Loading...
Item #05 Award of B15-05 Asphalt Paving Projects for FY 2015t I Ocoee florida AGENDA ITEM COVER SHEET Meeting Date: April 21, 2015 Item # Contact Name: Joyce Tolbert Reviewed By Contact Number: 1516 Department Director: City Manager: Subject: Award of B1 Asphalt Paving Projects for FY 2015 (A11 Distri Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for fiscal year 2015 for approximately four (4) miles of roads within the Sawmill Subdivision (Log Jam Ct., Woodridge Ct., Millstream Rd., Water Wheel Ct., Woodgrain Ct.); Meadows Subdivision (Little Aspen Ct., New Meadows Ct., Fort Collins Ct., Meadows Sweet sion (Olympia Dr., Acropolis Dr., Adriatic Ct.); Bay St.; West Ohio St.; Floral St.; Lake Olympia Club Subdivision Dr.); Ocoee Hills Rd.; Ridgefield Ave.; Ocoee Lakeshore Center Parking Areas; and Bluford Avenue (Columbus St. to Maine St.). The construction consists of milling and resurfacing using SP -9.5 Asphaltic Concrete. All work for this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" 2015 Edition, and 'Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The bid was publicly advertised on March 8, 2015, and opened on April 7, 2015. There was a total of six (6) bids received ranging from $426,526.15 to $630,353.50. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed all bids received and all were considered responsive. Staff recommends awarding the bid to The Middlesex Corporation for $426,526.15 as the most responsive and responsible bidder, per the attached recommendation from Steve Krug, Public Works Director. The table below is a listing of the bids received. Issue: Should the City Commission award the bid for Asphalt Paving Projects for FY 2015 to The Middlesex Corporation, as recommended by the Public Works Director? Recommendations: Staff recommends that the City Commission award Bid #1315 -05 Asphalt Paving Projects for FY 2015 to The Middlesex Corporation in the amount of $426,526.15 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 for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Public Works Dept. 3. Middlesex Corp. Bid 4. Invitation to Bid #13 15 -05 5. Addendum # 1 6. Plan sheets C 1 — C 10 Financial Impact: This project is adequately funded in the Streets Capital Improvement Program. There is $524,733.33 available in this fiscal year's budget for this project. Type of Item: (please mark with an Y) Public Hearing Ordinance First Reading For Clerk's Dent Use Ordinance Second Reading Consent Agenda Resolution Public Hearing X Commission Approval Regular Agenda Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. N/A Reviewed by ( ) N/A N/A 2 \� t � Ocoee florido Mayor MEMORANDUM S. Scott Vandergrift Commissioners John Grogan Date: April 13, 2015 District 1 To: Joyce 0 @@ Public Works Tea Rosemary Wilsen Tolbert, Purchasin A ent g g District 2 �� Rusty Johnson From: