-l00275.... ............n~~.1.~..... .. ............{...... RP1BO-1O' 303 .-.. r ..........i I .........................1 . RP1BO'10~342. .. . ..............1 ! ......._.............1 . ..11l.()1l.~? . ~. 179117. i i , . ..i....... ; ................1.... ~G.?2QIl.~()~_ ... ..JtlPO()1.o~_ . ..... JtlP()()Q?~ .......1......... .. 1 .............1....... .........j _C~IIP?~Ol _ .........j .__ .....1l.7.?()~_ ........i ! ...............j ..~. IGPM?l::~c::ri2,J~J:'I~t1.~&807C~!@1/()~ ..;... . \ ..~[LLIN(;SL1'ANlIP. , ............j L .1~P~J<;1l.1f:2~Y~J~7.~_.. . .'..._..fII.~.~.!.~f._.. _. J?lm05 .. _),[)()~I(;A.N__ I F3.3YT1' .12/31{05; FJONES _.!>1?~.~.~fII. _m1213!{0~.. . .. .P~UL ?~~y~._ 516~._ .__.r-l.2.8~2.1l. _.......__.m.3.1{05 .L...}QM.~IN.~._... . m !G.Il.M7I:1P'l?J.1.1.!~()~._ . . ......tm'OlfL ......J?/.3)/O~i ...~~ILQN<>.SlBm._ N8547C 12/31/05 IFDXK84.f:6Il,VA09200. , .......1 ..!f.P~~Il.()l::O:VV~()~!>.o7..... IfDXRB2E5TVA11798 .. , .... ~....... ..... ....g~~.M71:11JlfP.!Q~~~:'I._. ...........N.2.B.~.~.1l. .._.......12j3_1l'O~.. .._mPENA.LY~ . .1f'\1.~t-lFI\I\4XHIl.??933 ...N8617F.. ; l?/31/05 , . _ !JMBCJONE ........!f.Y~.ll.Tf\IS'l?tlt-l31.Il.?O __N52()!Il.. ...l?lm()~. 1FVABTA.K42HH31B2! ...~N.~I\QX5.1:()N_.. ...~ PRAlT. ......t... ..............) i I ........_.i , I i I ._...____1 1 i i i ..I ! ......._.Jf.Y~.Il.:@y~.~.tl.t-l.~.!E;Il.Il..... 1G!:l.M?H.1C92J51?61l.2 . .........!f'\I~!rrp9.1I:1M~9m _lFVABTDC:Z'ltlM~~02'l ...._____._JEYA!lTPl::~4HM99023 '---"'j , ...L.... t- .j.... ; ..............T'.. ! Page 1 of 13 l.... ; r...... r..... k:ooTVehides':';);;{e'r'io;oDo'GWj 1mIDl JDE Report - 22,7,2 I' .1 i ! ,. ....:'..;: ". ""'r.':'" ,~. ,.""'" .1 ...~Ql!!!>>..~~.~I...~~.F.>>.Q~!.. ...J.I,IN.!'..?l!l!.!!...... ........-..... ... ..............c:.""f!T..R!!~.f~PR!P"".P!V.IS!{)I.!..................................._......_..._.................. 493 PIECES (excluding forklift wI no asset #, misc. trailers & to be sold" , . . ...... :.:'}/::.;y~'70~.rm;9Jjo:N'~~~~~~~~ql!jpf.11':lI)~ . ~icensable,Autos/PiCku.p~~~E'.Uding. n;~c. ~~II:.~ & "to 'l2 sol~. vehiCle~) !\(jtl ~.'''' ,=" .. X _ ~~~..tl.i!~\li.~.~ft!lcK$)~~J)~iL.Jl,...1'!t~!i01 2 ..~!;!;IGf:l!'I?Tc:l..... ..J(:lllll~!!l:'YI'TIc:lPl ..; FV ABTDC94t;lM99025.. GDM7C1C35F~291g,.. ... . 1FVABTBV02HH31631 .......lfY~t;lEAAv<I;jB.2ns? l i i ......i i ! i i i ..t..... .......1 653094. Ii .H?9Q~ \iQt~y\~Q<illI:iQ9Q,Jg~r>1I\<::I;iI~F.,5(j9}L.. i i 1973 GOMACO 6000 CURB MACHINE . 5(j0? i .. ...!Il~?~f'()~Fg~lJRElFg419~L. ........ . ..... ..51:iQl1 !i . ..90?99Q::1?2.. . 7691:E11l. 18059.5....... . ................j".. i ...............!........ ! !: ...;34.4.~:z ..1'i.~AVE~. .Hl~7,5 ?f:!\r>1.Af\I..f~91:i.1:i...r>1I)(Fg.. WHAVEN.. I! 1995 CAT 55250B MIXER 11 .1'i1iP,~~. . I,J~?QElQr>1/\Gf':1P.1;i)99?P.r>1I)(Fg.. ..2}111.. ... ..~I'B}99~l.... . ..! i 1974 RAY\iO B-19 5PMIXER ...;1... ..CQMI:'IIc::rQl..l:I:'NI:I,lMIITIC:;:3l!O I 636016 ..~:~N!J~::~~~~~~;~::~C:~~~L~.g ! . 636018. .. TA.MPAi! 199B HYPACC530Al:iROLLER .:::~' ..:~ Jl~~;~~~~~~~~~~~.~~~: ....li:!7:9~!; ...LE,A5E...... I i 2003 HYPAC C530AH ROLLER : ....;r-..................................-........................'...........""............. 6479.4.6. ! ME.LB.RN lEASEil2003 HYPAC C5.~o.AH RClLLER.m f ...6~!9.63. : WHAVEN lEASEI i 2003 HYPAC C530AH ROLLER f:;;i~ !~~!F!~:~:=~:~::- i 649880,WHAVENlEASE!' 2003 HYPA<::C,530AHRQLLER .....m I 649881,.... !VlHt~N~~!I?QO'~I:iYPAc::~~9N:!gQ~~g . r 6.:!.!1~~~. .lfASE..U?QQ~tiYP.A~c::!?~91\I:igClL.LFR... I . if i ..6<l9!l!1~ . p,4M~~I,EP,5.EH2.Q9~!::lYI'I\c::~~91\I:igCl~l.f;gmm . I 649884 ! TAMPA lEASE ! ! 2003 HYPAC C530AH ROLLER !. 653098 ! . . ...... . i'" O;~~~~~~;~~~~~R~LLER .....'.i,.......... ~~II'" .....~~;~~~~;~A.~EFi~R9~~~m:;;~ ... m~~~;~~::~~~. . ili!;~!l!JI ? tiYillgc::,5}91\:rRAfflc::gCl~~~g ..,5~?~...1 . .m...A9.9.1c::.4.2.}.?.P...m . !. 653101 94 HYSTER CS30A ~F.FIC ROLLER .53.2? ... L i i . .JOMl:'lIgQ!l,:$TATIG/!>.!J.~[)!l,I,lM:~Q~ ...:. ....!i?m.li.m ' ..... ~.~LElR':lmil~~~!J.tiy.illRg~Q~~T.N?TL.y'vI;i~gQL.!,Fg.. . ;m.. ..m<::~:11iqg~9~m m !ili~~l!.1. '..ORl!<NQC)iIJ9!J.!?Jg.?1:'?QJ2.IQ~mE:~Wl;:Il,gClI,L.Fgmim. . ....mm...mg....... . ORLANDO i i 1997 HYPAC C340C 9 TON STEEL WHL ROLLER 1 q' ...... ... ............ .. mmm'" ..... ... T .li!!i.m...i . . m~E.J,llR':l m!!I~~~I;iYI'J\c::..g~O'c::.~.JClN?IE.FI,Wl:il,gQL.~gimm . ....9q:11im9.~m ....61.!i~!1.:!.. .' ... ..I'i~~YE.~ !Ll~~!J.tiyl'l\~9~Qc::~I()~mE.~\!'II;i~_gQJ"t.J.::gJm .. ....9.q1~9m?m. . Ii 1995 5-8 TN FERGUSON STEEL WHEEL . .6~!!9!lJ m! .... ...IAM~~ "Ttmm... .........m..m_m mm'l TAMPA.... .! i 199!?8:12 TNFERGU50NSTEELWHEEL .. 635989 . ...I~Pf\.U~991:iI;iYillg9:1Qc:willE:~W!::l.m.BQL~g 1m ..mc::111i9?~.6T..... I! 1998 HYPAC 0500 STEEL WHEEL ROLLER i .li~m() . .I~p~ 'Il.m .....mmm mm!mJ:.l9!l9.c::!j~!~Y .lim!1.!.. .....:r~~f\.. ....!.,.~!J.~?I:i.y.I'J\c::c::3!?9P?.Im\!'ltiFE.LgQI,~~gmim. ....!?9.!l.9.c::fi'l!9Ym . 6443!.!i il'iIiAVEN. i!2001HYPACQ:10CW 9TNSTEEL WHLROI,I,ER! .. 9(11.60330.5 . ...l>.44.;3.!~.L. C)Rl!<N'?9.J!2.QQlI:iYPAc::t;:~!?9PgT.NillE. i. . m.9PQ!l9.Q.~.m ....~lllimVl~f\V~~.JI2.9Q~ 7.. ElW~I\?WJ9IQ~illFLIII'I;i~gQLLJQ9q:1~Q3n~ ! 12001? BW9ASW 10 TON STEEL WHL ROLLER I .. m.9.~Q.~.m.m. lI~::~~~~:~::;:~~;~:~~~~~::J. ~5~~:;8 ::lJ~:~~~~~~~:~~~Ti;~~~MR~;~~~:;~:.J. .. ....... .5~;:~~ .........p~.g~.2..~,..1"i.. ... mli5;309.!i. STABILIZE!l, ~IXER-25Q.. 577545 595349 635988 . .m..!.. mQ2~IQmli9pm.. I ....."......~...... . 6DD00351 23101 i I ...........j I , m-i I , .................l 1 ...........j , . QB.A:0170:B.:.l.9. . ...(.. . ......+....... .....L...... ..}:1m ! .. ......T......... 1 l .~mC1~m .. .. .....~ I m I 1 .................................... i ! . A222q583V.. . ......ilA??2.gI9.2..?...... m.9.A.2.??9J9..?:3.. ; ..............;...... ..............j...'. ; . ......~...., . l .......-.j .....1.......... .....j.......... 1 I .--1 m.1@??92.g12. . .....-...........j .lA22202Q13. 'j" ............i-......... ; , ......................H....... .j m..~Amg?9J4 ....i........ mJ!\2.??92Q16.m m .....+.... . .......1.... i .............r.... ..................1.II.m92.01~m ... , .....j... I ..ml.. lA22.202066 m .j. ~Am92.9!Q 1 i....... i .................-.! . ...m.IAmO?067 mLm.. .J@??92Q~9m.m ... lA222.0?068 ... i .....................1'... , .........! A09.I<:4?30P. . ...................!.....m i i i m....i...... l ........................... C146C3.?39U. .. "--""j ... .........-.j i ...J.~.~.m . 1 I...... ...ml ; .....;....... 94.8m ...........,......"................ ..............-. ! , .."......; .....mm..J.. .mi I . mmmj .. ..mm] i 1 mmmmi ! ...mm/ "".;.,... ; i . mmrm ; ... ............... i ! .T.... ....1... ...m.....~QY.I~~.~.!"JI..~~~QI!! .}IJ.~~~QIJ.!L. .. ..........................g"!!JY.~f~t?!J!l>A..PH'!~!Wf....mm..mmm.....m.m.m.........mmm...........mm.................mm......... .~IECES excludin forklift wI no asset #, misc. trailers, &. to be sold LC LeasecJ..~.. ... ensable Autos/Pickups (excluding misc. trailers & "to be sold" v ~1(jpJMllQWJiQYm1.k:~~Q~~l\s . . ml>.E.!:j<::~"II(:l~m . mi'y.E.I:!~<::~I'.~D.,I\Il,J.MI!E.!', ':IA~~(). "JlCl'()mL .A!i!i!Ci~~():r:() '. ~" m'C(:lM"~gQ!',~~AII<::,~~!:j<::'m~~()fj. """.1',""" """m.,mm.m """""",,,,,,...,,,. '; ;; 1974 GAllON 3WL TANDEM ROLLER 5410 i .. ' CHD:'l4979 m..,,~H~YE~, ! I 1974 GAllON 3WL TANDEM ROLLER 5411: 'r ..mmmmm.....m'mmmm. ! ,6,5.3.11111 m\V~~YE~,.;: 1998 5UPERTRAK 53-12 3-WHL ROLLER 5440 ; 'm..lr~qM;;AgqR;Yi~.:~~~p~~M;;;9.T. .. :! 1993 CAT CB434 6 TON VIB. ROLLER 1! ..'" ....d.. ,..",--...--..."".. ,t;g~:4?..; ,~,H~YEN ! i 1998 CAT CB634C 12 TON VIB. ROLLER ':r "...m.......mmmmmm mj" ,6~p48 " ...,.\VHAVEN ;; ~!l2~~TC~\i3.~c;gTQ~\!l:~,I3,Q~~~p",..,... mmm:, mm}!JRQQ1!tlm ' ....,..",!, ...t;g14!l.L m\V~~Y~N 1998Q1:rc;~\i~4r.:l?TQ~I/I~,P"Qlb~P"",.,.. 635978. TAMPA 5 CATERPILLAR VI~. ROLLER CB534B mt;:3597!l I ..,TAMPA ; IPYNAPAr.:r.:r.:4??I/I~P"QlbEI3" ; ",'!4~8I:z '. "T~.M.p'A,.. ..!t~~2VJ<PP~~}QYI~I3,Q~1"E.13, m 6,4,5.4:3!l+\V~~YE~ ,. LL?QQ?r.:ATC~\i~4r.:YIB, J<.QlbEJ<. .. .647346 TAMPA lEASE!! 2002 IR DD-llOHF DBL DRM VIB ROLLER ii ..t;47347 ,.,;:rA~:t..N~EH2()0?IJ<PP:J10HF PBkPRMVI~RQ~L~R , . .6,4,7!!l~ .. o~~oH?QQ?QlTr.:~\i3.4PI/II:l.RQ~~~p"" m,'!4781.8 ,. ,L,E,o',!;,EH?QQ?r.:A:rr.:~\i~~P,I/II:l.P.,Q~~~J<. ".". m 649862. , .. MELBRN :: 2003SAKAI 5W850 VIB ROLLER i m,.t;4,!lIlt;:3 ,! \V~\I~NL,E,o',!;EU?()Q3.JJ<PP?Qvr~J<QL~~g ,.mm , !WHAVEN LEASE! 12003 IR DD70 VIB ROLLER m.6..4!l1lt;;:4'T"ORLAN ., ";;m"'''.''m''''mm'.mm'''''''''''' ",,,m,," .. , m.6.,4?1l6.,5.'L,E,o',!; i4QQ~IIl,PP70YI~P"Q~~ER . i. 649866.., IMELBRNLEASE[!2003 IRDD?O.VIBROLLER .,.,64986.7m LME,LB,~~L~~U4QQ~, IJ<PP?4vr~gQL~Eg 649868 ! MELBRN lEASE: ! 2003 IR DDllOHF VIB ROLLER ........................,. .f.................................. ,...............'..'..........................'..'.................'....................,... .. 65~66.5.,: ..o.R.LANOO !?QQ1IJ<Ppg2y:r~gQLLE:gm 653109 111993 c:B534 CAT .VIB ROLLER mpllm : '" """,.,.L!2QQLHYI'Ar.: c:?17~R.,Q~~EIl, ....mm . m~53;g . ..:r~.MP'A.. ..IJ?qQ??f\~?w.~?QROLLEIl,~:gT9f':l.m?P!f,i m....\I~W.?9J.9}.2~..m . il ...i......... m6.5:3P:Z' . m..:r~~P'Am: 1?QQ??AI<A1?w.~?QgO~L~g~~1 . :;:~~:: m;:~:':.. Jii~~~:~;~~~:~~:::.,~;~~~,. .. ..... :i~~L ... . "~;:'::~:~;::60m I ! . l'~gQR,~~J:l,,!:j~!!"-[)R,Y~:::!!!4 i f......... .....l..... m.5:l?m' ....MELBR.N.,.,?p10QPVI~,Il,Q~~~R m ....m.m.L . t;~~5.!!;! WHAVEN?PWQPy:rB.R.9~LE:J<q ... mJ.. .6.4P411.m ()R~N~ f 2QOQ)f':l~~~qL~I<At:JP?plOOpy:rB,I3,QLLER m6.5..3m .. .:rAMP.A!J49Q4tlYI'Ar.:c;~~9c;gQL~EJ<.. 5... WHAVEN 112002 HYPAC C830C ROLLER 52421 .. JL~28~PYf':lAPAr.:r.:A:??vr~J<QL~Egm . ...?nQ . +, m .. .m ?.1.9~~.E... .. " '.m, ... , " ...."",,: i . .. ...MQTQ!',G.~()E.~:4()() .... i ...r.... . i . 8 CAT~?~MQTQI3,~I<AP~13, ..mml. .~.~t.1.~J~~..... lll:~~i:~:.::t~-.. :E~ L 436623 I., ()~~~ ! i 1986 CAT 12G MOTORGRADER,L.. .~.1.M~1~,~9m . 14474~; .1 ... ..Wf.i.~.v.E~.,TI~;~i')QH~Q~~~~~ZQ~MQiQ~GRAP~R . ...)...... . .......m....~~5.??~, i-;:=l~:~i::==-~~E=::::--~:- ! mm:z48'j .. T~.MP.A,:i~~~?)?~MQIQR.GI3,AP~R.m . q,i m...6.m~.~mm .. ,6.~g;2'i . ......IAM.PA : I 1996 CAT 12H MOTOR GRADER !. m..,J..:!'5.MQ.9?~2, 653.1.18. WHAvENIT~;~~;'~~2~~~;~;~~~~~~m. 2521ml' , ..8zy9.0:!.... . ~~~~J:!:~~;~~~:t-~~~: -,,:~~ i.... :: DOT:VehiclE$'~':over' io,ootl'" GVW:,()::(:;;::: . .. ia~iPP , ~'a, e JDE Report. 22,7, 2 Version: FA ACTIVE jl il I .tj.~~~~.~... i .1l.!l,A~<::I:!.1 ! ; . ~~~m f":;JZ~I!~. ORLANDO .; ..:.......1...... .1, I i ......t...... . . ..............j...... .1 5235 L 241:'1L. I ..........CHP:4:'l.92:!..m . .. ..[)SI\.1.9~E .. 3TfOO22!.. . .3~13.99~~.~...... .. .............~!JRQ9P~m . . ; ; ..f . .4JLOO1.78 q, . ...............6.?~J9t1!m . \ ........;......... . ..... ..J.~.2~.?~... . .,}!JI3PP~?O . 1.719321.16848 mi .. 1m . . .V5W26-301.28 mJ~Pm ..!?~P.5.6....... .. . ........,.l?m9m ... .. ....m~ mi ....j.... . 2EG.99212 .. . .. ..!.9.!.1?P~.m.~2m. V5W20.10189 ..}Q??J 151050 m mm1@~Sm . 101~~~9mgm . ..1.01S.~.196.m1 ; ... ......1......... ....j.... .....j i .............................. ........ ..,mim ......T.... i m! ......Lm. i.. i ! 'I' .. . ......~.... i .. ..............J...... I i 'j"" .............................. . .......!.... ; ........!...... .............i........ mi i .............f......... ! i ..,mm.",;" i ; ..t... ! ........ ......~. . mi... ..........i... I . ....................... ; ..I. .... ~........ i i . ............. u I I .... "'l" i ; i ...'..........!....... mmi . ; ...................i..... . ; 1" . .j ..................'...................".. ; ; ....................i...... I .. ........m..L.. .." I i ....t....... i ; ................... i mm1m I .."Jm ..... ..l 121~009 ....}(),Il.l>~.!ic:Jt.!:J>:r::r()tl. .............................--...., i ... .......................,................. i i ...............! i i ....l ..... .. . .. .~ ...........................j I ..m"'! .............j I .m : .....1 .............j ..............1 i ................1 . ....mml ... .m...! ...............j ; .......\ I mi ...i ...m...! ..........{ mml . ,mml . .......j I ...................! .. ..mm. .! "t" ., i. ....1.... ..~Qy~~~~~!~~~Q~!.. .. ....}I,!/'l~~lJ.lJ.!!.. . ............_..._._qlf!B!!f.FJ.Q.IJ!Jl!!P.I}!!~!f2N.._ ................................................. ...f.'.~,ECES excludin forklift wI no asset #, misc. trailers, & to be ~old) '_"'.' " _ .'0., ,. ". 0.' ~, LC Leaseq....~qy.!prn.~.Q~.Ei~~f!nt~~CrtgHlpm~~i{~8-ufii~!~ii~ excluding misc. trailers & "to be sold" vehicles) ! : ng' ~1i$')~e.),!~(r::crnI:a:tolt~\~Q'gl : . DOTVehides"o\;ef 10;000 GVw::\";; ...... ~.2.Ob'(GYW~1.t:(~j.1l@ JOE Rel)Ort - 22, 7, 2., ,Version: FA ACTIVE . , d <i APAC ., j NUMBER .B.~.N.~.~. i.t... . ..........p,r;.~~.Iq;.~n;,9.N . .+ ...v.~~.~.~~~..JP...~.~.~~.~.~,... .;.....IA~...~.9~.... ....~.~,PAT.~..+ ........".~.~.~.~.~.~..~.P..I.9... 2002 VOLVO G710VP GRADERl?;!11. . ...~11~Q WHAVEN :: 2002 VOLVO G710B GRADER .2525. ! . X035632J( ! i. CRAWLER DOZEIl,:,gll.. ..+. . ...... . II 19~?[?:~1.I\KQf'if\r$LL[?Q~~P,.. .. .. ...;!111. ,.......... . .... ........m.8.~ t;c:MWI,i:!tD.()ZEIl:~:2?.. ...! ... . WHAVEN. ! j 1990 CAT D3CLGP DOZER 6PF00327.. . ..~~~.~,,1... . ... ..M~lI!R.N .. . UIQQ?c:ATP'3c:L(jP P'Q~ER ....... ..+ ... ... ...J1<q~2.. . . '200(1)QI::I~. D~EP,EJ,5Qc:P'QZ~P, ....;!1l1 L... ..:rQ?~Q(;m~2~lJ. 2PQQ)QI::I~ PE:~P,~J?Qc:p.Q~EI<.....;!11.} T0750CX875467 i 1998 KOMATSU D31-P-20A DOZER 2412 i 48184 . .TMc:I()R :.I'AIlI>1 rr.!'i::..:4.411.. .. L : 1.1QQ1....fQI<P..~;!3Q.BgQQf'i.IRAgQP,....... ,. 'gf<LI\N[)() .. HIQQ~FQgp }?3QBgQQf'iTRft.gQR 563463 .. .MELBRN .!! 1995 FORD 3430 BROOM TRACTOR ......::.;:~:.. ..,. ..~::;~. ....!j~::::~~~~~~~.:~~.~~:~~~ .. ........................1........ .... . ........:~~-~~~~... ....?Il!iE:3. L()I<LANpolh9~fiJqgp }4~Q~gQQf'iTRft.gQR, .. il WHAVEN .. i 11996 FORD 3430 BROOM. TRACTOR ....~.!52~7. ...Vf~A.Y~~ . . 1999 FO~D 3430 BROOM TRACTOR ....; d.. P1!~ZI3..... ..~!!;.~!lll. .I'IHAvE~il12Q9dFq~p31~Q~gQQf'iTRft.gQP,.. .... d..mld ....()f<LI\ND.9 .iI1Q9QfQ~P}'l~Q~gqQf'iTRft.gQR ..TAMPA ',1989 FORD2910BRQ9f'iTRAgOR. d\'ltf.A.XE~.." '1991 FORD 2910 BROOM TRAITOR 6:3~2CJ! . ... TII.MPA. H1.~Q:'IEq~()}Q~OBgqQf'iTRft.gQP, ~:3~~OQ ....... .. :rA..~~A...i t1~9? EQ~P}'l~Q~J<qQt1TRft.gQR TAMPA : 1996 FORD 3430 BROOM TRACTOR .TA~P'A... i i 1997 FORD 3930 BROOM TRACTOR "iT .~:3~31!1 ....TAMPA.l i1997J91<P }Q~Q~I<QQf'i.TRI\gQP,.... ~1110()~ TAMPALEASE.i.l,.?QQ3..~.H...m.??c:.~.?~~Q9M.TRAgQg... i 648005 TAMPA lEASE pom NH TNS5CB2 BROOMTRAgQR 653123 . .6.53122. . .:rA.M~A. 6?3g~ , 505862 . .653125 i 653126 i' , 653127. ~11~~~ ~~UQl<a\ ...W.tfA.YEN 585904 636305 ..636.308 649.786 .....651939 ...6.5.1.~5.~. . 5,,0889 .....5~()60" i 1.....?~.3~?? i . .589667 i.. ! [ , , .m.i.... ! i ""r'" .....i.... ....j i ...........!.... ORLAN i .......! i .........1.......... .... .j.. .. .B.C.6.m.5..... ..... ..I3PJ123L.. .......+... BE01088... ... ....................]........ . .. ..0}9?13111 038565.B. 114J~~I3.... .. ,......'..... ,~.... .. . m..l11~~~I3..m..... .. ......~... ..... ................... . I , i '! CONVERTED ltJ BUSH 'HOC; \ ..y;;~.A.:r:.;;tf()p....,.. .. BB7~.8~0 .. BB84 46 ......Bp!l1m1.... ..l... , .....+..... ...I3Q011~J.. ... .... ............. ... ...........~.I.~~,~..~~~.~.e L i ....f..,... 025930.8 . .MIWNGCLEANUP ... . .Q~~12013 ..................j....... i .Q?~!J?13 ..... .oIRT CREW . . .....--..........)....... i i .m. ..9.9.P.O.m.~.... . i ...j... 001308865 ............................. ! ............................ I , . ....r..'.. i ..........,.. i i ....I.. . .......................,,,.,...... i ..m}~m . .......m..}5..4.9!.... t.... . .. .m81Q~?() i I i . ......r.... ! ,........ i i . .......l.. EB529643 .........r.. .............. i .535521 . .......................!.... ... 65J20197 .+,.... 2~~QQ!lJ2. ...... .. )SL02155 d )S.LQ?J~L . .............i......... . i i "T' .......;.... , .s~~... A3()~813 . .....!I.II.;;:2~~.!I.2.... ....1..., Page 4 of 13 .JC)BDE!;C:R1~IIQ/'l .., . ...........<................ I . ..........................l . .................j ..................j ...... ..................1 ..................,..i , .. ........ ..............., ..........] i .............................j I i , i , ......j ..............................! i ........,.....,.....................j ; ......'..'...................j i ., .........i , ............................ ..............! i j i i i .............../ ...........j , ! i I ..... I ........1 ! ...... ............! '''.''J ! mmSOLDlm./04llfrlRDN.... , PLANET . ..... ...... j I ..1 .Ii:Q~~~~Ii:~I~t;~C:>.~! )lJ.~~~QQ~m . ... ..................r:.E.fI!TJI!!L.f..fC!I!!PAp!)'!SrC!I!.......m .. .. "'m"_" m 493 PIECES excluding forklift wI no asset #, misc. trailers! &too~e sold) 0 '" "0 _... . . _._ 0 .~. m ...... .,~~<::~~?~~qu.ip.rTl~nt.b1gQrup.ill~[sg[,gqulRrn.WJr;]fi1i~;t~~ kups (excluding misc. trailers & "to be sold" vehicles) i . mr~Sw~~ltiOfiWQw..Qpm!~~q;~::.~Ql..~~~cj;~me."'''!:L i ~' 64JlQ58 . lT~M~~E! [2,OO~[<A\I\I!\5.l\ig~Qz.y\^JIj~~~WI\P~R ..mlm . L.. . 6.4:.!lOlj.1. .., . . LEASE ,.?QQ~I0.W I\$l\igBOz.yWIjE~L~()I\P~R mm 'm 649062 ; TAMPA LEASE. 12003 KAWASAKI BOZV WHEEL LOADER .m.6:'1.!l.64:!l[~ELBR~J,E.A,S~t!?QQ3K1\WI\$i\ig~Qz.yWI:i~~~~()i\()~g . mL ...64:!lI1~Q..' WHAVE~.LEA5~;.!. .?O()4..KI\\I\I!\5.Aig.~QZy.\^JIjE~.~...~()I\PFR ! .........'j'.... '" O. m .6.4:!l651. . . ir1~LB~LEASElt?Q01K1\\^J!\5.l\ig~Qz.yWIjE~Lb()I\[)Egm. . .mim 649652 ;WHAVEN LEASEi;2003 KAWASAKI BOZV WHEEL LOADER !' DOTVehldes:C;ver'iO;ODo'(;VW":, . . tQi.~_~Q.QQi!iw' a ~ JOE Report- 22, 7, 2 iiversion: FA ACTIVE. APAC [, ... f'lUMBERB~~C:tlH ..l>E~c:~"II:Qt:lm lj1.QQ4~ ... TAM~A ...11 ~~.~.~..~()M.I\T?UWA3BQL()I\P~!t . ORlANOO !! 1999 KAWASAKI 65ZIV LOADER i 61~.4.!l~miw.10V.E~ U999 KAWASAKI 65ZIV LOADER .....tT. ""..... ,........... ". ".......--........................-........................". ..6:m.:'I.2..W.HAYEf'I ii2000 KOMATSU WA3BO-3 LOADER . "iT ............. ....... .......m.mm.m.m ..lj~62.Q(j m 'f~.~~~ .....!H~~~~()M.i\TSUWI\2?Q:1J()I\()~Rm 615490 636211 ij TAMPA .ii1995 KOMATSUWi\2,50.1 LOADE.R IAMPA ... .li19~?I5()Mi\T?LJWA450:~bQAP~8,. .'f~r1~~ i! 1997 CAT 970F WHEEL LOADER .~. "'IT .., ORlANDO.[r?Q01Q\T9~QG\^JIjE~~J()I\Q~Rm.... TAMPA i' 2002 CAT 972G WHEEL LOADER ORlANOO',! ....... .' . LEAS.E; 2003K1\WA?l\ig~Q~Wi::lmJQAP~g ;.63!i229.. !i~lj2:3~ .....6.4:4:~.!.1. 6449.98. .. . ..lj:'l.8.057.. 653135 6531.39 I I I I 653141 "~~:!ir"'" i!!i:i,U..~la ... ! 653143 ; , . i 653~44 i. 1i~'mJ "Ii!!.:U~L '.. i i i I..... ......L.... .. 6~=?:'I~~.; .w.H~y~~lb~~9;QH~~~~~~::;~~AP"R~!i:3~ ...... ml......Y"tl~.c:L"~l>!':l!,lf'1IJ.E!l,.:rl\ti~Q, m EX~[)I\:r~LI\S!iItitl~.D..:r:Q.. .........;..... ; ; ..............L........ ml\~Q??~.... . . . 65ZlV45649 '00 . .mm..6.g1.5.6.5.2..... . .......J\~..!.F.~.m. .. .......1\1i.~~.3.6..... A65~42 PIPE CREW . .....;.... ! ..................... ....m':l~LD i ....,........ . FIELD I i .. ........l ...J)9.~T9..f...T.~~.P..~"p.lA.tfr..,... i... mJ~~QO?5} .. . 2J<I<Q1mm . .~rNE~P1Af'lTm . .., ...~If'I11'.~..S~Il!f'lGS~LIIN'f TAMPA PlANT.. .,,,. .KI?~t1t1EE.~Lllf'I'fm m ~D~TDU~MP~P1A~'f ; .............................. .mm~EL!l()y~f'I~ PLllf'lL.. I I ..AVOf'lP~~J<~1Af'I'f l ..............j"...... .. I I I I .. .........1...... j I ~ ._h .0" i ..................,... I ; . ............-.............;....... .1 j i ! ~.... I I .............................. i ....t.... I t'.. I ...........j..... ! .........1.... ..... ........+. ... PINELlAS PlANT TAMPA PlANT .. mg!iog6.~m . ; ......................j...... ! ...(j[,Zomli...... 625631 .......L.. ............................i...... ...........t....... .. .. .....3~Xm.1~... i. i .... ........1..... GPX2300182.7965 m ..D1V8.:431iIiQY . . ....SH()Pm .EM1q1.~11... .. :1::..".. ............. m! .. ...67.5.2m ?8~QOm ... mm!QJ1.~ ...............1...... ................................. i ..........i.......... ..SN0113.276 ...?r>lQ:'lm.~.~.. U9678N. .... .6/30/06 i ....JJ.~?~.6..r>l. m,(j/30/96 mim .......!..... ..........t....... ....................t...... . .............1.... D. VOROZlLCHACK . . ..81.7.!0.6... Page 5 of 13 }()81)~!i(;R.J:"T.I()~ ....; i I ...............j . .......j ..t... . ........................! ....! ; .............1 m..mi ............; i.. ...................; ...! .........! i i I .....mm......m.............; .........................! ; . ....................! .. ....j i I .........................1 ......i ; I... I . mi I ......... i ....! m.ml I mm ...j I . ...m mwi . mm mm m.m! L i..DOTVehicies~ over 10;OOOGVWci." " ~~$iPJ!..Q~vW~jl:YtiJ;lw.i'@!llJ JDE Report -22, 7, .2. Version: FA ACTIVE !! " i. mmmI;QY.~~t.o1~~!~~~Q~!m mm m. .. m m......... mm .mJyl'!~~!l!l? ... ... m mm. ....c:Pf.~~BPI{IJ1A,.P,lJ:?!Pf:l...... ... .mmm................ m 493 PIECES excluding forklift wI no asset #, misc. trailers, &. to be sold) ~R..~~~...l,t;!<l~..~g~.iPrTlt;!n\Mi'~JQmwJl~~~~qili~m~~~if~11a ding mi K.l.1t:e1l$llb~IDUgWI~lY..dlliltl~ters!:-=- ' i : APAC NUMBER ;1 1!R,J\1'lC:1t !: DE~c:Jq:",TI()1'l , ...\VH~YEN ..q.~OO~(:/\I~~6P~I\l::I<HQ~gLJ~~Eg .TIRE . . V:J:ltlc:I,J:~l>.l'll,lfJI~J:~m!j\~I'!(), ..E~P'[)j\IEij\~~I~I'!~[)I().. . 'g[qj ;J()E1 DESc:ItII'!!Clfl i .65315; 29~~1 mQ~16Dqlf.~q~m ! .. ..........-....! . . .............................-........... . .........m.....N.~.6.1BFm mJ?I3.1Iq5 i ......1....... .. m ]()EYB~~E,D ; ; ................, , . mmmmOOQO~73~ .. . .. m ..M?3.?!N..J213110~ mm . ...X....~.~.ClQKS..... 9FfRDP,Dm N.o..Ip,G. . . TIU\r~S'FERREij""F"R6M' .,. .P,NSAC()L;\ ,.]u.N.'..:9J .. 2f'?:NNEI!l~YP,G?37!~m H m.Nm~c: mJ?I3.Jlq~m! ......JFY3.GJp,c:q\\fI:lP,J.9.~9..?... ...............g~Q.m. J?I3.1Iq5 :.J2/3.l{q~ L. .........t..... .......~T:r~J:1P.~.5.~()p... .......+.... ! ..j qGmm1?13.1195. . . ... ....J.2/3.l{q~ ..........\VI?LEY:<<IN~!I' . . .......j ii:: 585149:, t:--'~ :,:.: ''C..:.'';:';';',. .. ri.~!..~~;:' I~ r;"~~!!1~' ....f.2.~. ..,12[3110~m: .m.J2~m... mJ2131l9~; . m.m . .5.P'AI<E'..m. ....M.m~.M..J2/3.1{9~L . .. ... }()~.S.~uNqg~. ..mM?~q2N ...m...J2I.3.!19.~..;\ll,f.N!()~NS()N .m"'m.M?~~~M "'7'FORI~ERLV J. SELViAV "F1Eijjl MECHANIC ............... -.. ,.. . F~El,5.~~YIc:ETEC~mm , ! .......J... .... ~.Y!=.~..?.~~Y!~~.TI9~ .......".1 W3.!Giq: m)(!l!;)(Ql<, ......... ,12/3. !/9~ .!?I3.Y9.5. .. m........I213. !/P5 .......J?I3.11.9.5... 12/31/05 . . ! FORMER!. Y ANDY SAMB.?WER ! .F6Rr~ERiy..M.:..MCGI~j.Ni.C;.......l mf'!E.LP.t:1~C~~NI~m. i FORI.l,RLY F. BROOKS . .. .m~~mRp~~K.s~. .m ..t:1E~N.I.C.. i ...............1 . mm ]~AN~()N?Atp:tFO~~~~~8~rt~~0ItElD 1 ALLEN WASMUNO ... I FORMERL ~~~~~~~DVAELD: flI~()~~~lp..g.QN.?A~.I?.. ! .. .....m.t:1~.H.ANI~..... .... mi ..________..f3P,.N.Q~..I'QI'!LER.... . . ......~IC?0:..J:1.!l,l2.... m~!;L?9~~~? ......m...M?~5~y j'u +Cl,4~CA.~P~N.TI~--\F{]Rr.'~~~3~sW~rv^" FIELD I +m ...m..:rC>.M.R.qgflS. ... .....L....~lECH~NI~ mmi ANDREW .5:'-NBD\VER. FUEL SERVICE rn:~. .... ..-'~QB.E~Tc::R()bl.. . ;.____FUELSE~YI<:.E:rscH ..JA(;qSC>..~EJ:1l,4L~ L .............I1Y'~.~r.N.~... ..........L .FIELP.J:1E~~~NI~... m...f'!~.LP...t:1~.~A.NIC.. ... .!. . JOE SPADE. I .. ..fIEl,DM.EC;HANIC::m! FIELD. MECHANIC. 1GDE5CI24~F52403.4 .. )(3:'l)(~y. . R2387Z . ..R:~?.mm. ...J?/3.l/9~. 1m .......K..EOY.!N.J3II~. ... W3.!/9~ I mmm..!()~KAI'<.Q~ .J?I.3..!19.~.L .. ..........JllA.m . 12131105 ! :...J.?/~JI.Q~.. .I.- ; )?~O~P~. ...mEL:r()ND~V!S..m. ..I<E'N.EV{~QL 'FOR~rlfv~~C~^t!~~BBS! . ...mP.~.F.:~N.:.()K~; 1.~OQ4..f4?Q..~LM.~~tl.i",NIq$..~QPY.. ..............m..... 12005 GMC C5500 wi MECHANIC'S BODY I ... .".". ........"... .....--.......-............................--.....". i~QQ?(jM!;l::??QOI'!LM~CtlI\NIC:$~QPL P22~fQ~PJ4?Ql!IIL]:r(I~I,Jl::l<m 145 . ..!.(jM<;;~TN(jR~~IJ3,U.~I<.. ...m) ..m.mPM?[)I~~m?!l?9? 7 VOLVO SERVICE TRUCK 1441 . .~ylj.l.c:.c:.BE2\1N8~9B36m m ..... .. .............~~~W~~g~~~IBLJ~~i;?L1f[)w.w.~6$?)(~c:~~~~g ; mQJQ~MI\INI~f'JAN<::~::r~LJl::K.. ..__m.I.4:4~..?F[)1J::'l7M?~f/:I~:'l.~?~ c:()L!>!'I,ANI'lE~:I1~!!m__mL . I TAMPA. ... ! . 1984CMI PR-450 MILUNG MACHINE ... .....:::~:~. m.:......:;~:;~J.I.~~~~~~~~:~~~~~;:~~:~Z;~~~~~.... ..... "j ..........?9~,~:~~:~~:~~}$.9...... : : 1 ... .... ....!'lJM!'~:I1!iZm __ 644.0.59 I.... TAMPA I! 2001 HOLLA.ND .6': HYD PUMP.. " !jLJ\l!T()J\~I>.YJ\I'l:?O!! .. WHAVEN i 11999 FORD E-150 VAN I r;~~~~~~~~~~~~~-- .. ')...............m.mmm..... 636510.. TAMPA. . j! 1999 INFINm m.Q~().Q JI?Q01fQRP~~~QI<~R ..... .....I'!~~E.N 112001 FORD EXPLORER . ......I'!~~Nn?QQifQRP.~P.~Q~Rmm .WHAVEN i! 2001 FORD TAURUS SE 1.f.[)l<,F~~I'9.~~~g~~9.9m ... 1 ..-.J i FRANK~R()OKS !' .. BRANCH. LEAOM~N 2FDl.F<I7M.~.t:I.f/:I?~~.~~... ..,~6g~~ .,...,t....... m.......mmi ! ..............-1 I .. m1GP~5c:12~~f.~3!~~~ ... m..N~~.92c: ... t:I~7~.?G.... 1.2/31/05 g~1.gg;_J2I3.!lq~ ~6.11~ .J?I3...1/9.5.... . DANNV KING. . . ...........;\I.:r~J:1.P..~.~.~()p.. JOSE CRUZ, DONI?.. .......................... ! Imm. .ml .... i 636327.. .. ..........+.... I .. ...ml ,59.3:175... .. ............;....... i ; i,........_. ...m...!. ! '1 ..... ...................... i ..,. 'Im . . H:425q:D:81S ! I ............! ....,..1...... i ...... ..... .............! i 642158 .. .....m..im.JF~N~1.~9.)(I:lEl?I:m ....m\\f3.~Gg m.J?13..l/0.5... ! . .m! .. ....1.FN.:mVIYf\!q9.5.93. ..l<,~~QFY .............~l3.919.~ ,.... J ... JN~q>llA2l<J007562 W3BI-iKH..6130/06 . _IJFM[)l,Jm~2.?!lQ~q~9.m .' .....f2Z.G.r:Yt ....m~l3.g/q6. . ..I............1FMPV~~~~1.?f\$~?~L . .....:...m.g9..1..8.y'.~ ......m....6l3.WO~ . .mm! . mlFMPI,J~~E~ly,mg . mg9.1.9V8 .613.919~ _ ;lFll>lI?lilJJjjl~qq4B1 U30BMI:l..... 61.30/06 .. . .m~P~~E .. ...........AI.5.~qP..... ...........i ! SAFETY DEPT. ..... FORMERCntMCKlNNEY ..... . . ....TJ<AI~.E.I'.~.~..F.:t:1~mml OAWN KELL Y:WALL.. COfflllOLif'R I ! . Q~YIDy()~();gLc;~AK m . !LAB,gtEM~:Nfu~~'&[yd .jm ...._lp6~5.9.LP. . BlRD.SONG.....I mmm..lp~E5.(),q .. mIFOR~~'fu~'f;~'t~S! LUIS. RAMOS.. .. . . .. WHAVEN/MELB...... ' ......~Q~.~.~..f."1..~.~!...~~.~Q.~! .. w ww w' .. . ....w}l.!l'!~~l)l)~w ,... . CENTRAL FLORIDA D/VIS/ON i .. .... 493PiECESi;;;;~I~di~gi~~kiift';';j~~-~;;~t#;-;;;i~~~tr,;ii~~;&t;;b~~~id) ~~~~~~~~i[~[~~!~_~:::~~~~~~~~!~i~~i~~c~~~~~i~~~:=~~~~~rlTI~~:k~~ifi ,JOE Repo~- 22, 7, 2.Version: FA ACTIVE .. ... ~~!Rll~~lP.lli:.wi;~~~.:rd~,tQ.J~~~iQJ :: ! I II :1 BRANCH!! DESCRIPTION ..."!;.I:!I..~!:!;.I.!:>f\lYr-l!5J:!I, ....IA9.l'!c>.,:~!'..[)A:r~L ..A!:i~!ql'!I[)..:rQ... JOB [)E.SCRIPTlON II?QQ1fQRPTAC~wi'i~ wl.1FN:lp.~~\!t1J\?Ql)~~2.wlJn~I>1Hw ;w6/~Q/Q~j t:11~H8E\,}9~N59~ w. w.64~~li.o.1 ORLANOO !1.2001 FORDCROWNVICw! . 2FAF'P'7~WBIX146393E44QVI . .6/3.0/.06.. i .JACKSON WILllAMS ..; r:=:;;...~:~j!:~::~~~::: . 'E;~:~:::-=:;':==::: .!...=.:= L...li4~!!Il) ...... ME.L~R~.1!2QQJfQRPTAlJ.RLJ$ wW"W .. . . wi.. .. . IfJ\t:te~~\!~y\?l)Q1~3... .....w.w.lJ.2.9.~.MH..J'/3.Q/Q~:.. ............J.EI'f. ?~Xo~R.w 64432.0 TAMPA IPOO~FORDEXPLORER XLT I .. IFMDU63W12IJBBQ623 V.o6BMF 6/3.0/.06 BUODY ROlliNS. .....6~3~1...: ..T~Pi\.. 1 '2002 FORD EXPLORER XLT ilFM?.lJ.63L:??lJ~~P.I:i?~.w ....Y~~~MF....~/~OlQ6.....! ..~lJ]!i~RElJ.+S.. "'iT -. - -p ., ,. ..' ...................... .................... ....~........ ....lim~~. .Ti\!'1~A..II?QO?fPRPE:!<PhPR,E:R,)(hL .JF.I>1~LJ~3.;~?l!~~Qli?5. . .Y26JIJT.6/3.Q/.o~.. ... ..[)A.RRE.~..RA.TI\JS19 .., . ....r.... i ...I:i.~lI.~ m' ...IVH8Y!'~.JL?'QQU(}R,q c:RQV\lN\DQ"QRJA..m...mm;m ....?f.J\F.!'Z~W~?XP03.~~ m 'mYlll~MF ....... .6/3.Q/Oli ..I'I<Eq~ICI<?mm f ()PE.RA.:rrClN?~(;""mi WHAVEN. ii2002FORD CROWN VICTORIA : 2FAFP?~.W52X13.o346 V.oB.BMI'.. 6/3.0/.06 .. JIMBOTERF ; . CHIEF ESTIMATOR ! ! ! 2002 FORD TAURUS SEJ ...... ..)f.J\F.!'.~3.l!~?J\1~~7E. ...Y~P~MF.m ... .....~09/P.~.. im..f:1I~~..?<=~IVElZER .... n~.!'1A.~A.(;I.R...m ni~Qi'~Q~q~~QW~~gQ~A. m! ..m2FJ\F.!'?~I'!??Xl1t.t13 m....\\721.HD. ..6/3Qlll~.. i .....m.f:1~~~.I~A.RI.NE..m mmm ...BRA..N.~~.~N~(;~~ ....li4465!i. .i .....Cl.~.~~.DOil?Og2fQRPTAlJ.RU$mm m IFAFP5~lJQ?J\106.6.1.~.m . ..m...~ZM.N!'.. 6l3.P1Q~"mm.DON~tp9'R1]'R m' TAMPA. i 12002 fORD EXPLORER XLT IFNZU63EB.2ZC39165 . ...G15MPC 6/3.0/.06 f?fQR,PJALJRU$?[:m'l .mlFJ\FP53.l!~?J\1267Q? ..~~.~M!'c: m6/39/ ! 2003 FORD EXPLORER XL T ... .mJm .......1F.t-1.~LJ~~mlJm?B~. . ...L......W~.?lIlJ... ......6/3..olll.. I.m mm.m.... m ..... .......... ! i ..~4?m. .\V~AyE.~iI2PQnQRPE:!<p~PR,ER)(qm . m m!m IF.t-1~LJ~~~~~LJq~BB~m .m.. V!.9.~~V'f....m liOQ1Qli. ! .649.021 ..oRlANDO !i2004. FORD ESCAPE )FMYU0312~KB.o623~ .. ..... ..W71YCU .' 6/3.0/06 .. FRANK COX i. I ....).i?OQ4.fQRP E:$Q\PE. . IF.MYIJQ3.1X~Ig!1.~.?~~ .V!~.?YC:.LJ. ..m......6/~9/Q6im ..I"HAN~~P~~m .1. ...... . mQC:I!'ll..m. . m m . lli!:il):'IlI!:i:m . .I~~A. 1!2QQ4l'pR,P[:$Q'lPE:)(l,$m m.F.t'lY\!Q2JIt1P!\O~?~Om .... .....m.JC3.?QE.M m..~/3.Qlll~..! mm..J9N_~Ic:I(m ill! ...,i .... . ..mli.... m....l.I'.M)1JP.mc.~~?3.2~O ..m!......Xli~.I>1MVi. I'::::~ O::~I;l;~~::~~~:~::~~mm ! IFMYU.o2Z35~732.9? .. .... X45WCR:~~~~~:m t i j .... 65l)~?~m .1'I~i\Y~N ... ,!?'QQ?fQRP. E?c:AF.'.E:)(l,$ m ilf.MYIJO??l~~?3.mm ...X1.1V!c:R..m . m..li/~9/Q6... Im6~~l)? ...mT~EA.mH20g?)E!::Pl,I~E:Rl::y ..mm! ... .....1J~.Gi':.~~K1.~W~ZIl~?lm.Iq.~.~g ......m..~mlQ~ ...li5.~.1.liJ ; .... ..T~E~ H 2001. PONJ1AC...~()NNEYILLE . mm 1.o~~ ..1.G?tf.Y??tq~.l!209.1Q~m .Rli.1.?g ......N3..Dl.O.~.f:1~_Rt,;!~A..Cl.V.~~T9Nm: TAMrAI[;~02~~~~;MP~C; ..m .. ... mm mm1031m 2G1.WF5?E82~19B5.o5 ! ...R613g. .. 6/30/.06 [ ....I:i!:i~~.~~ ..1 ....IA'1Pi\. ..... i!?'QQLFQRP. c:RQV\lN\DQ"QR!;\.mm1.Q~~L .....2F.!\fP.?3ViW<.11.~8.~~ .... .. ...m.~li.1.~K mm~OOlQ.~... I 6!:i~1li:'l : m\V~AVEN 200?fClR,PE:J5P~()R,E:R, . m}9~! .....JFM~lJ?~Vi~?li~3..1.8.? . .m..R!i.~.5.TZ. w..6/3.Q1Q~ m..li5~".~!:i -+ 1V.~i\YE.~..,..Q91!,QR,pgS9.YANmmmm..1?~L ....JI"J:N.;.?~.?.1.1.HlI~lIQ~? .m.Rli.1.m... .m._....~l3.Q i I H!'I.~KY"'I!I,YC::I(:?O!;mm+.m.. . ....m..1.. .m'lm .....:'.I.~i\vE.~. +jJ~~?c:IjE:YX$1.Q PIc:.I5.\JPmm.' ...mlmg;C:Q?l~X1.y'~l~Omm .......:........FI:i.1.c:J<Y.ww~I~OIIl~.L ..Df'!\qQNE. m~!!l)4~!Lj .......I'I~i\YEN .L1.~.~~ f'QRPRANl:1E:FtP!c:I5LJPmm Ilf.!YRlQ\!?VilJ~g;m ....mW3.~.H!<;J:i .... m..~OOfQ.6 .mQ5.A.(;()Y~ m~Q.Q:'I.6'~I..\V.t:lAY!'~llJ~~?I'QRPmQPIC:I5LJPm'jm~~1.?I:iJ<VfNAQ39.~L .m.....Gl~MN~ ....6I3..oI.Qli.) . ...m.?EA.RE..m. ml .IJ\tI~i\ . ...U.1Q~~ FQRPF??9F.'Iq<I,JP .... .m! ...JFJR..I'??~BWf'J~3.m8 '\\I~QtI!<;J:i m600/Q6J. \1 i I :mQfOR,pFJ?OPI.C:I<UPwm . .'1....... . ...J.... ; i... 6444.04 j .~~Pm: m.IA~p~ i .... 6.~6.~2 .... Cl.~~l?O i 6457.03 .. JOHN DANELLO, JR. ...f:i:4!:izO'5..!....!'1E.LJW'1. ! .....6.4?m ....T~~A.... ..~~II,IE..?'!lmER..... .TCJqDEEEI~~~llm .. "'r""" ...t....... ......)9.~~..~99.P~~.... ! ....I:i:'l!l~!..I...TAI:1~A "1""" L.... .......M.II<lO..~.~Drrs. ! . RICK JARVIS. . , L .m\y.ILL.~'EI>lDCll.J\!lI\m ImmDICKIYSON .... ... 653162. . TOM JACOBSClN .........?]].!.!.?? .. . .m..~9B~X.~!'1Bm ..R()B.~!E...~.~~..... i ~. I i i I 1...I:iQP!.~m ,."""' PRIVATE SALES/EST. ! 'fO~MERLY'CH~IS'Bi>.UNAlS"'j . BflANCH .MANAGER ' VP .....f'ORMEi>.lY . OPERATIONS MANAGER .mm ....mm.m I .. .m~MAorINq ... m . DMSION PRESIDENT PLANT ....... ~oi>.MERlYPAUOl1l[E~ .....1 m' .....m.~RA..~.C~t:1A1:1A.(;E.R.. . m! E5l1MATOR 'r-0R/OIERlY DEI',NISAUfRym OPERATIONS MGR. . ..," ... ,.. ; ...........B.""'N~H!'1i\N.i\GE.R. .... ClM.?IClN.~~SMA~i\(;~ ....1 ! BRANCH MANAGER ......... i"I-oRr-fERLYX MCELROY FOB SALES/ESllMA.TOR ...J?'!lf:1i\.TCJR.. ....-......., .....t....... . m..~f:1i\TCJRm PROJECT MANAGER. .XR9JEc:r..!'1(;""ESll~'A.I91l . .... PRDJEc:r~lANi\GER ...........;....... ...........t.... ." ...I'()Rf'MANm.. .r.N?IRU!'1E~:r.MANm .m.! i j"'FOiiM'i'RLVPAUL'MOOR'E'i:AS'! ..m'm 1]'<::ri:JS4~m; LAB TECH m FORMERlY)EFFSCHULT PAVING FOREMAN FORMERLyRiCiiSTiiAjLV 1 . .....?~AflE... ... ......L.. ..~f'!\[)f:1A.N-P~VI~(; m' !!~JQI3:PF1?QF.'Ic:KLJP . :Jf.l:ll1<J?W~lSN~QmP.m . ......XQm.~.m .....N3..oI.Q~.. . ....m...BOI1:l... ..m' mm\ m .......1..FJllJ.<1.?Vf.JCl5!'J~.o~919 ....)q8.Ql'\lw6/3.olQ.6... . .mm.T9...B.~..?()L[) . ; ...Jf.l:ll1<J?W~lSNlIQ?~I~. .X~3.QI'\I ........N~QI.O'~ ... L. . m~ILL.RCl':1,o,NClFl' w. , i .......Jm.x.m1.me;31.~n ..m)(~7QI'\I m mliOO/Q!i ...t. .INY!~YA.RC> , X~QQI'\I.m. . m.6I3.QI..o~'m .... mmm.LAB15C~.m.._: FORMERLY GREG MICHAELS I mm .q<::rE.<=~:F,IE1p. I FORI.1ERLY PAUL REGISTER QC! .......I~.\VH.XARp... m'm' L . m:F,I.E~[).... . m m..! 1 QQQJQRPF1?QF.'I.C:I<I,JPm.. mI..... ..JmJq?L2)'f'Je;31.~~~ .. ')(~9QFY.. ...li/~91Q~11 m'" ..... ..... ?n???m ..I FORMERLY B. CAANDAil I '. . 0 Fqgp I'J?QY!c.:I<LJF.' mm!! .mlmlSl?~~)'f'Je;3?PllQ.XnQFY. m..60QI.Q~..... .........KA THY K1SSIMMEElAB - QC FORMEiiLV]ilRovif,iiC mm .1'I~A.v.E.~mJI?'QQQFQI3:PU?QF.'Iq~I,JP.mJmJq?lfl)'f'JA,3.2QQlm . ..m.)(~?QFY. . .........~1391Q6 .. .I9~E?ClL[) . PROJECT MANAGER ; WH8YEN.\1?QQQJpgpRANl:1E:RF.'IC:I<LJpm.l1JT.flll.QY1.mmn... . .mQFY...mm6I3..olQ~J .mRl~H~RClM9'!N~f:X ! FORMEiiL~~~::S' P~:i ~~~.4~!Li- ....!'1~.fl,Nm 012000 FORD F2S0 PICKUP !.)I"J:N)(2..Qh?y.E.~?lQ?2..m')(~~XQlS .......1.2f~VQ~ ..t.m. ....~IlEY'.?~A.Rf'mmmi FORMERLY J. ANDERSON ! - :...........TT...AAM...M.....pP..AA.............. .