Stephen C. Krug, Public Works Dire District 3 Joel F. Keller RE: Contract Award Recommendation Im great commun District 4 C ity Manager Public Works recommends award of the Asphalt Paving Projects for FY Robert D. Frank 2015 to the lowest responsive bidder, The Middlesex Corporation (Middlesex), of Orlando, Florida, in the amount of $426,526.15. The City received six responsive bids from contractors with the low bid below the Engineer's estimate. The contractor has been in business for over 40 years, with a presence in Florida over 20 years. The City has a positive history of contracting with Middlesex on resurfacing projects in previous years. Public Works contacted other municipalities in Central Florida to confirm Middlesex continues to successfully complete projects of similar size and scope. The project is adequately funded in the Streets Division Capital Improvement Program. The Asphalt Paving Projects for FY 2015 include milling and resurfacing the following streets; Log Jam Ct., Woodridge Ct., Millstream Rd., Water Wheel Ct., Woodgrain Ct., Little Aspen Ct., New Meadows Ct., Fort Collins Ct., Meadows Sweet Ct., Bay St., West Ohio St., West Floral St., Olympia Dr., Acropolis Dr., Adriatic Dr., Ocoee Hills Rd., Ridgefield Ave., Ocoee Lakeshore Center parking areas and Bluford Ave. from Maine St. to Columbus St. The work incorporates approximately 4 miles of roadway resurfacing. City of Ocoee • 301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905 -3170 • www.ocoee.org BID #B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID TABULATION 417/15 2 :00 P.M. - - - -- — ...... pnce arscrepawes on bid form. License check, submitted forms 8 references verified only on lowest three firms. BID 015 -05 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. The Middlesex Corporation COMPANY NAME 978- 74 2 -4400 TELEPHONE (INCLUDE AREA CODE) 978 - 742 -4434 FAX (INCLUDE AREA CODE) AjdfHO ED SI NATURE (manual) avi ci for Vice President Estimating NAME /TITLE (PLEASE PRINT) One Spectacle Pond Road STREET ADDRESS Littleton MA 01460 CITY STATE ZIP FEDERAL ID # 04- 2534615 dsocci @middl esexco.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 10801 Cosmonaut Blvd Orlando, FL 32824 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of t � , 20 Personally Known X or Produced Identification (Type of Identification) Notary Pu is - State ofiFfoYida lhty of Or Sie atri + YVONNE CARUSO MY COMMISSION t FF 070473 EXPIRES: January 8, 2018 Bande I Thru Budget Noory Services Printed, typed or stamped Commissioned name of Notary Public B 15 -05 Asphalt Paving Projects FY 2015 53 20 21. 