\1121...0g.....g0. OgmG~...~M...~C...D.......pFI..C.2.....K;.OU.-....p..p....I...~.~~~(;~~s......rT1~~naQ!~'?I:)e.........~...).........11... .1.flliF.?Q.~~~.13."?Qm HLB~2QlJ.1I... m..6/~QIQ~ ....K~NN.EJ!i.':1XE.R? m.I::~:~tH~~~:::l 11(;'TE(14V7X;50298.o ., W~5HKH .6/3.0/06:.. mm "IFORMERL~';-iMBUONE'! TJ\tIPi\ ...f 2000 FORD F-1S0 PICKUP !)FJR.F.J?Y'!jjY!'JA,3.?Qli~~~~QFY.......~.. ..liO.DIQli.imm ......S..~ARE.m. . .... ..~~\'IN.<:;.F2Rf'~I~Nm mi .:rA.MPA i 2QQClfClgD.!,:!?QP!C:~LJPm ....mim ... }FJR.F.1.?W1.Y.N.~.?.Q.I:i~lSnQFY.. ..613.0I.o~ ; ..........f:1I.K.I'.~2EBY.C~. .m..).~~~~7it~~::r~~rvt~.1 . ..TA..!'1Ee,....!!?QQQ EPgp F.:I?ClF.'IC:I<LJPm .mim . ..}fJRF.E~f'J.~?9?1.m~~~QFY. ......m....~I3.Q1Q~. .mI9~g?9,g ...m\FO~~~~.'ib~~MENT! . TAMPi\ ....1.12200.0000.FFOORRDD.m.RAI':lNSGOEPRICpKUI...C. ..KUF.'....pm .+. .lFTRf171'V1'(!'JA.3~Q?2.. .. )(.oZTYI<. .6/3.0/.06 ....~i..... ..71.7.117... i . ~~~~~~~~~ER! ......I'IIiI\Y.~.N. . . ..t.m ...J.f.!YR1.~l!lS1.P.!\8.li??~.. ... ..1J.1~.lIM.H.:mN~.DIQ.~..mEAYL!'1ClQRf'..m...I'I'O~'IERL~JlWAI1ADO lABi ...t:1.E.LJlR~ JliQQQEQ~l?8A~~~~P;~K0.P .. .m..L.JBjra~~4}Jol~~A~li.mm... .. ..m.LJl.~~.I>1.H.m mm..6/3.Q/Q~._m .S~9P?E~.m: . ......15l:!i . ..... ml if ..Q~EPRpmQP!c:I5UF.'H . ii .....I'IH.AYE.~... ...li.2QQO..FQRP...F.1SQ.F.'Ic:I5LJP..... . .6g.o?!:i i ..M~lJlR1t ii 1....m.3?!. . m ImXl?i;lYN~W~~ QQQ fQ.RPEJSQPlc::I5\Wm .. . 6364.03 i ~ 1.....li~:z.,~I:i~J !....li.:'I~~~!:i: OIRT LEADMAN . FOiii~EiiLYBEfijULIEHBASE : .........f'{)R.~t:1A.~..m. ...J , " DOTVehides:-over, 10,000 GVw:' ,i' "''V'" "", 1bY.~Q!! ~ - _~,'ve I e,u ]DE Report - 22, 7, 2 f Version: FA ACTIVE Ii ,6,42167 f 642173 : ifl\~.~~ ,.:.,jj.~UU '" WHAVEN , ' 642181 , I ! ' 64440S ,1114"011, (" i i I !11~114~, ",mmm ",~QY~~~~~!R~~9RI, """"m,J.IJ.I'!~?Q()!i ' CENTRAL FLORIDA DIVIS/ON . ,...... ........ "49'3 ..-pfECE.S....(~~i~~~i'i.~g'.f~~kj'ift'~-...,~.~..~~.;~t'.#;..;.i~~.~..t~~'ii.~.;;..&..t~..b.~..;~.id).... L<:.,LE!?~",~qlJiP.!l1,e.l1t,f~:oni91i'r~glCggi1~Mg.lm1[~~Fit.,';~"I~ excluding misc. trailers & "to be sold" vehicles) i i QYi 'j; . ~~ "~~l~a::;iJlL\~Jl~d;i:lR~Si:'!$QiaI yI;I:!I~p;~[)~l,lfolllJEf{IJ\(;I'!()'m ~~. !>J\IELmP"!i!iI(;~!'PTQ m..m..Jm~!1\!~1~~g8g . ...........uI.?~.t:'!I:L. ..6/~Q106, i I . 1mRlOU3IPA8405.1.... LJOOBMH. . 6/30106 , .............!.m~10lJ.2.1.P."~1q8.?. .... c;E.[).~.c;IN.A..I'IAll"1l,5. SHAWN MADDOX JOB DESCRIPTION I .. ....TFORMERLYCALVlN LfWISLAal :.:b'". '^_"Rlv.".TEaCuHs"m.. n..I"" ,.........LAB; . TECH I m ....!f.:IR1<mptj"~!og I'II~BENS()~m .... i.p~~~m:vM~~r~t~~~~~R~l ...:r26ES()LJ:>mmm" .. FO~~~igK~~~~'k , SURVE\'(J~ MOT FOREMAN , FORMERLY RICK YAWN : ... B.A~..... ... '!FOR,^r~~EgN~~~~~~LABi ...i..m. ~1UA~~IJ.I:T()Nm . m. +. FOH'1ERlY'1~EO DrlAKf ; , m m m.' .SH[)~..S~Al<IO"";J'OIUoIERL~~PRzr,~REmmLABf i . TECH FORr.lERL Y RICK JARVIS PAVING FOREMAN ... .1f.IP)(1~~~lNAnq11 m ..lJ;!Q~t:'!H .m ...... O.A.NI~.L.E5.1BY.. . 1FTNx20LB lEB78976 U03BMH J()?EPH POWEll .............1.fTP.)(!Z~~Itj"nq1?.... ..l!?Wt:'!.tt.. ,. "... ..m....!O BI'. SDLD .. ......T()BE~[)LJ:> MARK OREMA.~.... . ...... ..TIM...~N.~... ; .-.t....... . ........~9.~.!9.H.N.S... DAVID MIllER .." ... .... ",...... _j)f.:IR1<lZ~mtglZ~m ....EQ.I\iFY... F09VFV 1fIY.B!Ql,JmP.,511~~... fQ~VFY. I T" 1FTNX~0l52E~83022 . F13VFV. m,J I i ........! .............1.fTP.)(!~L,)(7N"831?.!. l,J~lRIL !f.IP)(EL:gN,,931.~7 . .mC;1~MNe 1fTP.)(m~7tj"m3~m.. ..mFOQVfY ....60qIQ~; . .. .... ??rn... . . r" .. IFTPX17L02NA82737 U62RII 6130/0~ [ AI'lGRIA WALKERI' . .. .mmi1FJ:B.WQZ6gi((;QmZ .....lJ~~RI!.. m.........~OW9..~m I ... ... .!?????. i i............?'...'....?..'...'......... .. L mm.' .1mg9.y.~.2TP.,511.?9.m ..... .... ,...lJ?7RI.L ...60PlQ~! ... .. I, ..!f.IP)(1?q7N,,~}!?~ ..........lJ.6QRI! ..;m~Oo/q~ J ......~OBB!l'..f~~m I ; 12/31/05. ..~0.919..~. ....J 60Q1Q~., mm)AM~~~~B~~ .. m.~@IO~.ll"9.9.!l<.Q~.mmm' 6/30/06 ..... ......6 30 06 SPARE PAVING FORE.MAN . i .. .f=9.~'.~.~~X.,S..~.!Y~!!Jn.,: "m.~g~~.~~.~.~..~:..~.~n..~~:,. '" j , ... ....L.... .....~.~.F.9g~~.~AN.... .1 AVAIfr CURTIS SULLIVAN .."...........t.... ...~A'!I~~X[)l<IOMA~m . "rm m,ORM~mrt~~~Al<ERi . . PROJECT MANAGER f .! FORf.1ERLY E'MARTIN" KLSS! . PLANTFOREMAN ' I .... ,ORMeRlYRAVOTnN .......; mm m I .A?p~Il"A9.M~Nm FORr,'ERLY O. JOHNSON .m. roR~;ERLV'T'o.RNLfY' ; BASE FOREMAN " ,-- ,. ,..", i ! .. PAR"!) RUNNER, ETC. I """fRO~'ERLV E.'o.RrJiJ,V BASE' 1 FOREMAN i " FORMERlv}(' RAINE""" FlELD' .jm ..........CI~ . ....PAVlNG.F(JREM..A."'. f CREW FOREMAI'l : m 'roR~\ERlY~,(;ARR"'jCHOLAS: TECH m ..,... FOR,fERlYJAIME'DR'rEr,)( .....~~~.~~~~..., . ....! R,Ay~l[)~q?AM..QI,l~m ..... r6~~~~~A~~~~~5 mi PLANT FOREMAN .............i .FO.~MERl Y JACK KELLER .. TBA - LAe TECH JOE DESKINS CHERYl ANGEL MlT~H PORTER ........?!.?1???.... Page 8 of 13 m~J&fvtb~N~~1 LAB TECH ...r'V.;::)~~n~~~~s.. ...l PROJECT MANAGER I , FORMERlYCRAIG'fRlERm! , ~lOT FOREMAN I ..... "'T'FORMERLVj~'ARMERlABi FORMERLV JAMES f'lINTON m m ..p~()J.Ec::r..M..A.~A~.~... .., MElB. PlANT FOREMAN.. ' j PAVING FOREMAN I .. m";F<lRMERLYlOHNMARTINMOr! i FOREMAN I ..I........~~.~~~~~~~~A~~~.....J i LAB TECH . i FORMERLY M:NEASE 'PLAIfr f ! .. ?~~~""...mml i ii . L ... .............~Qy~e!'ll~~!.~~~~~I . . .mm..... .....m}!.l~~?J)9!i ... (:{N.TJY!ttLQf/!PI! P!.r~ror!. : 493 PIECES (excluding forklift wI no asset #, misc. trailers, & to be sold) ~~~ji=~~=~~~~i~~~'~j~!f!~~~~!f!~i~~i~~~~c:~~fJ:~i~sr.!"o:~~~!~~illrm:enN~g"'h'l~1!filll~1 JOE Report- 22, 7, 2 Version:.FAACTIVE ... E!J~nSiibJ.e1ItiT.CIia(~tow.!iOyitta~tQLI.i\!SQ!diful~JSs)~~d]ffi.~iQ:,~:$oIc;l1!i ! ' i f....... N~:~~R B~JIlc::lii;PE!;c::~I'IIQr( . m mmmIYEl:llc::L~~I?JIll!tJIB.~R m.:r:l!q~Q, ...~.!i9.5.?3. ... MELBRN. .. H?QQ4f9RPFJ~QtLX~P!l::KUP . ... L.m m ?~qll.'!!'IQ\~~9..~~. m ...m.........J.3.~.U.,'IP.... 650564 ; ORlANDO 112004 FORD F150H XL PICKUP .1 .2FTRX.17W04C1\.969?3 J36UAP :, ! , ...6.505.6!i..... .. ..0~LA~pg 2004 FORD F150H XL PICKUP m mt .. ........2.fJFXF.II.'t1.CI\.9..~~.?B.......mQ9~~N., .. ..6!i1l56~ .O~N[JQn~QQ;fQRPFi~Q~~~p~~J<CP.:m'..... mm m m' .?FJ:Rl<J?Y\I54Q\~69.?1l ..... ...J.3?u.,'IP ...~!ill!:j~? ' .... IV.HAvEN ...!12QQ4FQRPF~!iQI:lX~PIl::I<l,JP. 2FTRX~ZIl.'?1Q\~6.9.~Zm,..J.~9.u..~Pm.6/~1l/1l6 65056.9 WHAVEN)!2004 FORD F150H )(LPICKUP! .. ..2FTRJ(17WZ4CA96971 .. J35UAp 6/30/06 i .mlj.5.0!:j7.0...I. m..Ti\tlf.A..;:2QQ~FQR,PF1?QI:l)(~P'!C:I(I,!!, .m; ......2.f.IRXJ?II.'~4Q\~6~66.. .....n~.\lAp...6/mIl6 . i ; ...6.!:ilJ5!?. ..~.~~N ...H?9Q4F9RPf~!i9I:lX~PICI<UP... ...; ......m..?FJ:Rl<1?WJ4Q\~69.~? mm..J.4JV,'IP .........m.6/~CJlIl6, ..P~ANE.ALYARf\1)C) m.6.!:i051111 .9.IllANI)C). i! 2004 FORD F150H XL PICKUP m.II' ............2f.IRXJZW?4Q\~6.9..~~ .m.......'... .).2.1U.~P.. .m6/~CJlIl~o ......... Q~IONDNc;Rosg , 650581 ! ORLANDO i i 2004 FORD F150H XL PICKUP ....m I .2.FTRX17\VX4C9697B. . 1 ..KIOUKl 6/30/06 STEVE WAGNER ! .....6!ill.llJ~.... . ...ClIllA.Npg .. JI?QQ~FQRPmQH)(~p.!CKI,!!'m . . m' mm2fJFX1.?Y\I~4Q\B9.(169)(<tlX~u. ..... m...6/ !mm?9:3 . ! .m. .~.~~.N.U?QQ~..PQPCiE1:iQQQU~PQ\~PIl::I<LJP.m . !JPZtlP"1.BtiQ?J?1.~142 .. .. Hmfg?1ITz. .....Hm.6/~1l{1l6 ; .....6.!i229!1 .JAI>1~A. ..I!?00?P9PG~J5QQQLJf\Pc:6~.P.!.l::~LJY.. '... IDZtlP"l.~rmJ.~.1..~.P?.... m'.' ..fg7QI7 mm ... .6/~0{1l? i 652300. TAMPA. . J 12005 DODGE 1500 QUAD CABP'I~KUPm . ; ID7HAIBN3SJ61B135. .R221TZ 6/30/06. J 652301 TAMPA I 2005 DODGE 1500 QUAD CAB PICKUP..J[)ZI:f~lBt:ll?J61~1..3.4m mm m....1l,22?J!!:....6/3fj/06 ... ..... ~Cl~JAR~o ;.m~;~o~' [ .;~~~~,:liQQ;[)Q[)G~i;~QQC.AP";~pi~J<Cp.." .. .J[)?t1P"1.~t:lX?J61.~p3.. ... ....fg?JI? m ......6/~(){1l~.; ...........T.1'~X..t1E.LIO'N. I i , . . m,:3.11:3.m .IA.I>1~A... ..!I?QO?DQPG~ ~:iQ9QlJf\Pc:6~_P.!l::I<\JYmmml[)ZtlP"1.~t!~?J.~1.~mfg?1I? .....60(){1l6 m fm. .. ..BIU,'l,NRgSE .. .m.; 652304 j ORlA.NDO )2005 DODCiE1500QUADCABPIl::KUP .L . ID7HA18t:l1!';J620P4.. R2361Z... 6/30/06 ..... CHERBIRDSONG i 2005 DOD 00 QLJ~Pc:6~PIl::KI,!!'}[)ZI:fA1.~N45}6711Pllfg"mm~/~9LQ6 i.t1gY'AflOt:1i:q,s~l!.,~ ......~ll,c:J!.Er::rI>1.~~AC;ERm !?QO~PQPG~1:iQQQl,Jf\Pc:6~PIl::I<LJY mmi .. .....1.PZtI,'I.1.~.t:l.X?J.6.2fj.m. ...fg,,5Em6{~()/Il? ............J.9.t1N..~~O'I'/.N.JOI+... "jm ..~"()JE.r::rt:1~~Ac;101l, ..........1 i' , (H2QO?PQPCi~1:iOQQlJf\[)c:6~P.I~I<LJP.ilPZtlP,,1~t:l~?J62!)1.?2 mm mflPm...6{3(){Q~'mm .Rf\~[)X~~~~ mmO' mmPLANTSUPER. ... : !l200?OQOGE 1500Q~AP..c;A~.PJ~KU_~. ..j lq?t:i.~~B~~~~~~.~l~l.. ~~. : ..6{30/06. j'.' LEEPENALVER PAVING FOREMAN L .. ..m .1>1~1!N. : .2005 DODGE 1500 QUAD CAB PICKUP mmom] . ...m...1.[)ZI:f.~.1~N.9..?!.6.1.11.1.'1.1..mfg'l1~.m6/~OIQ6 L. m ......Rf\X_()n:E..~m.. .L ..m~Il,()JEr::rMANAGEI< . ..6mg ... . .1>1.~RN. .... iri~Q;[)Q[)G~;;QQQCA[);'~pi~J<Cp ..mJmlPZtI~1Bt:lZ!';J.?lB1111 . ......B?7ill ._.6/~(){1l6 ..:mPA~~LJ,4C;t1~"m ' . PI<ClJEqI>1ANAGE.i<i .?!i.~g ...~EL~~N.H2Q9?PQPCi~J:iQQQLJ.f\Pc:6~P!l::I<LJ.p.m." m[m.J[)?t1~1~t!Q?J~1.~P9Hm.1l,22m m.60(){Q6 m.L.Ji\tl~AN()E.Il2ClNm' GRADE FOREMAN mmi J 12005 DODGE 1500 QUAD CAB PICKUP m mm.L ... J[)7.I:fA.1.BN95}61~1.3B.. R2291Z. .6/30{06 J . CALVIN J, PRAlT,)", PAVING FOREMAN 1..,I?OQ;[)Q[)G~~;QQQCAP;~P.I~KC;; . : ..1[)ZI:fA1.~t:l??I6.1.~P? m.....~QI7.... ....61~91116..il .....9'~YI.~..E.,..~Rf\TI,~R,. ....~~VINc;FQP:EI>1AN.. 'I 'T' 'j" i 652330 ORlANDO 112005 DODGE 1500QUADCABPICKLJP" m m .. i ID7HAIBN35J6201.75. . R23.3TZ 6/30/06 i. DARNELLJOHNSClN H i SPRINGS ..1j!:i2m ... .glW'Npg... ll2005 DOpGE 1500 QUAD CAB PICKUP.. _ _ mmm! .. ......}[)ZI:fA.I.~.t:l.??J.6.?().1.?~ m...~m.61391()6 i ...... ...I>1A.RC~~mRf\l~.E..mjF()RMEr'LY~-fE~;Berr~~1 II iT i ...6.?~.:3.2., ......IV.t1AYION I ,2005 DODGE 1500 QUAD CAB PICKUP.mimmlPZtI~l~t!~?J.~?fJlllt. .. ..fg'lm..6/~(){()~.m. .... .1U9(XtlU~t1~m.) . m.9<= .T.Ei:.f!.:..f'IE..L.CJ. .ml .....?!:i.?,:3.!?_,IVIj,',VE~I!?QOSPQPG~1?Q9_QLJ~Pc:A~!'.!c::~LJYmm; m IDZtI~1~t:lll?J.62Qmm .....:mflPill m..........6/3(){()~. ; ..RClBERJc;RU~B~mt RJ~f~E~'v"rfi~'iJ~~m .. QCl WHAVEN. ! i 2005 DODGE 1500 QUAD c:6B PICKUP ... i.. . .lD?Hl!lB!'J?5J62111811.. .. R247TZ . 6/30/06 tba TRACE'(WHlTMAN ...., .. FIELD .IIJ9.9.?EQR,PF1:iO!'IC:I<LJPm .......J?49.1.)mflZ2311.'t!~9.gm . ..Il,?lillw601111161.. mNg()~VIO~ II m JA.I>1~~. I; ?QQUQRD F~~OP!l::~LJ.P .. .mJ?9?i mlFJ:Rl<1Z~~2N~Q?9.Z9..... ... ........R6J~I?w..6/~()IIl? mL . mmBU~~APEI,Cl~ .. m.~~NTFQI<~I>1~~7S~~2.! i 653168 'm.W.HAYIONi!?OO?fPR[)f1;QPg;I<LJP m ..1?9~lmwl~mB2.t:lfl'l~?Qg..m. ..'.....g6}9.K..6/~()IIl~.Lm ....w..E..IU~..~.(;NElL.mm~IPEFQ~I:'~~m mmmi : 653169.. TAMPA 112002 FORD F150 4x4 PICKUP mm;~~ll ...1~FIB2.1.2NA3B389. . R620TZ : 6/30/96 JEFF THOMAS. MOTIJRGRAOERoFINISH ..; 1..m~5.3.1.Z11I.I'/.t1P,YE.~ .... JI?OQoEQR,PEI:iQI'!c:KLJP . .mJ??9.L)mfJZ2gy.t:lmll~1l ....mm m..:...m.6/Jlllll.6.I'/.!I,LIP,t1).CALClWELLm :.... MOT()R..G~~.~~..~ FINISH: 11j5}180 wi m. WtlAYIO~.ll?QQQEQF<[)E.~?Qp.!C:I<LJP. .mg:i?I. .......Jmf.1.??~y.N!l9.?~?~m. .. wg6?J1Z6/}()IIl~! m!iEN~XI'/.<:J()(). ...S'?Ni:.ftI:!E'..F.C?P:E.I>1.A~. mm i :.:.. ..~.~.~.~??.........: .........T~.t:WA.." ji1999 FORD F150 PICKUP 125Si ~F.IRF..~?WAXNg.9.~~~. ..................g.~,?1T?... ........~,~Q!.Q~. ........ .......}~.~~8.~.P..~~9~ ..........F9..~.~~~..... . ............j . 653196 TAMPAIE~~~~~R~~;~~p;~~c~m .m;~~ilmF1722XNA90641 . R625TZ. 6/30/06; .. .MARKMENlRY PAVING OPERATORl ...6!:i:31!1? .j . .....TAMPA I !19.9.9.EQR,PE.1:iQ)'IC:I<LJP ... . ;;~41.' ....Jmf~ZII.'1.1.<NE.l.9.9.4.1Zm... . ... ..mlITz.m .m6/~IllQ6 ................JJOIl.~X..~~.'IJf!... .. m m..!...... TRUCK FOREMAN .... I ?!:i:31.!II1. ..m...:r.A~~A. m IJ9.9.9.E.QF<[)D~Op.!l::l(l,!l'.m.. . ....mi;~~r m..Jmf.i?2~1.<t:lAm.~.~.mmg62mm60()/06tm.mR(JBERT()UI!~ .m)... PAYINC;c:J~E.Rf\l1JR m.m.JA..I>1~A )1999 FORD F150 PICKUP ......g:;~im ....JFIRF..1Zvm<t:l.~4.m:mg62.m mm6/~()11l6'm .......~I.K~I>109N.E'f.....mI>1Ei:t1~~Ii: wi ..... WHAVEN..iJ;2;~Eq~bf;~~~;~~~~ . .. m. ... 1.2 .1F]ZFlZ211l.'t:lP"~gqo... ..... ... J99.t'lJY. ... .. 6/30/05 . TE.R.RY INFINGER G~DEROPERAl1JR ... 1 ... m.Ti\tl.~A.JIJ9.9.~EQR,PEI:iQP.Iq<LJPw .m!? IFTDF P::; ..613.9fll~..iPl!.,NI~~Ai<.E mmml_ ..ml I! 1995 FORD F150 PICKUP 12421 ..........~.FTE.fJ.?Yll?N.B..l!l.6JZw'G?QQ~Il,_ m....~l~()/Q? .i .................!N..~.t1..XA.flO..mJ . FO~~'EIl,LY.~I,AyERILL. ... J ! 653203 1 m...JA.I>1~P,"]I'll.'?'QQ?fQRQ'f?';QP!~KCp'mm.. .. . ....ii~;I.IF.lli1l.'2QL?2~q9.1.9I. ..:g6291Z .JYn/ll.5..~ClBE~I()~NN.J ............MA..RK..~E.L.c:J.~S~ ! !...........-....................r ; I i 653204 I TAMPA 1!2000FOFW PICKU!'4x4 12571FTNF21L?XECIl250~ .'. R6~QTZw m.12/31/05! DAVIORITTER! PIPEFORMANt ~~IV~AyIONJI19.!i?EQRP~/H()N J'!c:~UP wgI? .........1.FTE.f2~.t:l.~:361?l. ; .m.U.?[)I!\.w~/~O@ i I.~..I'/.~..X~flOm .Im mmj i;!i,~~~:~;:;1~ I TRUCK - UTIUTY - 710 .m:t:l?~??PmlY~l/~~m:.. ...~~Y!NJ'~M~;;~:-! ..:.m.mm:.! ......... m ..: m. .GRAIlE~(JREMAN ; ..._.~.9..I5)?~~f..~~I!9..~ . ...j ! .......j , BASE FOREMAN ...........j-... .......,~~~~~..F.9.~.~.~.~. ..... ......j ......~EF.'?RE.I>1~N.. i ...........\ m. . m ! _PR,?JlOql'1A~A~ERm , ROB ERlCKSClN. ..m I TRUCX FOREMAN 1"" mm c:!\LVlN... .CA... ...L.~Cl.u.N. ' EHS - TI'A I ORL ......... :.i'0~r;,Ef<LY.8J[n;'CYCR5LA~.; ........~,....... .. ... ..~s~.......... ...............[ m lll.ui:K.FQP:E'::IA~ LAB TKH i ...........i i ! . .....P"VlNC;FQ~EMA~ PROJECT MANAGER .................................................... .. ....lOtlN.t1ALL.. . m . LfI.S...:r:E..C.t1..... .....! CllOM SULLNAN I . . p()R.T.Pl!.,~:r.FQP:Et:1~~ mml I LAB TECH PLflf'IT SU.PER. mmm ... i i ..9~~.~9.~..~q~~~~.~.~..~~.~.. ! LAB QC SUPER , i.... r' , I 652313 MELBRN i m ~.5.2:314.o .i..m.....t:1ELJlR.~... Page 9 of 13 ...-.-j :,DOTVeI11cles'::;:;iie';:io;OiioG,;<.. .... .w ....... '.. tove-ms~p001G~~~ehlae;use:.tiiji'U7 JDE Repo~-.22, 7. 2 l,version:FAACTIVE I ,f i 'j I ! .....?()IJ.[)~!;c:~~:rx()tl . .Y~J:II!=L~~I?I\Il!fJIll~~wTI<~tl(), ...r:x;~!>I<IE.l ... ..I<!;g(;N~!>T() ..JIill~q1,,::I6?1?~?. ........Tj~.8.?~Cl. .. m~.l/'O.~.DYD.LE\'C;()()L,5BX 12/31/.05 ..,........J?/~.1lP~ ..I.. N8619F .....J.2f.~J/'O.~.. ..w.mF,HICi<S.. N8g.of m.J201/ 12/31/ . .. .m.....M?~.8..~Nm .12!~l/Q~ mmm.. fClEY BARAELO ..........j....m.N.8.5.~~c:.. ..~2/~ll'O~ 1FDWK74A4JVA188?3 X8?)(QX .m........f?2.ill N8621F .N862.2F.12/}1/05 i ..........:m...N.8.~m.. F29Y1F. m ..... ..m.M~1.8.QK 1FDNF6.oH8FVA1o.~~.~. w.....'m.W~f!c;l<Z m}fEJ((]?I'i)(vMI<1?.oo.o. m ..m....\'I.~?"I'iX m'.. .J2/.~1/.o5 . 12/31/.oS m1:1/~1/P~i ........J2/.~JI'O.5., ..m..J2/.~.U.o~.. )(88.)(QXmJ2/~1!P~ . ...............M?~~?M...J2/3U'O~ ....M?~~3Mm ..m 1:1/~l!P~ i ........'.y1~BML.POll'O~. ...m.....:....\'~?8.t-1L. ........JY~l/P~ ~..~~:e:~i:~s:;~; ~~.. ~;:;~~!~,C f?~r;~~:::i)~if ..m.m...\'I~:2yq; ..................W~1..xq;. ...1.2/.~J/P.~. g/~l/P~ .........P/~ll'O~ .........WZ2.XI::.1J. ..gal/P~I" I ._.........:.......;g~.~NP ......... .~?DH!9.~. ; "T'" .m.)(~~I::B[). x96CBD m.X9?<:B[) ................J~~~.m.. .,.12!JJto.~m 1... ............../:.2.O'I:!YN ..i<ETjEW/:Cl ............J~~m... ......t..:. .......j .. .....j.... ....i O.VOROZlLCHACK ........! ....................! F. BROOKS ..i.... I I ...........1 .....j WIWE HUGHES .~~YI~.E,..P~TI,..~.~, W-HAVEN MOT I 3/03 CONVERTEO FROM F&L ; TO ATTENUI,TOR TRUCK ; mmmmm..............mm.i [ ..w .m~~ARE.m . .1 1 ..i ...............T.9t1.~.r,.e~~.9 I .............l ...j I ... ......mml I .....-......., ... ...... ...~~()Hl?m.. . m.l:)~R~YI,DE~~J!;. . .mX~::r~ClN..c;illl.EE!. .....1. T~~~~.C~EW.TR~C::~ ~YH.Yc;H.1? ! ..W:H.~~E~g<EWTR~c,:~m' ...c:P1:lEWI\!,I~.m ; . . ..mg~lJI~()()~ClT i. mmJ()H~..~A.R5..D.EN. I L__I~~P~C:~~TRYC::~ i ....... ...M.EI,ll()~.R.N.E..M.ClT.... ......1..... .......WIL1JJ;~..:n:.IEJ,SJN.. mmClRlJIN[)() ~lClI.. 'j m..........~~R~XJ!'~l~m ..g~lJ\~()()M.ClT. .............i i i ......Wi ....j I I . .....t.. m.~A~YI~~YERlLL m L..m\l/:H~VE~..M.Cl:r. ; FORMERLY V. CQWNS H~\fE~.~9.T. 7771n...... TAMPA MOT roRi:i'ERLyjiioYTHm1AS TAMPA MOT FORMERI.Y LARRy'si:iffii'" 1- ,g!i~m .. .....12/~l/'O~, i .............B~~~::r::z:.:m~l/Q~ .L . ............~9D.~~.m . .g!i.~.m ....;......12/~.ll'O.~, .. mI~WnY~R!) \ .. ... ..........ml2/31105.... i mm litf{?;5 mlm m... JON BIVENS .lit3V?;5 m1 m , 3/31/04 .... '12/31/05 3/31/04 .. .. .. 12/31/05" 3/31 12/31/05 ..3/31/04 .. 12/31/05 .~@'1!D:' 12/31/05 )Q2.)(KI,J m.3@.llD:' 12/31/05 3/31/04 NOT ; ...~. ...~.~.~~P. ..~..... NOT ..m.I:;~~Y.Y.N. ...."!'.N.~E.9 m' 1}!;I~Rf!li.??..!l8.? SHAViN HAMILTON ..................j FORMERLYMIKEIVERS; JON BNE~S...... .. ....O~IEL~Y ........~.y.LJ,S..6.~.?8~? i I mm'l i .......j I MIGUEL MORALES .......