22 LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY ORIGINAL NAME /ADDRESS /FEDERAL I.D. N0. /CONTACT PERSON/PHONE #: Tru -Mark, Inc. 31719 Long Acres Drive Sorrento, FL 32776 Federal I.D. #20- 1385712 Contact: Norman Gaines 352 - 735 -8394 (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fillly- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased, If leased please provide name of lessor. Please see attached list of owned equipment REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Please see attached list of references 17 B15 -05 Asphalt Paving Projects FY 2015 Have you any similar work in progress at this time? Yes X No Length of time in business 43 Years Bank or other financial references: Bank of America, One Federal Street, Boston, MA 02110 Thomas Brennan; Senior Vice President 617 - 434 -4512; Fax 617 - 346 -0077 (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. No 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 3/26/2015 No, Dated No. Dated No. Dated No, Dated (remainder of page left blank intentionally) 18 B 15 -05 Asphalt Paving Projects FY 2015 The Middlesex Co)pornlion Unit Report Custom Unit Listing Page: I of Date: 03/30/15 at 9:56 AM Eastern Unit Mfg, License Unit Serial Number Spec - Vehicle Year Plate Spec - Vehicle Malce Model 1106 (SUV) Main Shop 2013 612QPT 1FMSK8F85DGA33788 FORD 200023 (AUTO) Main Shop 2000 V 170FC 1 FAFP53U26A 164716 LTD EXPLORER 4 200024 (AUTO) Main Shop 2013 CQB127 2G1 WG5E32D]248288 FORD TAURUS 201017(SUV)MainShop 2007 665MQE IGNFK13037R163289 CHEVROLET hnpala 201021 (S UV) Main Shop 2008 188W1'S SALSH23428AI31179 CHEVROLET TAHOE 201022 (SUV) Main Shop 2008 621YSC I FiV1EU63E98UA80127 LAND ROVER Range Rover Sport 201023 (SUV) Main Shop 2012 AFCA44 I FMCUODG8CKC47246 FORD FORD Explorer XLT 201024(SUV) Main Shop 2012 AFCA43 IFMCUODGXCKC47247 ESCAPE XLT ALT 201025 (SUV) Main Shop 2013 BGUM84 IFMSKSF81DGA31178 FORD ESCAPE XLT ALT 20IO2G(SUV)MainShop 2013 BWAP16 IFMCUGH95DUA29668 FORD 4DR LTD EXPLOR 201027 (SUV) Main Shop 2013 BPNY57 IFM5K7D89DGA38246 FORD ESCAPESEL 201028 (SUV) Main Shop 2013 BWAR46 IFMSK7D83DGB79958 FORD FORD Explorer XLT 201029(SUV) Main Shop 2013 CGTU96 IFMCUOGX9D[1A25591 FORD Explorer XLT 201030 (SUV) Main Shop 2013 CNCD71 1FMCUOGX4DUA73998 FORD ESCAPESE 201281 (PICKUP) Main Shop 2005 B875NQ IGCEKI4Vl5Z312973 CHEVROLET ESCAPE 201286 (PICKUP) Main Shop 2005 B884NQ IGCEK14V35Z313428 CHEVROLET SILVERADO 1500 201288 (PICKUP) Main Shop 2005 B885NQ IGCEKI4V85Z312372 CHEVROLET SILVERADO 1500 201291 (PICKUP) Main Shop 2005 B887NQ 1GCEKI4V75Z313416 CHEVROLET SILVERADO 1500 201295 (PICKUP) Main Shop 2005 B894NQ IGCCS196858255461 SILVERADO 1500 201299 (Van) Main Shop 2007 567HON1 IGCGG29V271204095 CHEVROLET COLORADO 201302 (PICKUP) Main Shop 2007 024HXB IGCEK19C37Z608684 CHEVROLET Express 2500 Van H 201304 (PICKUP) Main Shop 2007 392HXB IGCEK19C87Z608874 CHEVROLET SILVERADO 1500 201305 (Pick -up) Main Shop 2008 691QJI IGCHK29K28E196051 CHEVROLET SILVERADO 201306 (PICKUP) Main Shop 2011 515YUA IFTFXIET8BKD45508 CHEVROLET 250OHD 2500HD Z71 201307 (PICKUP) Main Shop 2011 5I6YUA