-.................................... i ..........1......... i.... ! B.<?~FRJIZ . . ...... ~~........WH .m mi i i i ; i .mm.............1 JOHN FELTON PULLS 632852 NO ORNER ..........................-.... i .. w...~QY!~.~.~~I~~~Q~I ...}!!f'! ~~QQ? CENTRAL FLORIDA DIVISION :... . . ... ...... '. .. .. ..... ". '.. .... . . .49ipI:ECESi;;;;~I~dj~gi~~i<lift~i~~~;~~t#;;;;i~~:t~~j,~~,&b:,b~~~idj" =~~t~~~~~~~~~~~it=~~i~~~~~F~:~~!!'f~i~~i~ci~~~~i~~:~~"to be sold" ve ; JOE Repo'1=' 22, 7, .2 "version: fA ACTIVE .. ~()jg]Qd.:tQ.'rIlRQY:.!IiiileW~~solat~-. . i; ! . 'i r'''''' i APAC i... NUMBER 1J..1lA.~C.t1 YJ:t1!c:I,J:!P~l!fJI~J:~ ..............1Y?~qJ.lJ.m.I'l~.~2.4.~.2..w . 4V5Kc:9iJF62N312431... I!I!i.f'!(), w~I'.P!lIE i,,!i51(;!:IE()I() ................L. .. 12/31/05 R.OTTEN ,'w .. .RIl.B~T..I'I~~.LIOY. ; .ml2.{3!{9? . ....... .m..E.[)A~ER..... i m..1?l3.!l05 EO AUER l2/31/05, i .......l'ln~.4.~..@l/9?!. . m .. mL .. ......~656.l];. .12/3YQ?.. .. m ..~.~r:rr lRU~~.... .. , ......~~.:'I1.~~m N 1399B... . . .~IP.P()ll!()RIYE.~ JOE JOHNSON ml:A,~()L'II()LETT m~1 ' .m.I'l2.'.l.6?~.m .........:'IY?c:!1IJ.m.I'l.~J2.4.3.5.. ....N.m.~.~ ..... i ... . ._, ~..... .. ... ......1Y?~c:.'.liJfX2.I'l~.I.2.m..... ... ..m.N.3.9.!i2.c:. .mmm NOT ",.m. ~()(;E.RALLE.1'l ......... mi mmD~MP l1l~CKPRlYE~ N27B40 .. RE~'giE{) f:l2.!.B3.D . ....~E.~'giED iHEc::rCl~~(J[)~IGUEZ ... i . .wI'l2m()RI:~'ii:E{) ....J(J5E~~:~(JB~1'l .~.9.1~Em~'ii:E{)L mmt:1I~E.~()E~U~~ , MO 165T . . RE~'ii:E{) NO DRNER ! , ; ..m.....:...m.N2..~.4.~F.. mmRI:~'giE[) .I.m ml'l(J[)RIYE~ ..I'lP'.l?fl.. m~E~'ii:E[). ..m.N(lPItIY.:ER . .N.P.'.l~.~.RI:~E..V'E{) .mm.N()PRlYE~ .... .i.l~~.~...ETNX.P,.J:....LqW~qX.IRA!I,.J:.P,...m . i i 1997 ETNYRE T03 50TDETACH TRAILER .. i ! 2000 ETNYRE PRTN3STD3 351 DETACH TRL i ....I.~.'.l.2..?J'.l.?!Y.ml1.9.2..c:g9'.l1Jm perT11!n.~n.t ... .....m..??m.B.m. . .'[~QQQ~X~~p.~IN~ill>i;if;;IT~~;;lliL_....j ..............~E'.l2.?l'.l?qrE.gl.~qL.... ..... .........c:.9.Ei.'.l2.:l ..... ...I".'rT11a.n.ent.~9, ............p~~>E.~..By6.:l.~.~~~ I i '19~7TRAILKIf'JGTI<I\ILER.. ..i . fIK?04B29VMl2.?6?2. C1209E 1 perman""ttag! 99~.TRAJ.~.Jq:r~.G..T~,~~.R..(9.9..(?'1.9..?L..... .. .......i. lTKS04823XM126290 ..............C;1?J1.~..... ..~.~m.~!l.~.t..~.gJ ............. ....... ~.~.q1~.?..... i..... iE9284i484EiiioS6(iralleij" QQ4f::T1'lYR,~I,QW~QXTI<I\I~J:gm . ..mmjwt~9?.Il4?.~X~E!11.0?.?(~ip~~le). . 20Q4HOOPE.p, 6~1.1j [)UI\L J\XLETRAlLER. l86QI... ... ....4TOFB162X4l002.2.44 i 20 FOOT CONTAINER TRAILER 185l NA J~22.~gqsm]~EPLJMPIRA!LE:g 1851 ......c:!L.:!1.2.12.1l<?Q1.Q?1.P mm ..1QJQR'( ...........613.910.5. ~.~!?J::.P,I,~Q.gE:I\.P,..PI,I.MP..TI<I\I.~~.~.m. ...................~;QJ,.. .!.1.?.P .................m.'.A2.B.B.ig:. m....J~t ..'!I~K..!!Q.'.l.Q,L...()51TI'lI::L. .. ; .m)8~?jmgQQQgpggQgQgQQ1'.l:'l?. . . :).9.2.QgYm ......N~9/~..mi .... 185~ 09goooo000000046:34 . R643TZ . 613.0/06 .. i i 1854 4VHlCCB.E3XNB67351 4."I:iJc:CB~I~f'l~m1!.m . mml...IImOf,~c:?Q.s.~~O?!i. il~$~??gp~~Q)TI<I\II,~g ..... .... .....fl.11.1m9igl4.QIP. I !~!!4.2.1~q?~gl.9.B.B. ... .. .. 1~'.lY2.?.3q4\'rIE.l1l0'.l2. . 1969 TRLMO 45TRL FLAT TRAILER I'~~~~_~~~~ ~~~~;~~~~~~.m ! 1971 35 TN FRUEH TRAILER .j"................................'......"........................................................ J.~.2.~~.}gQNI?QGT~..A?<.LJ:.IRA!I,E:.P,m i 11999 18' IRON DOG TRAILER I" .. . ......w i 1999 IRONDOG TRI AXLE TRAILER ! . . ..mJ$:3t.. F63734 1851 I 4UIBlDHX4XI03BB5B 00000000000004944 NO ORNER .1... 1 i . ! . c:Q5?1L.. . perlT1an.~n.~~g j.. . .. C:~.!l.~lB.m :l"":ll1an.~~t.~9jm . . mmm; i i . . m..C:.~ .un .m...I"'n.n.an.~~t~gL~~LI,Eq..~Y..504~~1.~57~~91L : I . .. 06B15 : permanent ta9! PULLEO~Y (;4BBBS .1 C . R?4.2JZ . 6/30/06 ..........".................... ; 'X1liY!lP m . ...................1...... ; ; permanent tagl j 05030 R635TZ 6/30/06 .~~.6.?!i.m : , lYB321530P1BlTl5.'L.... . ...E:mJ?c:.. 1_..~.?;J~~.~.m......m....m.~.f!. i i 1957 STRIC 30 FT VAN TRAILER ..m )~.?1.L..:'I~?.!}'?.?~ i... . m !r:~~~~;~~Q~i.P.~~~I;!l!l.!Lm .......!.. 1 .18122lii .... W.H.A.\IfIoI... 'li.!iI(6090.W~LDER GAS PWRD i i:.; .. ..m.....fol.El!!.miJRQPJNG~GI;iI~PGJ:(~~rT!E!Cl~~~rMJ:L)..9'.l~?~..m .mX~1~Q~ w m?I3.QlQ~ mi.... il ' ..w.~v~..!j~~~~~~~~~~~~;,;~ ~;;,;;~~~~~m m!.. nQ2.q9m~r..E!D.t?3.92.?~) ..'~~~;: . .m6/~~~~~:. m .... m.m._m J~~~!; mwm mmm .............. ...... ..m .. m ........! I i 1973HOMEMA[)EWATI'RIAf'JK TRL.R..m 1.8.37 1m ... Fq6595L .. :E:-: .-jl:~~:;:E~::;~F~,:j=~;2 18 ..........1.... JIOTAG .. ...........!..... i ..L."..... 1l.63nz 6/30/06 i ... ..............~....... I I I +. ................1...... i .......m..J... . ; , . .......J. .....................1.... i.. }OI.iP~~l:~P:rI.()f'! i i . ..................j .........-i ; . ................."j . (lUt:'Pl1l~~K [)RIYE~ . DUMP lRUCK DRIVER . .. . .., .[)~folPTRU~[)RIYEIl. . "i ....mml i ! i ml "j .....j ! .............mm......1 i ! mm"'1 .....,.! 1.. ..I ........1 , I I ..i , , ..ml i .m .mmmml .........i ..J ........r;Ql!~~~r;~I~r;PQ~I.... .. .....m.................... JUNE 2.905 . ..... .......... ................................ . ..... CPfTJll!~f~P..8!CJ"'.p.!v..!~!Of{................................m................................................................................ 493 PIECES (excluding forklift wi no asset #, mise. trailers, & to be sold) ~~~~~ ! i! 1 APAC' !: i L..Nll.Ma.ERj..!J~I'!!=!:!..iL ..DE~!=l,l,IeTIl?I'!.. ... . ......i.yf,:I:f~!=.L.:f,:I.PI'!LJf:IIlJf,:R .::r:!I,c,;~Q, EXP DATE" ..~!;~c,;~~QTO..!J()BD~l:!tII'.IIg.,.. Ltj!;:m7.. ... .!!l~~?ElQMAC;Rf\MM~gElT@)MPN)Ac:I5?~Q~L.. . ...)()l~~()l~O~()~... ! . ['WACKER VPR1330 COMPACTORS110[ 5140968. ENGEH1227D4 ' .. .. ..I:WAC:I5EgYPRXPQC:QMPAQQB........5.1.9Zj ...~J1Q~tj?-~f:-lGEttg2'r'1?1 tj!;~~O. 1, WACKER M2000 c:QNCRffi VIBRATOR 7916 i.~g??~~.. . ; .. 6.m!i.J.... ..... ~~vEN:I~~~~RmM~~~gf;~f .. .... ..... .... ""?~;I'" .....m.8Q??..... :[14" MAKITA POWERClJTSA\I{ ..7S4~;,: ......NA.. !'! ;tj5:3:2!;:3 iiWACKERH"c:\!IQFfSAW.... ....m!:iL. ...~2.?1.~.~:3 1 I' : ,,:::~:j ...... '''il~~~:~~~~~~~:;~;~:I\W?;;;j.. ...~;~~;~ ...... ,WACKER SAW BTS103S 7S31; ~\I{AL.:L,,3QQ.W A:r:rc;~f':J .... ....... . .. 73~~.. .. ..tj!i:gtj:3........ ..... ;;[)~AL.:T.,,}QQ...\'\'AITGEf'!......7}~t.... . . QOtjtj?6..... :iCOLEMAN GENERATOR ..7Q~L.... .........J'!.....'......................................................................................................... HIOK.W UMAC;EN & UGHT TOWER.. . .. JiPQW~BriAc:I55I\W.......... .... . .. ...... J!.l~~~ElI,J?H!::iQC;?'fVIQ\I{~B.. 111980 BUSH HOG 6' MOWER .... ....T .................... .......... . i!STIHL MS 390 CHAIN SAW 20" .. 'i . . ..... . . ... ...... liB & D CORE DRILL ", r"""'''' ........ '! 2002 HOMEMADE CORE RIG TRAILER )El?El.L.. NOVIN0001858 . ..llAlli~~;pi;~H~~~QW...... . ...9Ut... ... ......f:-ll\.... !iHERBIODE SPRAYER 772! Ii .. ._" .. -"'1'" i i NORTHWEST 26 LAZER LEVEL ]~491. .........?(;.:.m~? ... i'" 11~~~~~EF~~~~~i.::~J~~~""~~~~l".';~:::';~~"---'" -..-.. ',.... TAMPA. 111976 GMC 260 MOTOR HO~E 10101 ~:t~;:i~~~"'~~"JZ~~t . .....~~........ ! I ROTO 11 LLER7~ .......I!RJp.I~c;. LAWNMQWER......... .91(L.. ilDELCO PRESSURE WASHER 772ci..~~p6g.. IJ4;;JITPCMPFQRP(~::~~:;")..~1Q:j.............. !i I [ACME 4" DIAPHRAM Pl,!MP. 8501. .fJ~::.~~~=~G:~~~~~:~~~m "~~i~l . .....~~~:::; .. .... U~IQN:II<AILEBJ~)(Ht 184, i ! 1993 HOMEMADEUTIllTX TRfIlLER, ... ... 1~4~... . ...U.1~91MANHAITA~...MQTQBHqfVIE:TR,LR,)?3."L I 200.3..HQM~MADELAW.NMQ\I{!:.R,TBL.:g.. )849 .~QQ~..t:l.M...M.AD~.s::r:I,..MAIf':JT.TRl,I3Ji..:)(..1.ti.'.)~" . ,12003 HMMADE BLUE MOT TRLR,. l~."Ei ': PIPE LAYING TRENCH BOX .....]~QL .tj!;:3;l:ltj..._ .....i.UNCOLf>! WELDER 200amp . ...........7711 .....II1,lNc:QL.:~W~L.:D~R,..~QQ~mp.._.... ........? liCAT AP1000 PAVER(S~gpAREf'ill .. ..4:9 ~~::;.......~::?1~!~~~. ..653192 .! 11992 FORDTRCTR. w/S\,\,EEPER,(602l) 3230L! !::.~w."'"'II~~c:~:i~~!Pr1~'t .653248 ,.. . 6?:3~4~ 653252 653261 ..tjl!:g6:2L.. . tj5:3?tj4 653.265 r 653275 ! ..m.2.78..:.. !.tj!;:J.~n..; tj?:3~ll!; '''''''''' .........(". ! . .........io......... ......................'..........-....'.. .......j............. i .i , ..........! 5221891 11130 ..j .....1...... i .........! ; R!)31Q().. . ......, 7000 lOK101 ......zzf.. ..... 81011057 ......tiJ91.... .. ............NA......... ...tiJQi .....'QOR . 7911 .... ?52663970 , ; ! . ..., j ...........! .........t............... i .........! i '''1 , 7!! ........Q;J!1'I... .. .. ........_R,6~I?..6./;J()/D.tj "-"1 ..........1 1 .. 9010279... .....i TZE166V100044 .. R636TZ 6/30/06 , i .........-...! ... ......i i NA. ... ....?.!i'i::onll\_ .. .511E;J ......j i .. ..)203:47 . i 1 . .! ! ..! , ..i ..... ! .........j.... ..F.LIfj()llE.. .. .' .R,~gm ,..6/;J() 06 .. NOVIN000082590503 R645TZ . 6/30/06 f:-lPY!NO()()()~mO;J~L.. '..R,fj4m.... tj/;JOIp6...... ... .R,?:3m.6/3()/OfiL . _R,?~QI? _.6/3()/D.tj._ NOVIN0200329178... '... R639TZ 6/30/05.; .. .-.-......... i ......{ ....-........! i i .' -,(~p().. . .. [ ......~... ..,.... . ..A?'O.fj~?6...... ......I\6..6.5.n1...... ............j........... i i i ... ""1 "'j'" ................. i ! """1 i I ! ......j.... . ........1......,.. ..........-..-...1 I ..-............i : .....................1 .....t.....'...... . . ...............1......... m.....f:-lP.II\G . Page 12 of 13 .... ...~QI}~~~!;I"!I~~~Q~I.. . . w.. .w~1I~~20()!1. CENTRAL FLORIDA DIVISION .. .. "",. ,....." ....... ".....................49"3'....piECE.S......~~i~di.~g..f~~i.ift.-~T~.~ asset #, mise. trailers, & to be sold) . ...- - -.." -.., .. ..... .... . """,,: ;.'i' LC Leased ui me ickups (excluding misc. trailers & "to be sold" vehicles) :. i . ~.\!(lJllan~:.tI:a~t~~f~tlUGI;$)m'{fr!~:1-i.ft'e}~~~ l.... i; DOTVehides"overl0000CiVW/< ". 19ViffiSs;PQJiF-.... . JDE Report. 22, 7, 2 Version: FA ACTIVE . 'it ,.,. =j N~:~~R i 1 L. "rtW09..Il~;~~H!I-I\RgQWBq/\gpDESCRIPTI()N ....... MEl6RN : :ARROW BOARD ; ."IT\I/!!Jw :. .....\VH~VEN .U/\gRQw.~Ql\g[) 'SOLAg/\ggQW~Q/\g[):3??2??. . E.]B!II~~g CORE TRAILER c:QR~::r:~I,.E.g..:...LA.~ ; . wCllre :3. w . . .O~LANf!<? JLc:QgETr.<AI.I,!'.R, i :1 i (;()re.4, ., ,.wI':lIiAVE~ .! lc:QgE. I!Y\.I~E.gww 'I . . , Mise Tr.1r . : WHAVEN : : MISCELLANEOUS TRAILER i .(;()re~ ......W~P..VEf;l ,.c:QR.~.::r:~.L!:.R...:...LA~. i FiberTrlr I':IH~~E.N... U2QO?w./\~/\?~~IQ2~~~R: :: PLANT 450 GENERATOR TRAILER , I(I::I-lI(;~I::~l?Nl!~!!E:!t.I"C!w~()"fl(!'D"T~L w"SSIC!~El!IQ w' ..J()IlI)E!ic:RII'TIQ!1 i f" i ...~.~~~...,' ! i w BENSlltl. , . ,wlw .NO\lItl()O()()?()()m9~. ...... G.2~Mtl.!i,.. ..613019~ ... ......I. .NOVIN09009908?2~2. .. I21DE~ 6/39/06 . . . ....!...... .. .... ......NQ.IAG..... .,. . ~/~.9IQ.?... , ......,...... ....1., ..........~.9Y~NP.9.9q~.~.~.~q.9.~~.... . .. . .....W1.~!j.!9j.. ...... ...~I~o.l.o.~ ....f". ,. , . ...! .. ..r;QYltl()()()()~?~?~4~~ .." ...........G.1?,.,.~!i. .. ......~ I ; Arrw1D i. Core...! I I... .N9Vltl.OOog81694833. X38TYJ 6{30{06 ...-......................................... '-j , ...C::!'.re..~ ..., . ..............m......~........_..1 ........"...................m.?~~ ....E~.~.<;;.~. ....:,.....6.0WQ~.... ..~oylr;()O()()81m~~8 .......R~.?.1~~.. ......N~919~.+ .m()~2.... .G.16.MtlS. ... .....61~910~ ' .. NOVIN020003'1765 ..X93TYK 6{30{06 ..... w...' .. . .. IE?f<LIOp2l2??J!i?.... ... ...G8~I!P~.. ..... ~1~Ofo.6 ! ......................1... . "', , . ....................................j : .. .............. .....! .! .. .... ....UJv..5.32X~Il,L2.~~Ol.'I .. ....c:63.26P... perITJ.nenttagL. .. C!e.n..'15..0. .. .... c:8.?~18. ..... penn'n~nttag,r'QIP.,GNE~[)E[J:e..,~~EpATT..,r'1e..,PLANI . ....i.... TAMPA I h989 OFFICE TRAILER- Brooi<sviUe (at. PortL! MFI40 120DEX 6{30{06 '1 W7OlHO'" TAMPA. 111999 CMB/lBI2?4J>10BILE 1'RAlLEg (~i3scoplt.). .15~6911~5?Cl . .... W7IIHO. . .... ..6/30{06.... .. .T~~~~.. HP'QgT ()F.T/\M!'/\LAB:m/\I~~g ..................1. ......l5.lI15...~lIill~ .........6/~O/06.... . I':lHA~E~ Ii SI~NTRAIL!:gttl .....!.. N9YIN()Q()()~~?().1m .. .......m.gs. ........ 6{~OIO~ I.. WHAVEN. ! iSIGN TRAILER #2 .NOVIN000082491972 X051YK 6{30{06 5.trllR,~, ...()R.LAN[)().. Ji?TRAI~IjJ!:[)G~TRA!~E.IL..r;Q\lItl99()~3.14:1Q9~.. ............)~~Q~.,N~oJ()~. i.... . .....:rAMP.., . .... !!.1.9.~~c:~E.R()I<!:!:TRA!ll:g i... ... ... .... ..,.........~.m..... ;.. ..F~.2.E~J.6f}OI9~! .. ....6:1':~g . ...r..... .!:2.. . ..:rA~p..,!h22Qq-l~g()I<!:~JJ3!IIll:P,. . ........ ...... ... .....,.....m~~c:..... ..1'I'6!ffi:1Q .. .... ..61~()/O6.. i" .,..~.:4:~}q: Ii i i T-3 TAMPA Ii 1993 TRAV TRAILER I .47NV41629PT21P002 x06TYK. 6f30{06 6: x 12', 1100 EMPlY I........:;::.. .;.....'...~:~::...!:I!,,;~~;:t~1~~=~1'~~E'=~~~~:.:::;:: ...;;;~;. . ....... i,! .. ..............hiril'pa.piaiif .H TAMPA. : !TNDM AXLE TRLRW/GRAVIMETRIC METER . i IK9CFI220XDI8?004.. .. ..X.07IYK ,6f30{06 Flber r~'chlne ,.. .. .T.:8... . ... WH~YENJI?Q9?IjQM!:M/\[)E..~~R.. .. ... ....J..tl()YI~Q?'Q()2~~6.5.6. ...G.'1.~.~M.i:l.....6.lJlIl06 , ........T:.!J..... ....I':I.HAVf'N I: 2002 HOMEMADETRAILER w.. 1................t'!Q.Y.lt'!Q?gQ?~.3.6..5.~.... .. c;'I?~M[) ..I ...609fCl6..: '..:r:g ...:r~M~~.ili;l!ipI~!:;millYTIW~~gW/WE.LP~g ..........1... mmmP~g~~~~? . .'..m.l'l'4.8ti~ti:m!iE~t'!QTI:I. . ....I~.':1.~~..~LAr<:!mLNOT:~~E~:~~:~KED: T-13 ORi,>\NgO i!,Utility1"rail~r(bUiltbyK-N:DT@i1er) i lr;9TUI42.23El7'1012. .0.6825. .penn.nenttagl. ml , m T:.H.....:OfllANf!<?i ~()M!:M/\[)E.IR/\I~~g .. . m .m! 1m. T-.!!1. .. ....M.El6~N..; ..EXP'g~$$~~f.:I,.Q$~I?t::!\gy.()::r13Alp:gmJ .. . ..':1EUl~.. .. J lfQ()4 EXP.E.P,$$ ENf.:~Q$~I?t::!\P,y,(),:mAI:~~g MEl6RN ! i WELDER TRAILER PL T '108 ;1 . . ...... j .m\VH~YEN ..1I\N.I$P.E.:.gP'Qw.~gl?t::!\-ZQ$SJ.lJ !i .. ......il...... .....:.L... MH.1 MH'2.. . ....1. . .................1 m,M,H.:.3 m., 1'5.I~l^.ftg_ 1 SINWH2 , I ... .....L.. ! .............. ........ , ...............................j 1m. I:~. i ! i , , ................r.. . ......1 ,......... ...................... ; , : .......,..............."".............l , I ....T:.1.6 r I Weld40S NQY!N()2o()~?~m.. . .)(.IJP\lllm .6.f~Of.o6..... I. !iLllBE()~J!i'lf()()~!!~~m .... ..........X1?~Y~m.. ... ...~!~O'l96. m_ m~Llli:l~()~~~E().om~m . .. mm~14~QJm .. .6139196. .. + NOV[N0290J~,~19~. 122.D~ 6{30{06 ......M._.....H'.............H......! .. ................+..... ..,..................) ~. . mm...,n()()266 . ,..........-.-................... ....................-.1...... ..m. .....m.......1 , L..... ............. i !....... j ..... .. ...... .....T..... .m.....mm...!... . . . . . ...... ....................~.... Page 13 of 13 o Oldcastle't An Oldcastle Materials Company ~~~] Southeast, Inc. CURRENT MAJOR ORLANDO BRANCH PROJECTS FDOT #E8J29 FL Turnpike from Beulah to SR 50 Owner: Florida Dept. of Transportation G.c. - The Lane Construction Corp. $15,500,000.00 Reco nstructio n/Widen i ng Current Completion: 5% Estimated Close: 2012 Contact: Mike Spain (407)331-3100 FDOT #T5180 SR 50 from 436 to 417 Owner: Florida Dept. of Transportation G.c. - The Lane Construction Corp. $8,000,000.00 Reco nstruct io n/Widen i ng Current Completion: 30% Estimated Close: 2010 Contact: Jessica Torres (407)331-3100 Osceola County Asphalt Annual 2009 Owner: Osceola County G.c. - APAC- Southeast, Inc. $2,000,000.00 Rehabilitation Current Completion: 50% Estimated Close: 2009 Contact: Matt Perry (407)742-0900 CR 15 SR 46 to Orange Blvd. Owner: Seminole County BOCC G.c. - Southland Construction Inc. $2,500,000.00 Reco nstructio n/Wid e n i ng Current Completion: 80% Estimated Close: 2009 Contact: Ben White (407)889-9844 Reedy Creek 2009 Roadway Improvements Owner: Reed~1 Creek Improvement District G.c. - APAC- Southeast, Inc. $2,000,000.00 Rehabilitation Current Completion: 60% Estimated Close: 2009 Contact: Herb Raybourn (407)828-5227 Central Florida Division I 2710 Michigan Ave I Kissimmee, FL 34744 I 407.343.7445 Equal Opportunity Employer Safety First~~ o ~~] Southeast, Inc Oldcastle" An Materials Company COMPLETED ORLANDO BRANCH PROJECTS IN 2008 FDOT #E8H76 FL Turnpike from MP 198 to MP 249 Owner: Florida Dept. of Transportation G.c. - APAC-Southeast, Inc. $27,000,000,00 Rehabilitation Completion in 2008 Contact: Mark Davidson (850) 414-4000 FDOT #T5251 SR 414 from Lake Destiny Dr. to US 17/92 Owner: Florida Dept. of Transportation G.c. - APAC-Southeast, Inc. $2,000,000.00 Rehabilitation Completed in 2008 Contact: Frank O'Dea (850) 414-4000 FDOT #T5227 SR 530 (US 192) from SR 25 to Orange Co. Line Owner: Florida Dept. of Transportation G.c. - APAC-Southeast, Inc. $1,500,000.00 Rehabilitation Completed in 2008 Contact: Frank O'Dea (8S0) 414-4000 Innovation Way (Alafaya Tr.) from SR 528 to Avalon Park Blvd Owner: Orange County BOCC G.c. - Prince Contracting Co., Inc. $3,500,000.00 Reco nstructio n/Wide n i ng Completed in 2008 Contact: Jack Calandrous (407) 374-2931 Rolling Oaks Commons in Osceola County Owner: Western Beltway Associates, LLC. G.c. - The Briar Corporation $1,000,000.00 New Construction Completed in 2008 Contact: Dave McBroom (407}321-2773 Equal Opportunity Employer Safety First tlI!tuar/<J Central Florida Division - Orlando/Melbourne Branch 2710 Michigan Ave. I Kissimmee, FL 34744 I Phone: 407.343.7445 I Fax: 407.343.7888 O 275-030.1' L OPPORTUNITY OFFICE 10109 Page 5 of 8 ~~~<:] Southeast, Inc. Oldcastle0) An Oldcastle Materials Company DBE AFFIRMATIVE ACTION PLAN POLICY STATEMENT It is the policy of --.fi.- SO~ Ui C . that disadvantaged businesses, as defined by 49 CFR Part 26, Subpart D and implemented under Rule Chapter 14-78, FAC., shall have the opportunity to participate as subcontractors and suppliers on all contracts awarded by the Florida Department of Transportation. The requirements of Rule C~er 1 - Department of Transportation and 1\n\~ "'00 Subcontractors and/or suppliers to will also be bound by the requirements of Rule Chapter 14- 8 FAC. ~~ / 0n~~TI \ N~ . ,and it's subcontractors shall take all necessary and reasonable steps in accordance with Chapter 14-78, FAC., to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted with the Florida Department of Transportation. -Af~t ' ~~\tffi~J \ We, . , and its subcontractors shall not discriminate on the basis of race, color, religion, national ongln, disability, sex, or age In the admInistration of contracts with the D~artment of Transportation. !\fr 1\0 ~~ N ~ . , has designated and appointed a Liaison Officer to develop, maint in, and mOnitor the DBE Affirmative Action Plan Implementation. The Liaison Officer will be responsible for disseminating this policy statement throughout and to disadvantaged controlled businesses. The statement is posted on notice boards of the Company. F.. .C, t,all apply to all contracts entered into between the Florida x <L_L-\-~c- Viet ,President Af.tA m"W\~~ X \1.. (~( 0'1 Date Central Florida Division I 2710 Michigan Ave I Kissimmee, FL 34744 I 407.343.7445 Equal Opportunity Employer Safety First~ 275.030-11 EQUAL OPPORTUNITY OFFICE 10109 Page 6 of B I. will aggressively recruit disadvantaged businesses as subcontractors ld suppliers for all contracts with the Florida Department of Transportation. The Company has appointed a Liaison Officer to develop and maintain this Affirmative Action Plan in accordance with the requirements of Rule Chapter 14-78, FAC. The Liaison Officer will have primary responsibility for developing, maintaining, and monitoring the Company's utilization of disadwmtaged subcontractors in addition to the following specific duties: (1) The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all Florida Department of Transportation contracts; (2) The Liaison Officer will submit all records, reports, and documents required by the Florida Department of Transportation, and shall maintain such records for a period of not less than three years, or as directed by any specific contractual requirements of the Florida Department of Transportation. The following individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program in accordance with the requirements of the Florida Department Transportation. (Liaison Officer's Name) (Your Company's Name) (Your Company's Address) (Phone Number for Liaison Officer) (Enter FEIN or Tax Id Number) II. AFFIRMATIVE ACTION METHODS In order to formulate a realistic Affirmative Action Plan, M ~e ...,~ "\1~~1 4- \ Nt. has identified the following known barriers to participation by disadvantaged subcontractors, before describing ItS proposed affirmative action methods: 1. Lack of qualified disadvantaged subcontractors in our specific geographical areas of work; 2. Lack of certified disadvantaged subcontractors who seek to perform Florida Department of Transportation work; 3. Lack of interest in performing on Florida Department of Transportation contracts; 4. Lack of response when requested to bid; 5. Limited knowledge of Florida Department of Transportation plans and specifications to prepare a responsible bid. rs to disadvantaged businesses stated above, it shall be the policy of to provide opportunity by utilizing the following nsure participation on the contracts with the Florida Department of Transportation. will: 1. Provide written notice to all certified DBE subcontractors in the geographical area where the work is to be subcontracted by the Company; 2. Advertise in minority focused media concerning subcontract opportunities with the Company; 3. Select portions of work to be performed by DBEs in order to increase the likelihood of meeting contract goals (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); 275-030-11 EQUAL OPPORTUNITY OFFICE 10/09 Page 7 of 8 4. Provide adequate information about the plans, specifications, and requirements of the contract, not rejecting subcontractors without sound reasons based on a thorough investigation of their capabilities; 5. Waive requirements of performance bonds where it is practical to do so; 6. Attend pre-bid meetings held by the Florida Department of Transportation to apprise disadvantaged subcontractors of opportunities with the Company; 7. Follow up on initial solicitations of interest to DBE subcontractors to determine with certainty whether the DBE company is interested in the subcontract opportunity. ~ r>lC r bD ~1ll~1 J I.N r . understands that this list of affirmative action methods is not exhaustive and will Include additional approaches after haVing established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. III. IMPLEMENTATION On contracts with specific DBE goals, -.M~C...- ~~Umrwzll \ ~\t . will make every effort to meet contract goals as stated by Util~ive action methods. On projects with no specific goals, the Company will, as an expression of good faith, seek to utilize DBE subcontractors where work is to be subcontracted. IV. REPORTING JM..1\t r S~ ~1\-\ ~I\.&T I W 0/ . shall keep and maintain such records as are necessary to determine the Cdmpany's compliance with its DBE Affirmative Action Plan. The Company will design its record keeping system to indicate: 1. The number of DBE subcontractors and suppliers used by the Company, identifying the items of work, materials and services provided; 2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources; 3. Documentation of all contracts, to include correspondence, telephone calls, newspaper advertisements, etc., to obtain DBE participation on all Florida Department of Transportation projects; 4. The Company shall comply with Florida Department of Transportation's requirements regarding payments to subcontractors including DSEs for each month (estimate period) in which the companies have worked. V. DBE DIRECTORY J&~/ S~1\\~\ \ N0/ . by the Florida Department of Tra~sportation. will utilize the DBE Directory published The Company will distribute Form Number 275-030-01, Schedule A Certification Form Number 1, to potential DBE contractors and assist in their completion. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) 375-030-33 PROCUREMENT 10/01 The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and . that all such subrecipients shall certify and disclose accordingly. Name of Consultant: J~ fuJ R. ~~ p~ By: MJ\C-b~\A~~G. Date: ~i~:O~[I~k- ~ \'2. (2-1 I ()9. WAGE RATES FOR FEDERAL-AID PROJECTS. (REV 1-3-03) (FA 5-16-03) (7-08) ARTICLE 7-16 (Page 76) is expanded by the following: For this Contract, payment ofpredetennined minimum wages applies. The u.s. Department of Labor Wage Rates applicable to this Contract are listed in Wage Rate Decision Number(s) FL080039 , as modified up through ten days prior to the opening of bids. Obtain the applicable General Decision(s) (Wage Tables) through the Department's website and ensure that employees receive the minimum wages applicable. Review the General Decisions for all classifications necessary to complete the project. Request additional classifications through the Engineer's office when needed. When multiple wage tables are assigned to a Contract, general guidance of their use and examples of construction applicability is available on the Department's website. Contact the Department's Wage Rate Coordinator before bidding if there are still questions concerning the applicability of multiple wage tables. The URL for obtaining the Wage Rate Decisions is www.dot.state.fl.us/construction/wage.htm . Contact the Department's Wage Rate Coordinator at (850) 414-4492 if the Department's website cannot be accessed or there are questions. General Decision Number: FL080039 07/24/2009 FL39 Page 10f3 State: Florida Superseded General Decision Number: FL20070039 Construction Type: Highway Counties: Brevard, Collier, Hernando, Hillsborough, Lee, Manatee, Martin, Orange, Osceola, Pasco, Pinellas, Polk, Sarasota, Seminole and St Lucie Counties in Florida. EXCLUDING CAPE CANAVERAL AIR FORCE STATION, PATRICK AIR FORCE BASE, KENNEDY SPLACE FLIGHT CENTER AND ME LABAR RADAR SITE HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects, & railroad construction; bascule, suspension & spandrel arch bridges; bridges designed for commercial navigation; bridges involving marine construction; & other major bridges. Modification Number o 1 Publication Date 02/08/2008 07/24/2009 * SUFL1993-012 08/01/1993 BRICKLAYER (Manhole).......... ...$ 9.02 Rates Fringes CARPENTER........ ......... .... ...$ 9.71 Concrete Finisher...... ..........$ 8.91 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 13.42 FENCE ERECTOR.... ................$ 7.75 Form Setter.. . . . . . . . . . . . . . . . . . . . . $ 7. 76 Guardrail erector................$ 7.95 Ironworkers: Reinforcing. ........ ........$ 12.37 Structural.. ........ ... .....$ 7.25 Laborers: Asphalt Raker....... ........$ Pipelayer. . . . . . . . . . . . . . . . . . . $ Unskilled. . . . . . . . . . . . . . . . . . . $ N/A.......... .................... $ 7.25 8.01 7.25 7.34 Painters: Blaster. . . . . . . . . . . . . . . . . . . . . $ 10.72 Power equipment operators: Asphalt Distributor.........$ Asphalt Paving Machine......$ Asphalt Plant Operator......$ Asphalt Screed..... ...... ...$ Backhoe. . . . . . . . . . . . . . . . . . . . . $ Boom-Auger. . . . . . . . . . . . . . . . . . $ Bulldozer. . . . . . . . . . . . . . . . . . . $ 7.39 8.23 7.25 7.68 9.00 9.40 8.42 http://www . wdo1.gov /wdol/scafiles/ davisbaconlFL3 9.dvb 9/14/2009 Page 3 of3 bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) be: Has there been an initial decision in the matter? This can * an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling * * * On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION http://www . wdol.gov /wdollscafiles/ davis bacon/FL3 9.dvb 9/14/2009 Concrete Curb Machine.......$ Concrete Groover/Grinder. ...$ Concrete Joint Saw..... .....$ Concrete Mixer Operator.. ...$ Concrete Paving Finish Machine. . . . . . . . . . . . . . . . . . . . . $ Concrete Pump Op. ...... .....$ Crane, Derrick, or Dragline.$ Earthmover..........~...... .$ Fork Lift.. . . . . . . . . . . . . . . . . . $ Front End Loader. ...... .....$ Gradall. . . . . . . . . . . . . . . . . . . . . $ Grade Checker.... ........ ...$ Guardrail Post Driver.. .....$ Mechanic. . . . . . . . . . . . . . . . . . . . $ Milling Machine Grade Checker. . . . . . . . . . . . . . . . . . . . . $ Milling Machine.............$ Motor Grader................$ Mulching Machine............$ Oiler, Greaseman...... ......$ Pavement Striping Machine...$ Paving Striping Machine Nozzleman. . . . . . . . . . . . . . . . . . . $ Piledriver Leadsman..... . ...$ Piledriver Operator...... ...$ Power Subgrade Mixer........$ Rollers: Finish. . . . . . . . . . . . . . . . . . . . . $ Rough. . . . . . . . . . . . . . . . . . . . . . $ Self-Prop., Rubber Tire.. ..$ Scraper. . . . . . . . . . . . . . . . . . . . . $ Sign Erector.. ..............$ Small tool.................. $ Tractors: 80 HP or less.... ...... ....$ Light. . . . . . . . . . . . . . . . . . . . . . $ Over 80 HP................. $ Trenching Machine.. ....... ..$ Widening Spreader Machine...$ Traffic Controller TRAFFIC CONTROL SPECIALIST..$ TRAFFIC SIGNALIZATION : Installer. . . . . . . . . . . . . . . . . . $ Mechanic. . . . . . . . . . . . . . . . . . . $ Truck drivers: Lowboy. . . . . . . . . . . . . . . . . . . . . . $ Multi-Rear Axle.............$ Single Rear Axle............$ Pagc2of3 8.50 9.00 9.97 7.25 8.50 13.00 11. 53 7.78 7.63 8.00 8.76 7.25 10.78 9.52 7.25 8.76 9.54 7.25 7.25 11.04 7.50 9.75 10.82 7.63 7.25 7.25 7.25 7.33 13.27 7.33 7.25 7.25 10.62 8.00 7.52 7.25 9.70 13.25 8.02 7.25 7.25 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "sun designation means that rates listed under the identifier do not reflect collectively http://www . wdo1.gov /wdol/scafiles/ davisbaconlFL3 9 .dvb 9/14/2009 \\ Florida Department of Transportation CHARLIE CRIST GOVERNOR 605 SuWannee Street Tallahassee, FL 32399-04-50 STEPHANIEC.KOPELOUSOS SECRETARY March 24, 2009 M$. Christilli !3lflctJey." . . APAc:-S9lJtbeast,J~. .. . 1.1482);;oJum.pi~.Pa:ik Prive. We~t SLJite.3'" . ., .," . ...... JacksOnville! Flori~.a3~~5~~,~ . . .:~.; ~,,_,,'-.:'.'.~..' ..... ....... ..:... :~J:<...:"'~ RE: NOTICE TO FOOT OF EEO OFFICER Dear Ms. Bradley: The Equal Employment Opportunity Officer Information submitted by: APAC-Southeast, Inc. has been received and added to the Equal Opportunity Reporting System. If there is any change to your EEO OffiCer this information must be reported to the Equal Opportunity Office at once. If you need any additional infonnation, please contact me at (850) 414-4747. Sincerely,. ~~ Erica Miller Contract Compliance Administrator Equal Opportunity OffICe EMlcg Attachment(s) www.dot.state.f1.us * FECVOJ3) PAm'l Sf ATf OF F\.DIlIlo'. OEPAmloIfHT OF TRANSPORTATIOH NOTIFICATION TO FDOT OF EEO OFACER 27~1.13 EDUAL OPPOIffiJNITY GIlt)' FDOT Eaual OODortunttv Office, Mail sIgned original to: 60S Suwannee Street-PAS 65. Tallahassee. R 32399-0450 Section 1: COMPANY IDENllRCATlON 1. ConIrIIclor Name: 2.. FEJD No.: APAC-Southeast, Inc. ~1401468 3. Home 0lIIce Uailillg Address: (street) 4. Home 0lllI;e ~1Iog Addl8s;: (cIly, Stala, ZIp)) 900 Ashwood Parkway, Suite 700 AIIanta, GA 30338 5. lIaIn PlIone /lumber: 6. Fax Number. (770) 392-5300 (nO) 392-5393 7. Whit Is being -r initial EEO Offieel' NotIce fXl FOOT I New Person AtlMInted lAiiiioinllle Chanaod NaIrie I Contxt Dm Chanoed Changed? III Yes IX! No I f2<J YftS ] No rlZl Yes [J No I fXI Yes l J No Section 2: EEO OFRCER IDENTIFICATION 8. NIIIIle of EEO OffIcer. (lil'lfname, middle Inlliallast 1\IIIlI) , Christini Bradley to. Work Addrsaa of EED omoer: (S!reet) 11482 ColumbIa Park Drive West, Suite 3 12. EEO ottIcer Phone Number. (904) 28Pr-6300 I.e. eo Otncer ernlll address: 9. EEO 0fIlce(1 WortIDQ TIle: Human Resources Manager 11. WorJI AdcIrMS of EEO 0lIIcer. (city. .tate. zip) Jacksonville. FL 32258 13. EEO otllcer Fax. NunIbW: (9041288-6301 cbradley@apac.com SectIon 3: SIGNATURE OF CORPORATE OFFICIAL As required in the Equal Employment opportunity Special, Provisions Included In Federally Fu'nded Highway Constructio~ Contracts and as required in the' Equal Employment Opportunity Requirements Included In all State funded highway Cbnstruction contracts. this official notice of EEO Officer appointment (and/or update) is made to the Rorlda Department of Transportation and the U.S. Federal Highway Administration (FHWA).' I understand that additional Information regarding the EEO Officer, the EEO Policy and other aspects of the constru~on contract compliance program may be found in the EEO Construction Contract Compliance Workbook. tS. AppololIngOfllcIah SIgr)a\uIw: ~'J~ ,ILyua . 17. Offldah Ham.: fPrintad) (\ Rick Meroens 15.p.lIe: ~r.) 312012009 II. omew. TllIe:. (pIIIIIId) President Soulheasl Division (OM G) (ThIs SectIon For FOOT Use) Section 4: ProcessIng of Notlflcatlon 19. . ,/","\:I~~Nameln/ ft'" A "VIU (,mlJ/)JIlAIJ 1llSTR1I3UT~'- j ~."'"\~... , L . I ' -: "'.....,.., ~ ConlIlIclor UPDATCALI~ lIllIulnEo.."