IFTFXIETXBKD45509 FORD F150 SUPER CAB 4 201308 (PICKUP) Main Shop 2011 187YIJA IFTFXIET6BKD45510 FORD F150 SUPER CAB 4 201309 (PICKUP) Main Shop 2011 184YUA IFTFXIETSBKD45511 FORD F150 SUPER CAB 4 2 01310(PICKUP)MainShop 2011 079QQR IFTFXIETXBKD45512 FORD F150 SUPER CAB 4 201311 (PICKUP) Main Shop 2011 078 QQR IFTFXIETIBKD45513 FORD F150 SUPER CAB 4 2 01312(PICKUP)MainShop 2012 BMYM89 1FTMFlEM4CKD623O9 FORD FORD F150 SUPER CAB 4 201313 (PICKUP) Main Shop 2012 BMYM73 IFTMFIEM6CKD62310 FORD FI50 XL 4X4 REG 201314 (PICKUP) Main Shop 2012 BMYL31 IFTMFIEIv12CKD62311 FORD F150 XL 4X4 REG 201315 (PICKUP) Main Shop 2012 BMYM75 IFTMFIEM4CKD62312 FORD F150 XL 4X4 REG 201316 (PICKUP) Main Shop 2012 BMYtvl92 IFTMFIEM6CKD62313 FORD F150 XL 4X4 REG 201317 (PICKUP) Main Shop 2012 BMYM91 IFTMFIEM8CKD62314 FORD F 15 XL 4X4 REG 20]318(PICKUP) Main Shop 2012 AFCA45 3GNTKFE78CG241764 CHEVROLET A 4X4 REG 201319 (PICKUP) Main Shop 2013 795NLZ IFTMFICMODKF11142 FORD Avaval anc heLT4W 201320 (PICKUP) Main Shop 2009 762NLZ IFTRW 12W I9KA73490 FORD F150 XL REG CA 201321 (PICKUP) Main Shop 2010 763NLZ. IFTKRIAD3APA51457 FORD FI50 201322 (PICKUP) Main Shop 2011 942QJE IFTKRIAD6BPA99259 FORD RANGER 201323 (PICKUP) Main Shop 2011 943QJE IFTKRIADOBPBO1104 FORD RANGER 201324 (PICKUP) Main Shop 2013 765NLZ IFTNFICF3DKE78577 FORD RANGER 201325 (PICKUP) Main Shop 2013 939QJE IFTNFICF2DKE46978 FORD F150 REGULAR C 201326 (PICKUP) Main Shop 2013 018QPE IFTPFICT9DKF43110 FORD FI50 201327(PICKUP)MainShop 2013 016QPE IFTPFICT9DKF43107 FORD F 15 REGULAR C 201328 (PICKUP) Main Shop 2014 017QPE I FTPF I CT2DKF43109 FORD FI50 REGULAR C 201329 (PICKUP) Main Shop 2014 051QPE IFTFXIEF9EFBO2846 FORD F 15 REGULAR C 201330 (PICKUP) Main Shop 2014 019QPE I FTFXIEFOEFB02847 FORD F150 SUPER CAB 4 201331 (PICKUP) Maitr Shop 2014 041QPE IFTFXIEF2EFBO2848 FORD F150 SUPER CAB 4 201332 (PICKUP) Main Shop 2014 043QPE IFTFXIEF4EFBO2849 FORD FI50 SUPER CAB 4 201333 (PICKUP) Main Shop 2014 055QPE IFTFXIFFOEFBO2850 FORD FI 50 SUPER CAB 4 201334 (PICKUP) Main Shop 2015 893RCA 1FT7X2B68FEA19804 FORD Fl 50 SUPER CAB 4 201335 (PICKUP) Main Shop 2014 892RGA IFTFXIET5EFDO1866 FORD F250 201336 (PICKUP) Main Shop 2014 891RGA 1FTFX1ET4EFA88585 FORD F150 XLT Fl 50 SUPER CAB 4 Dossier Maintenance Software DWR 105OA- 150330 The Aliddleses CoJpoi Unit Report Custom Unit Listing Page: 2 of 6 Date: 03/30/15 at 9:56 AM Eas(em Unit Mfg. License Unit Serial Number Spec- Vehicle Spec - Vehicle Year Plate i \-Take Model 201337 (PICKUP) Main Shop 2015 890RGA IFT7X2B6XFEA61343 FORD F250 201338 (PICKUP) Main Shop 2014 DSXL52 IFTFWIEF7EKD15658 FORD F1504X44D00 201339 (PICKUP) Main Shop 2014 IFTFXICF7EFD12946 FORD F150 4X2 SUPERCA 201340 (PICKUP) Main Shop 2014 394QVR 1FTFXIEF5EFB06232 FORD F150 201341 (PICKUP) Main Shop 2014 370QVR IFTFXIEF) EKE62023 FORD F150 SUPER CAB 4 201342 (PICKUP) Main Shop 2014 395QVR