..,.."" . I 20. DaIa ~ (1llOIdiIyfyI) I~M' ... .,---., -", r flORIDA DEPARiMENT OF TRANSPORTATION ,EQUAl ~lUNftY..QFFICE APPROVED: ~ DISAPPROVED: DATE: --3k$lh1 -------, -. iliI3: -----" APAC-Southeast, Inc. First Coast Division P.O. Box 24728 Jacksonville, FL 32241 (904) 288.6300 (904) 288-6301 - fax March 25, 2009 As the EEO Officer for AP AC-Southeast, Inc., I hereby appoint, David Gannon as my Assistant EEO Officer for AP AC-Southeast, Inc., Gulf Coast Division The responsible party named above has been assigned adequate authority to effectively administer and promote an active program of Equal Employment Opportunity (EEO) within their division. Sincerely, ~* EEO Officer, AP AC-Southeast, Inc. -------, ~ ~~: -----~ AP AC-Southeast, Inc. First Coast Division P.O. Box 24728 Jacksonville, FL 32241 (904) 288-6300 (904) 288-6301 - fax March 25, 2009 As the EEO Officer for AP AC-Southeast, Inc., I hereby appoint, Dona Oliver as my Assistant EEO Officer for AP AC-Southeast, Inc., Central Florida Division The responsible party named above has been assigned adequate authority to effectively administer and promote an active program of Equal Employment Opportunity (EEO) within their division. Sincerely, ilh{j~;-dJ - c{hk~Bradle:~ EEO Officer, AP AC-Southeast, Inc. o Oldcastle Materials, Inc. 13101 Telecom Drive, Suite 101 Temple Terrace, Florida 33637 Tel: 813-384-3080. Fax: 813-971-5317 OIdcastle' Materials Rick Mergens President, Southeast Division AP AC-SOUTHEAST, INC. Hereafter referred to as "the Company" or "this Company" has adopted this policy and plan. Date: .fvujl Ij ~m9 By: ent., Southeast Division EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION EEO/AA POLICY AND PLAN EEO/AA POLICY STATEMENT It is the policy of the Company to comply and cooperate to the fullest extent with all applicable regulations of the Equal Employment Opportunity Provisions of the Civil Rights Act of 1964, Executive Order 11246, the Rehabilitation Act of 1973 (29 U.S.C. 793), the Americans with Disabilities Act (ADA) of June 26, 1990 and the Vietnam Era Veterans Readjustment Assistance Act of 1972, all as amended. This policy pertains, as far as the responsibility of this Company is concerned, to any arrangement under which employees, including trainees, are selected for work. It is the policy of this Company not to discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, disabilities or Vietnam Era and Special Disabled Veterans status. This Company will take affirmative action to assure an equal employment opportunity to all qualified persons and that employees are treated equally during employment without regard to their race, religion, color, age, sex, national origin, disability or Vietnam Era and Special Disabled Veteran status. Such action shall include, but not be limited to: 1. Employment, upgrading, demotion or transfer. 2. Recruitment and recruitment advertising. 3. L.::lyoff or tennination. 4. Rate of payor other fonns of compensation. 5. Selection for training, including apprenticeship, pre-apprenticeship and/or on-the-job training. Safety Flrst~f4 EEO OFFICER DUTIES It is the policy of this Company to continuously maintain the appointment of an Equal Employment Opportunity Officer (EEO Officer). The name and contact information for the EEO Officer will be communicated along with this policy. The EEO Officer has the responsibility for effectively administering and promoting an active program of equal employment opportunity within the Company. The EEO Officer will coordinate the EEO efforts of superintendents, supervisors, foremen and others in the position of hiring personnel. The EEO Officer will make recommendations. where appropriate, to correct any deficiencies found in the Company's program. The EECJ Officer will ensure that this policy and plan are being carried out. EEO/AA PIAN It is the policy of this Company that there not be any discrimination by virtue of race, religion, color, age, sex, national origin, disabilities or Vietnam Era and Special Veterans status, in the functions of hiring, placement, upgrading, transfer or demotion. In addition, there shall not be any discriminatory practices in recruitment, advertising or solicitation for employment, rates of payor other forms of compensation, selection for training, including apprenticeship, layoff or termination or treatment during employment. The Company has affirmative action obligations in the hiring of minorities, females, disabled and veteran's applicants. We will not use goals, timetables or affirmative action standards to discriminate against any person because of their race, religion, color, age, national origin, disabilities or Vietnam Era and Special Disabled Veteran's status. The Company will not transfer minority or female employees or trainees from one Company to another or from project to project for the sole purpose of meeting goals. This Company will take specific affirmative actions to ensure equal opportunity. Our compliance with this policy and plan shall be based upon our efforts to achieve maximum results from our actions and we shall document our efforts fully. The company will implement specific affirmative action steps, at least as extensive as the following actions, to ensure equal opportunity employment: 1. Ensure and maintain a working environment free of harassment, intimidation and coercion at all times and in all facilities at which our employees are assigned to work. Where possible, we will assign two or more women to each construction project. We shall specifically ensure that all foremen, superintendents and other on-site supervisory personnel are aware of and carry out our obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. 2. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when we have employment opportunities available and maintain a record of the organization's responses. 3. Maintain a current file of the names, addresses and telephone number of each miuority and female off-the-street applicant or minority or female referral from a union and minority or female referrals from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the Safety Flrst~9"- Union hiring hall for referral and was not referred back to the Company by the union or, if referred, not employed by the Company, this shall be documented in the file with the reason therefore, along with whatever additional actions the Company may have taken. 4. Provide immediate written notification to the Director when the union or unions with which we have a collective bargaining agreement have not referred to us a minority person or woman sent by us, or when we have oilier information that the union referral process has impeded our efforts to meet our obligations. 5. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Company's employment needs, especially those programs funded or approved by the Department of Labor. We shalI provide notice of these programs to the sources compiled under "2" above. 6. Disseminate the Company EEO Policy notice by providing notice to unions and training programs and requesting their cooperation in assisting us in meeting our EEO obligations; by including it in any policy manual and coIlective bargaining agreement; by publicizing the policy in the Company newsletter, annual report, etc.; by specific review of the EEO Policy with all management personnel and with all minority and female employees at least once a y~ar and by posting the Company EEO Policy on bulletin boards accessible to all employees at each location where construction work is performed. 7. Review, at least annually, the company's EEO Policy and affirmative action obligations under these specifications with alI employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. 8. Disseminate the Company EEO Policy externally by including it in any advertising in the news media, specifically including minority and female news media and proving written notification to and discussing the Company EEO Policy with other contractors and subcontractors with whom the Company does or anticipates doing business. 9. Direct our recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to female recruitment and training organizations serving our recruitment area and our employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, we shall send written notification to organizations such as the above, describing the openings, screening procedures and tests to be used in the selection process. safety First~ Florida Commission on Human Relations 2009 Apalachee Parkway, Suite 100 Tallahassee, FL 32301-4857 (850) 488-7082 or (800) 342-8170 U.S. Federal Highway Administration 227 North Bronough Street, Room 2015 Tallahassee, FL 32301 (850) 942-9650 U.S. Equal Employment Opportunity Commission Tampa District Office 501 East Polk Street, Suite 1020 Tampa, FL 33602 (800) 669-4000 Safety flrst~f4 APAC-SOUTHEAST, INC., has made the following designations in regard to Company policies and plans: Date: 4/1/2oo"J 1 I EQUAL EMPLOYMENT OPPORTUNITY OFFlCER: EEO OFFICER NAME: Christini Bradley ADDRESS: 11482 Columbia Park Drive, W Suite 3 Jacksonville, FL 32258 CONTACf: (904) 288-6300 LIAISON OFFICER. , DISADVANTAGED BUSINESS ENTERPRISES: DBE LIAISON OFFICER NAME: Christini Bradley ADDRESS: 11482 Columbia Park Drive, W Suite 3 Jacksonville, FL 32258 CONTACT: (904) 288-6300 Safety Flrst~ 10. We will encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation e,l1ployment to minority and female youth, both on the site and in other areas of our workforce. 11. Validate all test and other selection requirements where there is an obligation to do so under 41 CFP Part 60-3. 12. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to prepare for, through appropriate training, etc., such opportunities. 13. Fnsure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory affect by continually monitoring all personnel and employment-related activities to ensure that the EEO Policy and our obligations under these specifications are being carried out. 14. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilets and necessary changing facilities shall be provided to assure privacy between the sexes. 15, Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. 16. Conduct a review, at least annually, of all supervisors' adherence to and perfonnance under the Company EEO Policy and Affinnative Action Plan. RECORDS This Company will keep records to monitor all employment-related activity to ensure that the Company's EEO Policy is being carried out. Records shall at least include for each employee the name, address, telephone number(s), construction trade, union affiliation (if any), employee identification number when assigned, social security number, race, sex, classification status (e.g., mechank,'apprentice, trainee, helper, laborer, etc.), dates and changes in status, hours worked per week in the indicated trade, rate of pay and locations at which the work was perfonned. Safety First~ REPORTING OF COMPLAINTS If at any time anyone feels he or she has been discriminated against because of sex, race, religion, color, age, national origin, disabilities or Vietnam Era and Social Disable Veteran status, they should report this matter to the Company EEO Officer whose name and contact information is conununicated along with this policy. The EEO Officer ensure all complaints or alleged discrimination made to the Company in connection with its contractual obligations are investigated. The EEO Officer wiIJ attempt to resolve such complaints, corrective actions to be taken and will then follow-up on actions taken and their effect. If the investigations indicates that the discrimination may affect persons other than the complainant, such corrective actions shall include such other persons. Upon completion of each investigation, the EEO Officer wiU ensure every complainant is informed of all of his or her avenues of appeal. The following addresses are such avenues for appeals. REPORT COMPLAINTS TO: Christini Bradley EEO Officer AP AC-Southeast, Inc. 11482 Columbia Park Drive, W Suite 3 Jacksonville, FL 32258 (904) 288-6300 The name and contact information subsequently shown or posted. U.S. Department of Labor, Regional Director Office of Federal Contract Compliance 61 Forsyth Street, SW, Room 7875 Atlanta, GA 30303 (404) 562-2424 U.S. Equal Employment Opportunity Commission Miami District Office One Biscayne Tower 2 South Biscayne Boulevard, Suite 2700 Miami, FL33131 (800) 669-4000 Safety Flrst~ ~ Florida Department of Transportation CHARLIE CRIST GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 STEPHANIE C. KOPELOUSOS SECRETARY April 2, 2009 Ms. Christini Bradley APAC-Southeast, Inc. 13101 Telecom Drive Suite 101 Tampa, Florida 33637 " '. . '.'. ~;;Jh 1 6 ~'\~;.~.~. i' . "', ! : "\:.. RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL Dear Ms. Bradley: The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: APAC-Southeast, Inc. 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) 414-4750. Sincerely, caC~~ Administrative Assistant Equal Opportunity Office /clg AFFIRMATIVE ACTION PLAN EXPIRATION: December 17,2012 This "Ian Is one of the reauirements to bid on contracts for the Florida Department of Trans"ortation. This is not a""roval for Unified Certification Proaram Disadvantaqed Business Entemrlse (UCPIDBE) Certification. For additional information in becomina a DBE contact the Certification Section at (850) 4144747. W'N\N. dot. state. fl.u s ~ RECYCliO PAPER o I 2--\ {X Oldcastle~ Materials Dated: 3/26/2009 APAC-SOUTHEAST INC. DBE AFFIRMATIVE ACflON PLAN Policy Statement It is the policy of AP AC-Southeast, Inc., a subsidiary of Old Castle Materials, Inc. (Company) that disadvantaged businesses, as defined by 49 CFR Part 26, Subpart D and implemented under Rule Chapter 14-78, F.A.C., shall have the opportunity to participate as subcontractors and suppliers on all contracts awarded by the Florida Department of Transportation (FOOl) The requirements of Rule Chapter 14-78, F.A.C. shall apply to all contracts entered into between the FOOT and tbe Company. Subcontractors and/or suppliers to the Company will also be bound by the requirements of Rule Chapter 14-78, F.A.C. The Company and its subcontractors shall take all necessary and reasonable steps in accordance with Chapter 14-78, F.A.C. to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted with the FOOT. The Company and its subcontractors shall not discriminate on the basis of race, color, religion, national origin, disability, sex or age in the administration of contracts with the FDOT. The Company has designated and appointed a Liaison Officer to develop, maintain and monitor the DBE Affinnative Action Plan implementation. The Liaison Officer will be responsible for disseminating this policy statement throughout the Company and to disadvantaged-<:ontrolled businesses. The statement is posted on notice boards of the Company. 1!l.J)~~. Richard Mergens . President, SE Division Old Castle Materials Inc. Oldcastle Materials, Inc. a CRH pic company Southeast Division -= 13101 Telecom Drive Suite 101 Tampa, FL 33637 Tel: (813) 384-3070 Fax: (813)971-5329 \PPROVED: ;)!SAPP~ DATE: Dated; 3/26/2009 o Oldcastle~ Materials Designation of liaison Officer The Company will aggressively recruit disadvantaged businesses as subcontractors and suppliers for all contracts with the FDOT. The Company has appointed a Liaison Officer to develop and maintain this Affirmative Action Plan in accordance with the requirements of Rule Chapter 14-78, FA.C. The Liaison Officer will have primary responsibility for developing, maintaining and monitoring the Company's utilization of disadvantaged subcontractors in addition to the following specific duties: 1. The Liaison Officer will ensure the Company aggressively solicits bids from disadvantaged business subcontractors for all FDOT contracts. 2. The liaison Officer will ensure all records, reports and documents required by the FDOT are submitted and maintained for a period of not less than three years or as directed by any specific contractual requirements of the FDOT. The following individual has been designated Liaison Officer with responsibility for implementing the Company's affirmative action program in accordance with the requirements of the FDOT: Christini Bradley The Liaison Officer will appoint a DBE Officer for each Florida Division to assist in ensuring the affirmative action program is maintained under the FDOT requirements within their area of responsibility, Each Division-appointed officer will identify themselves to the FDOT District in which they are located as the relevant contact person for the area or project to which they are assigned. Affirmative Action Methods In order to fonnulate a realistic Affirmative Action Plan, the Company has identified the following known barriers to participation by disadvantaged subcontractors, before describing its proposed affirmative action methods: 1. Lack of qualified disadvantaged subcontractors in our specific geographical areas of work. Oldcastle Materials, Inc. a CRH pic company Southeast Division 13101 Telecom Drive SUits 101 Tampa. FL 33637 Tel: (813) 384-3070 Fax: (813) 971-5329 Dated: 3/26f2009 o OldcastJeCll Materials 2. Lack of certified disadvantaged subcontractors who seek to perform FDOT work. 3. Lack of interest in performing on FOOT contracts. 4. Lack of response when requested to bid. 5. Limited knowledge of FDOT plans and specifications to prepare a responsible bid. In view of the barriers to disadvantaged businesses stated above, it shall be the policy of the Company to provide opportunity by utilizing the following affirmative action methods to ensure participation on the contracts with the FOOT. The Company will: 1. Provide written notice to all certified DBE subcontractors in the geographical area where the work is to be subcontracted by the Company. 2. Advertise in minority-focused media concerning subcontract opportunities with the Company. 3. Select portions of the work to be performed by DBEs in order to increase the likelihood of meeting contract goals (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation). 4. Provide adequate information about the plans, specifications and requirements of the contract and not rejecting subcontractors without sound reasons based on a thorough investigation of their capabilities. 5. Waive requirements of performance bonds when practical to do so. 6. Attend prebid meetings held by the FOOT to apprise disadvantaged subcontractors of opportunities with the Company. 7. Follow-up on initial solicitations of interest to DBE subcontractors to determine, with certainty, whether the DBE Company is interested in the subcontract opportunity. Oldcastle Materials, Inc. a CRH pic company Southeast Division 13101 Telecom Drive SUite 101 Tampa, Fl 33637 Tel: (813l384-3070 Fax; (813 971-5329 Dated: 3/2612009 o Oldcastle~ Materials The Company understands that this list of affirmative action methods is not exhaustive and will include additional approaches after having established familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. Implementation On contracts with specific DBE goals, tbe Company will make every effort to meet contract goals as staled by utilizing its affmnative action methods. On projects with no specific goals, the Company will, as an expression of good faith, seek to utilize DBE subcontractors where work is to be subcontracted. Reporting The Company shall keep and maintain such records as are necessary to determine the Company's compliance with its DBE Mfmnative Action Plan. The Company will design its record-keeping system to indicate: 1. The number of DBE subcontractors and suppliers used by the Company, identifying the items of work and materials and services provided. 2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources. 3. Documentation of all contracts, including correspondence, telephone calls, newspaper advertisements, etc., to obtain DBE participation on all FDOT projects. 4. The Company shall comply with the FDOT's requirements regarding payments to subcontractors, including DBBs, for each month (estimate period) in which the subcontractors have worked. DBE Directory The Company will utilize the DBE Directory published by the FOOT. The Company wi1l distribute Form 275-030-01, Schedule A Certification Form Number 1, to potential DBE contractors and assist in their completion. Oldcastle Materials, Inc. a CRH pic company Southeast Division 13101 Telecom Drive Suite 101 Tampa, FL 33637 Tel: (8131384-3070 Fax: (813 971-5329 . " 1 7 APAC-SOUTHEAST,INC., has made the following designations in regard to Company policies and plans: Date: -.1 / I /200'7 , 1 By: . Rick Mergens - PI sident, Southeast Division ... .J EQUAL EMPLOYMENT OPPORTUNITY OFFICER: EEO OFFICER NAME: Christini Bradley ADDRESS: 11482 Columbia Park Drive, W Suite 3 Jacksonville, FL 32258 CONTACT: (904) 288-6300 LIAISON OFFICER DISADVANTAGED BUSINESS ENTERPRISES: DBE LIAISON OFFICER NAME: Christini Bradley ADDRESS: 11482 Columbia Park Drive, W Suite 3 Jacksonville, FL 32258 CONTACT: (904) 288-6300 Safety Ffrst~ ~ - ~~: _____.1 APAC-Southeast, Inc. First Coast Division P.O. Box 24726 Jacksonville, FL 32241 (904) 266-8300 (904) 266-8301 - fax April 2, 2009 As the DBE Officer for the Florida Divisions of APAC-Southeast, Inc., I hereby appoint, David Gannon as my Assistant DBE Officer for AP AC-Southeast, Inc., Gulf Coast Division The responsible party named above has been assigned and will be responsible for disseminating this policy statement throughout their Division and to disadvantaged-controlled businesses. Sincerely, ~e~~ DBE Officer, AP AC-Southeast, Inc. ...~", -------, ., !...IT3: _____.J APAC-Southeast, Inc. First Coast Division P.O. Box 24728 Jacksonville, FL 32241 (904) 288-6300 (904) 288-6301 - fax April 2, 2009 As the DBE Officer for the Florida Divisions of AP AC-Southeast, Inc., I hereby appoint, Dona Oliver as my Assistant DBE Officer for AP AC-Southeast, Inc., Central Florida Division The responsible party named above has been assigned and will be responsible for disseminating this policy statement throughout their Division and to disadvantaged-controlled businesses. Sincerely, ~0hrtl/a,,/ C~:~dley GO DBE Officer, AP AC-Southeast, Inc. ~*~Y;:'<<~;;'*;';'N:,;,;':'~~':'~~(.'~>>~~~'A";';~;":"/'<'~';~;>J;'~~~';':';'':':;~';;=-':'"~':''''.~.y.:.:..;:;):l:.:~:.:;'>t''~;:"k~:>:{~''':,:~:y:,~,):",;,;,;,;,;-,,,,,=,,,...:>>;~~;X~):;:;':';:4:':>:':~((,y......;.J<>>,:':';~:,:.:.;.:.;...;~:...M."=':';;:":'~'" .........:... . .'. . .'. ..,;.:............;.:...:;:.:.;... STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FOAM 275-021-07 EQUAL OPPORTUNITY 05/02 FPN: CONTRACTOR'S COMPANY WIDE EEO REPORT 1. REPORT FOR PA Y PERIOD INCLUDrNG: 2. NAME AND FLORIDA HOME OFFICE ADDRESS March 20'" ~ APAC-Southeast, Inc., Centra] Florida Division June 20'" 4636 Scarborough Drive September 20'" Lutz, FL 33559 December 20'" 3. FEID 1/ OR rOOT VENDOR 1/ 58-1401468 YEAR: 2009 (2121/09 - 3/20/09) 4. FLORIDA CONSTRUCTION EMPLOYMENT TABLE A TABLE B ,",- ... .... . AMERICAN T(lTAVH, TOTAL BLACK INDIAN or ASIAN or WHITE On-The-lob ;:EMpl0YEES MINORITIES (Nol of Hispanic HISPANIC ALASKAN PACIFIC (NOlofHlspnnic Trainees (OlT) JOB CATEGORIES Origin) ISLANDER Origin) . ................... NATIVE ..... ................ ...... ,... ...."... ,'E:M:;!" ';";F;'!" M F M F M F M F M F M F M F OFFICIALS (MANAGERS) 55 5 5 2 2 3 2 50 3 SUPERVISORS 32 2 1 0 1 31 2 FOREMENIWOMEN 37 1 11 0 9 1 1 26 1 CLERICAL 1 36 1 6 1 1 4 1 30 EQUIPMENT OPERATORS 147 12 88 3 54 3 32 1 1 59 9 3 2 MECHANICS 22 1 3 0 2 1 19 1 TRUCK DRIVERS 17 1 7 0 4 3 10 1 mGNWGRKERS (WELDER) 1 0 1 0 1 CARPENTERS 0 0 0 0 CEMENT MASONS 2 0 1 0 1 1 ELECTRICIANS 0 0 0 0 PIPEFITIERS, PLUMBERS 0 0 0 0 P AI"'TERS 0 0 0 0 LABORERS, SEMI.SKILLED 85 3 29 1 19 1 10 56 2 LABORERS, UNSKILLED 23 0 15 0 10 5 8 TOTALS 422 61 162 12 101 5 57 6 2 0 2 1 260 49 TABLE C OJT TOTALS M F On-The.Job Trainees (OIT) 3 2 3 2 I5.IF ANY EMPLOYEES REPORTED IN 'TABLE A' ARE APPRENTICES, STATE THE NAME OF THE PROGRAM, THE JOB CATEGORY, RACE AND SEX. 1>. SUMMARIZE ALL HIRES FOR THE REPORTING PERIOD BY JOB CATEGORY, RACE, SEX (USE ADDITIONAL SHEET IF NEEDED). ALL NEW HIRES LISTED ARE FOR THE PERIOD OF 2121/09 - 3/20/09 FlRST, LAST NAME AND Tn1.E ,\RJ:,\ CODI: AND PHONE NVlIIDER DATE PREPAltED ". PREPARER Cindy Hall. EEO Officer Assistant (813) 973-2888 3/26/09 F1RST, lAST NAME >\ND TI11.E ,\111:,\ CODI: AND PHONE NVllmER DATE REVIEWED 8. REVIEWER ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF f~~lDA- ) COUNTY OR CITY OF j) ~ttD LA- ) Before me, a Notary Public, personally came i\ N ~ \2WJ~ known to me, and known to be the Attorney-in-Fact of D.a , NGW J~ (Surety Company) Corporation, which executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said M~ \ ~ SUW Ct? Co . 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 ~Cf Ct. (Surety Company) Given under my hand and seal this R~\1k daYOf~,M My Commission Expires JJ/~/%\~ END OF SECTION TAMARA ALBRIGHT .NOTARY PUBLIC _sr.6.TE OF FLORIDA Comm# DD0936903 . E' ~ Expires 11/3/2013 Clarke Road Rehabilitation 00410-8 SURETY ACKNOWLEDGMENT STATE OF UTAH } COUNTYOFSALTLAKE } SS On this 22ND day of DECEMBER, 2009, before me personally came TINA DAVIS to me known, who, being by me duly sworn, did depose and say that she is an Attorney-In-Fact of FEDERAL INSURANCE COMPANY the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affIXed to the within instrument is such corporate seal, and that she signed the said instrument and affIXed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. ~G) ~ V\- Notary Public ~ Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 CHUBB Know All by These Presents. That FEDERAL INSURANCE COMPANY:. an Indiana corporation, VIGILANT INSURANCE ;~~i~t~in: ~i~i~~r~~~gj~~~08r;~~~~C~~lg %~~~~I~~~~:~~~a~t VC~k~nti~~r5~~~io;n~0 M:~ ~r~{..;ijn~~t~~I~~~ dklahoma-------------------------------------------------------------...,.-----------.-------------.---------------.------------ each as their true and lawful Attomey- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 20th day of November, 2009.. 55. c ~~c~+ Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY County of Somerset On this 20th day of November, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Atlorney. and the said Kenneth C. Wendel. being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY end knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attomey are such corporate seals and were thereto affixed by authority of the By. Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be VIce President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attomey is in the genuine handwriting or David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and il'! deponent's presence. , ;..~ '.". STEPHEN a.BRADT Notary NlIIc, Stat8 of New.llr'uy No.2321097 . ConvnIIaIon Explr8I Oct. 25,2014 ~r-V~_POOI;' CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attomey for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary and the' seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- In- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of atlomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Cornpany with respect to any bond or undertaking to which it is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify thai (i) the foregoing extract of the By. Laws of the Companies Is true and correct, (Ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands. and Federal Is licensed in Americen Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island: and (iii) the foregoinll Power of Atlomey Is true, correct and in full force and effecL Given under my hand and seals of said Companies at Warren, NJ this DECEMBER 22, 2009 /~~~ Kenne~stant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 a-mail: surechubb.com Form 15-10- 0225B- U (Ed. 5- 03) CONSENT 375-030.32 PROCUREMENT 10/01 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR FEDERAL AID CONTRACTS (Compliance with 49CFR, Section 29.510) (Appendix B Certification] It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant: ~~t" S~n~l) IN C By:~~~ate:_\~ -,g~1)~ Authorized Signature Title: ~ \ / ~~\b8J, Instructions for Certification 1. By signing and submitting this certification with the proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the Department may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted. If at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms 'covered transaction', 'debarred', 'suspended', 'ineligible', 'lower tier covered transaction','participant', 'person', primary covered transaction', 'principal', 'proposal', and 'voluntarily excluded', as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the person to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the Department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Appendix B: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant are not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the Department may pursue available remedies, including suspension and/or debarment. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 275-030-10 EQUAL OPPORTUNITY OFFICE 02/0e Please complete and mail or fax to: Equal Opportunity Office 605 Suwannee St., MS 65 Tallahassee, FL 32399-0450 TELEPHONE: (850) 414-4747 FAX: (850) 414-4879 This information may also be included in your bid or proposal package. Bid/Proposal Number: Quote Submitted MMIYR: 49 CFR Part 26.11 requires the Florida Department of Transportation to develop and maintain a "bid opportunity list." The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and materials supplies on DOT-assisted projects, including both DBEs and non-DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT assisted project. Prime contractors and consultants must provide information for Nos.1, 2, 3 and 4 and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax I 6. ~ DBE 8. Annual Gross Receipts 2. Firm Na e: Non-DBE D Less than $1 million 3. Phone: D Between $1 - $5 million 4. Address: ik1 Subcontractor ~ Between $5 - $10 million 7. Between $10 - $15 million D Subconsultant D More than $15 million 5. Year Firm Established: 1. Federal Tax 10 Number: 2. Firm Na ., 3. Phone: 4. Address: 5. Year Firm Established: 1. Federal Tax 2. Firm Name' 3. Phone: 4. Address: 5. Year Firm Established: 6. ~ DBE 1] Non-DBE 8. Annual Gross Receipts D Less than $1 million D Between $1 - $5 million ~ Between $5 - $10 million Between $10 - $15 million More than $15 million 7. ~ Subcontractor Subconsultant 6. g DBE LA. Non-DBE 8. Annual Gross Receipts D Less than $1 million D Between $1 - $5 million g Between $5 - $10 million Between $10 - $15 million More than $15 million 7. rii Subcontractor U Subconsultant STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION STATEMENT LOCAL AGENCY PROGRAM 275-030-12 EQUAL OPPORTUNITY OFFICE 03/09 2. FDOT LAP AGREEMENT 3. LOCAL AGENCY 1. FDOT LAP AGREEMENT# AMOUNT CONTRACT 4. LOCAL AGENCY NAME (PRIME)#. 5. PRIME CONTRACTOR NAME 6. FEID NUMBER (PRIME CONTRACTOR) M~L - ~1rnrr:u-r IN e . ~~14D\q~~ 7. CONTRACT DOLLAR AMOUNT 8. FEID NUMBER (LOCAL AGENCY) 9. IS THE PRIME CONTRACTOR A FLORIDA YES~ 10. IS THE WORK OF THIS CONTRACT CERTIFIED "DBE"? (DISADVANTAGED NO CONSTRUCTION 0 OR MAINTENANCE O?OTHER BUSINESS ENTERPRISE) 11. REVISION (Y/N)? IF YES, REVISION# 12. ANTICIPATED DBE SUBCONTRACTS (BELOW): PERCENT OF DBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK/SPECIALTY DOLLAR AMOUNT CONTRACT DOLLARS A B.A ~.1~~PoYl-r 1U\VlLINtA 13J~6D,~O \ ~/o B c 0 E F 11A TOTAL DOLLARS TO 11BTOTAL PERCENT OF DBE'S CONTRACT $0.00 0.00% SECTION TO BE FILLED BY PRIME CONTRACTOR 13. NAME OF SUBMITTER 14.DATE 15. TITLE OF SUBMITTER J~UN ~ . ~~[1L j~-n-cq ~l~ ~R~lb~T ~ m~K~~ 16. EMAII. ADDRESS OF PRIME CONTRACTOR SUBMITTER 11. FAX NUMBER I 18. f>HO.NE NUMBER \tnV'\ .~~~Oet~, MlD. ~ 4~q-~04~~ f)~0 I ~U'r~W6-lj~~~ (j I SECTION TO BE FILLED BY LOCAL AGENCY 19. SUBMITTED BY 20.DATE 21. TITLE OF SUBMITTER 22. EMAIL ADDRESS OF SUBMITTER 23. FAX NUMBER I 24. PHONE NUMBER I NOTE: THIS INFORMATION IS USED TO TRACK AND REPORT ANTICIPATED DBE PARTICIPATION IN ALL FEDERALLY FUNDED FOOT CONTRACTS. THE ANTICIPATED DBE AMOUNT IS VOLUNTARY AND WILL NOT BECOME A PART OF THE CONTRACTUAL TERMS. THIS FORM MUST BE SUBMITTED AT THE PRE CONSTRUCTION. FDOT STAFF FORWARDS THE FORM TO THE EQUAL OPPORTUNITY OFFICE. THE FOllOWING SECTIONS ARE FOR FOOT lAP COORDINATOR USE LAP COORD I NA TOR DATE TO EO OFFICE EXECUTED DATE (LAP EXECUTED DATE (BETWEEN PRECON, CONF DATE. DIST NAME (ELECTRONICALL Yl AGREEMENT) LOCAL AGENCY AND PRIME) Florida Def)(lrtntent of Transt)()"rtation CIIAI{Ur: CHI"T cO\'F1('OJ( 605 Svwonnee SHeet Toilc:hassee, r'L 32399.0450 STEPHA 'IE C. I\OI'ClJHStlS SF('HFT\ln \.)u.l.y 2'7 r /.;009 APAC-SOUTHSAST~ INC. 4636 SCARBOROUGH DRIVE LUTZ, FLORIDA 33569 '\REVISEDJI RS: CERTIFIC'i'l,TE OF I,)Uf~LIF'ICAT!CN Dear Sir/Haclam: The Depan:rcent of Transportation rl:Js qual.:.fiecl your company to.::' -::1":e amount. and tr~e type of ir;ork indicated bel(:H";. Unless your company is not~.i.f'j.Qd ;)t.herw.i.sl~f th.i.s rating will expire 6/30/2010. However, t.he new application is due 4/30/2010. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements and, if applicable, the audited interim financial statements. 5ec1:::.0:1 337.14 (4] F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a cwo month period to allow you to bid on jobs as ~~e process your ne~-: application for qualif.ication. To .rs.main (:iualifi~;cf \.:i r:h tlie Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. !vi,1\XIt'lUt.'! Cl'.FN.:ITY R[\TIW;: $2,485,500,000.00 FOOT APPROVED WORK CLASSES: DE:3RIS REt<10V?L, DRAINAGE, E'SNClNG, FLEXIBLE P!,>VING, GFJ\DING, r.;RA~;SING, SEEColi-iG AND SODDING, GIJAHDR.A.IL, HOT PL!\NT-1.nXSD 131'1'(;['1. COURSES, IN'ERt.E,DI1\TE 3RIDGES, HINOE BRIDGES, PORTLAnD CEMENT CONeil-F.!:::, R07\[)vJAY SIGHING FOOT APPROVED SPECIALITY CLASSES OF WORK: MILLING, REHABILITATION OF CONCRETE PAVEMENT, CONCRETE SLAB REPLACEMENT. SIDE:\'JF.LKS, CURB AND (::;lYI'TER, DP.IVEh'hYS, EEINF'ORECED UIRTH \17\1,:'3, SLIP F'OR!--l 3.Zl.P.RIEE ~'i'ALL, TRAFFIC SEPAPJ,>TORS, tI.TTENU!\TORS iJNDERGROIJND UTILITIES, ;;,I\TEP., SEv-JE:~, FORCE !-EHN, LIFT STATION, LEACn.I:..TE AND GF.S PI i?r~G. VI/WW, dot. state, fl. us t;\ HECY~ ~,.. p~':q; 't:!,; , LA.. ._lJ ~ ~ '1.. APAC-SODTHEAST, INC. .JuJy 27, 2009 Page t,'w YOll may apply, in writ ,for a Revi,sed Ce:-ti.fi.cate of Q1Jalification at any t,i,rne prior to the expiration date ofthi.s certifi.cate accord,i.ng to Section .14-22.004:. C3) I Flor.i.da Adrni.n.i.str~3t.ive Cede. Please be advised l.f c8,r"tification in additional classes of work ,f.s desired, docDnierltatj,on is n~ededto St10W that your cornpany has done such work with your cwn fOrC(~5 and equipment or' tj~at expsrience was gairled with another contractor and ~ha~ you have 'the I1S(;eSsary eqll1pment for each addi'tic)naJ. cJ.ass of work requested. SJT\' . ( . fcu), ,tv~l L Juanita Moore. Manager \' Contracts ;:,dminist:raticn Of\j,C'~ JlvJ:cj Mayor S, Scott Vandergrift center of Good L1 '\,\'.e t.>1!] , ~ Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank December 16, 2009 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #BI0-03 CLARKE ROAD REHABILITATION This addendum shall modify and become a part of the original bid documents for the construction of improvements at Clarke Road Rehabilitation, This addendum consists of two (2) pages. Bidders shall acknowledge receipt of Addendum One (I) in the space provided in Section 00300-1 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: Q 1. Will railroad liability insurance be required for this job? AI. Not by the City of Ocoee. Q2/ A2. If yes, our insurance company will require the following information: A. What is the name and address of the railroad along with a contact name? Florida Central Railroad, a division of Pinsly Co., 3001 Orange Avenue, Plymouth, FL 32768, Contact Dennis Maples at 407-880-8500. B. What limits are required? N.A. C, Number of passenger trains per day? 0 Speed? N.A. D. Number of freight trains per day? 2 Speed? 10 mph. E. Will slow orders be given by the railroad? Everyday; this is slow-order track. Pay Item 522-1 (Sidewalk Concrete 4" Thick) is called out to be a contingency item. In order to properly price this item we have the following questions regarding what is to be included for payment with this item: Q3. Per standard index 304, when there is no pay item given for concrete removal, payment of the removal of existing sidewalk is to be included in the pay item for the proposed sidewalk. Since there is no pay item for concrete removals and since it is a contingency item and locations of work are not called out, are we to include costs to remove existing sidewalk for all 500 SY of the bid quantity? City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org Mavor S. Scott Vandergrift ceuter of Good Lj <\.~e. ftll] :I {Sl" Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manae:er Robert Frank 7 December 18, 2009 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B10-03 CLARKE ROAD REHABILITATION This addendum shall modify and become a part of the original bid documents for the construction of improvements at Clarke Road Rehabilitation. This addendum consists of one ( 1) page. Bidders shall acknowledge receipt of Addendum Two (2) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subjcct the bidder to disqualification, The bid date remains the same. Revised answer to question and answer published in Addendum No. One: Q4. Typically, Detectable Warning Mats for new curb ramps are included in the price for pay item 522-1. Are we to include costs for Detectable Warning Mats at new curb ramp locations for this project? If we are please provide a count of how many we should include for payment in this item. A4 (Revised). Bidders are to comply with the measurement and payment guidance for FDOT Specification 527. Bid Item 522 includes the cost of removing and installing concrete sidewalk at all locations, as noted in FDOT Index 304, and the placement of a detectable warning mat when appropriate to the location. As noted in s. 4 of Specification 527, "Detectable Warnings applied to newly constructed concrete sidewalk/curb ramps will be included in the cost of the concrete sidewalk/curb ramp. Detectable Warnings applied to existing curb ramps will be paid per each Detectable Warning that is furnished, installed and accepted." Thus, Bid Item 527 includes the cost of placing the detectable warning mat on existing sidewalk being retrofit with the warning surface. However, if the area where a detectable warning mat is to be installed is non-conforming with the requirements of Index 304 or is otherwise unsuitable for a retrofit installation, then the sidewalk must be replaced as part of Bid Item 522 in accordance with the guidance provided on Index 304 and no payment will be made for the detectable warning mat. The bid quantity for Bid Item 527 is 53; however, it may not be possible to actually retrofit a detectable warning mat atall these locations without replacing the sidewalk/ramp. Please disregard the previous answer to this question. Wd(!:/-. Purchasing Agent City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org City Manae:er Robert Frank Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mayor S. Scott Vandergrift December 21,2009 ADDENDUM NO: THREE (3) CITY OF OCOEE BID #BIO-03 CLARKE ROAD REHABILITATION This addendum shall modify and become a part of the original bid documents for the construction of improvements at Clarke Road Rehabilitation. This addendum consists of two (2) pages and a revised Section 00300 attachment consisting of 12 pages. Bidders shall acknowledge receipt of Addendum Three (3) in the space provided in Section 00300-1 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: The adoption of FDOT measurement and payment standards for all bid items in this advertisement, as reflected in the previously published Addendum Two, has resulted in a review of expected material quantities for Bid Items 522-1 and 527-1 relative to the expectation for concrete sidewalk ramp replacements at crosswalks. A visual review of the numerous locations within the project area suggests that 75% to 80% of the ramps have one of more defects that require reconstruction for ADA compliance; e.g., existing textured surface that will prevent simple retrofit installation of a detectable warning surface mat, too-steep side slope, and/or too-steep travel ramp. As a result, the following changes have been made to the Bid FOlm of Section 00300: 1. The quantity for Bid Item 522-1 (4" Concrete Sidewalk) has been increased from 500 SY to 700 SY and the reference to this being a contingency quantity has been struck from the description. 2. The quantity for Bid Item 527-1 (Detectable Warning Retrofit) has been decreased from 53 to 15. Prospective bidders are reminded that the measurement and payment standards for these bid items say that separate payment for the detectable warning surface is not made when the underlying concrete is replaced, Although this addendum is issued in the interest of giving prospective bidders the best available information regarding bid items and field conditions, prospective bidders must note that all bid quantities are for bid comparison purposes only. Field conditions may alter the actual installed quantities. The revised Section 00300 is attached and made a part of this Addendum. Two more questions have been submitted and are being answered in this addendum: City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org QS. There is not a pay item for the base removal required for the Superpave Asphalt Concrete 8" (Black Base Replacement as shown) or for the item Supcrpave Asphalt Concrete 8" (Contingency). Is the removal and disposal of the existing base material to be included in the asphalt item? AS. Yes. The cost of base removal should be included in the price for both 334-1-13 bid items. There is not a separate pay item for base removal. Q6. Shall the placement of the contingency item be performed in the same manner as the base item typical section shown in the plans? The top 2 inches being polymer modified? A6. Yes. Cryst I Conley Purchasing Technician Attachments: Section 00300-1 revised Bid Form B 1 0-03 Clarke Rd Rehab Addendum 3 2 SECTION 00020 INVITATION TO BID #BI0-03 CLARKE ROAD REHABILITATION OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department, City Hall, Second Floor, 150 North Lakeshore Drive, Ocoee, FL 34761, until 2:00 pm, local time, on December 22, 2009. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:05 pm. Description of Work: All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by or for the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the rehabilitation of a portion of Clarke Road; i.e., milling and resurfacing of 13,300 linear feet of this road from Silver Star Road (SR 438) to Clarcona-Ocoee Road. Project components include maintenance of traffic, temporary striping, permanent thermoplastic striping, and clean-up. The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/Demandstar at http://www.ocoee.orqlDepartments/Finance/Purchasinq/Bids.htm. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all information regarding this Invitation to Bid, including addendums and changes to the project requirements; fees may apply for non-members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on Demandstar not later than twenty-four (24) hours before bid time. It shall be the bidder's responsibility to verify addenda and acknowledge receipt of all addenda in the bid submittal. Clarke Road Rehabilitation 00020-1 Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5%) ofthe bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the bid prices shall be submitted for the work by each proposing contractor; i.e., Bidder. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B 1 0-03 for Rehabilitation of Clarke Road" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. A State of Florida General Contractor license is required for each prime contractor who bids on the work. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. Award ofContract(s): The City ofOcoee reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the contract to the bidder which, in the sole discretion of the City, is the most responsive and responsible considering price, qualifications, and other factors. City Clerk OCOEE, FLORIDA November 20, 2009 END OF SECTION Clarke Road Rehabilitation 00020-2 SECTION 00500 CONTRACT FOR CONSTRUCTION THIS AGREEMENT is dated as of the day of in the year by and between the City ofOcoee, a municipal corporation, hereinafter called Owner, and AP AC-Southeast, Inc., a Georgia corporation, hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Docrnnents. The work is generally described as follows: CLARKE ROAD REHABILITATION Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by Dyer, Riddle, Mills & Precourt; however, the City Engineer or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Docrnnents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete (all work complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces) within sixty (60) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within ninety (90) calendar days. All time periods begin from the effective date of the Notice to Proceed, as provided in paragraph 2.03 of the General Conditions (Commencement of Contract Time; Notice to Proceed). 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar-day period provided the work is considered to be Substantially Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31 st day. Clarke Road Rehabilitation 00500-1 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one-year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the Standard General Conditions of the Construction Contract, Section 00700. Applications for payment will be processed by Engineer, as provided in the Standard General Conditions of the Construction Contract, Section 00700. Clarke Road Rehabilitation 00500-2 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the tenth day after receipt and approval of the pay request, as provided in paragraphs 5.1.1 and 5.1.2, below. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals dated 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.02 of the General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to ninety percent (90%) of the value of work completed, and ninety percent (90%) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, as provided in paragraph 14.2 of the General Conditions, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50%) complete, the retainage may not exceed five percent (5%) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2%) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the rate of 6% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENT A TIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." Clarke Road Rehabilitation 00500-3 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that are identified in Section 00200 "Information Available to Bidders". 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer \Witten notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the \Witten resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50%) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of: 8.1 This Agreement (Section 00500). Clarke Road Rehabilitation 00500-4 8.2 Exhibits to this Agreement, if any. 8.3 Performance Bond, Payment Bonds and Certificates of Insurance (Sections 00610,00620 and 00650, respectively). 8.4 Notice oflntent to Award and Notice to Proceed (Sections 00840 and 00841, respectively). 8.5 General Conditions (Section 00700 - NSPE - ACEC Document 1910-8 (1996 Edition), as modified and supplemented. 8.6 Supplementary Conditions (Section 00800). 8.7 Project Manual bearing the general title "City of Ocoee, Florida, Clarke Road Rehabilitation, Silver Star Road to Clarcona-Ocoee Road," dated September 2009 and consisting of Divisions 0 through 16, as listed in the Table of Contents thereof, including the Invitation to Bid (Section 00020) and Instructions To Bidders (Section 00100). 8.8 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee Clarke Road Rehabilitation From Silver Star Road to Clarcona-Ocoee Road 8.9 Addenda numbers 1 to 3, inclusive. 8.10 Contractor's Bid (Section 00300). 8.11 Documentation submitted by Contractor prior to Notice ofIntent to Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, as provided in paragraphs 3.05 and 3.06 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from Clarke Road Rehabilitation 00500-5 r any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this Agreement shall be in the Circuit Court of the Ninth Judicial Circuit, in and for Orange County Florida. 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Remainder of Page Left Blank Intentionally.) Clarke Road Rehabilitation 00500-6 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions ofthe Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. This Agreement shall be effective on -, Contractor: ATTEST: BY: WITNESSES: NAME: NAME: TITLE: TITLE: Owner: APPROVED: ATTEST: CITY OF OCOEE, FLORIDA BY: NAME: (SEAL) TITLE: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD ON January 5, 2009, under Agenda Item_. this _ day of BY: (Name of Attorney) END OF SECTION Clarke Road Rehabilitation 00500-7