IFTFXIEF4EFCO5933 FORD FI50 201343 (PICKUP) Main Shop 2014 369QVR IFTFXIETXEKF79931 FORD F150 SUPER CAB 4 201344 (PICKUP) Main Shop 2014 390QVR FORD 201345 (PICKUP) Main Shop 2014 393QVR 1 FTFXIETXEK79928 FORD F150 SUPER CAB 4 201346 (PICKUP) Main Shop 2014 IFTFXIETlEKF79929 FORD F150 XL 4X4 SUPE 201347 (PICKUP) Main Shop 2014 391QVR IFTFXIET8EKF79930 FORD F150 XL 4X4 SUPE 201348 (PICKUP) Main Shop 2014 412QVR IFTFXIEF7EKG34121 FORD FI50 F150 XL Supercab 4 201349 (PICKUP) Main Shop 2014 411QVR IFTFXIEFIEKG34115 FORD F150 XL Supercab 4 201350 (PICKUP) Main Shop 2014 410QVR IFTFXIEF3EKG34I16 FORD F150 XL Supercab 4 202034 (TRK -RACK) Main Sh 2005 856QXL IGBJC39275EI85535 CHEVROLET 3500 202035 (TRK -FLAT) Main Sho 2005 854QXL IGBJC39265E186594 CHEVROLET 3500 202036 (TRK -FLAT) Main Sho 2005 855QXL IGBJC39275EI86622 CHEVROLET 3500 202038 (TRK -RACK) Main Sh 2005 857QXL 10B1C392X5E290425 CHEVROLET 3500 202039 (TRK -RACK) Main Sh 2005 858QXL IGBJC39225E288278 CHEVROLET 3500 202040 (TRK -RACK) Main Sh 2012 654PDD 1FD8X3GT3CEB62451 FORD F350 202041 (TRK-RACK) Main Sh 2012 653PDD IFD8X3GTICEB62450 FORD F350 202 101 (TRK-BOX) Main Sho 2006 CXVC39 IGDJG3IV561905005 GMC 202102 (TRK -BOX) Main Sho 2006 DAPN06 I GDJG31 VX61904920 GMC 3500 202103 (TRK -BOX) Main Sho 2006 373QKT I GDJG3I V661904817 GMC 3500 203586 (TRK -UTIL) Main Sho 2005 E006JA 1GBJK39245E288611 CHEVROLET 3500 203587 (TRK -UTIL) Main Sho 2005 859QXL IGBJC39235E288922 CHEVROLET 3500 203590 (TRK - SERVICE) Main 2012 BMYNI4 1FD7X2A63CEB81977 FORD SD F250 4X2 SUPE 203591 (TRK - SERVICE) Main 2012 651PDD 1FDUF5GT9CEB62449 FORD F550 502502 (TRK -BOX) Main Sho 2000 N76201 I HTSCAAM5YH312127 INTERNATIONAL 4700 502503 (TRK -BOX) Main Sho 2003 N0776N IHTMMAAMI3H589310 INTERNATIONAL 4300 502504 (TRK -BOX) Main Sho 2005 NO331T I HTNINIAAM85H 101926 INTERNATIONAL 4300 502505 (TRK-6WLDUMP) Ma 2004 N0941V 2FZACGCS94AN12354 STERLING ACTERRA 502506 (TRK -BOX) Main Sho 2006 N1240U IHTNIMAAN36H305625 INTERNATIONAL 4300 503303 (Watertnick) Main Sho 1984 N8538R IWBRGCAD3EU095631 AUTOCAR DC -66 503304 (TRK-WATER) Main S 1995 N04R6V IHTSCAANISH668056 INTERNATIONAL 47004X2 503305 (TRK - WATER) Main S 1996 N2529L IHTSCAAN4TH320818 INTERNATIONAL 4700 503530(TRK- TACK)MainSh 2007 N4284U IHTWAAAN57J460348 INTERNATIONAL 7300 503531 (TRK -TACK) Main Sh 2008 N3670T 2FZAASDJ08AZO3428 STERLING L series 503532 (TRK -TACK) Main Sh 2011 N3696T I HTZZAAN2CJ655744 INTERNATIONAL 503603 (TRK -LOBE) Main Sh 2001 N4282U IM2P267C8110056060 MACK RD688S 503604 (FUEL TRUCK) Main S 2005 N0630Q IHTWDAAN65JO53174 INTERNATIONAL 7400 503700 (TRK -ATTEN) Main S 1999 DHRQ20 IHTSCABIvf6XH596560 INTERNATIONAL 4700 503702 (TRK -FLAT) Main Sho 2008 942QSY IFVACWDT58HZ09145 FREIGHTLINER M2 504011 (TRK - TRIAXLE) Main 1999 N0514V 1M2P267C3XM045282 MACK RD688S 504013 (TRK - TRIAXLE) Main 1999 N0515V IM2P267C7XM045284 MACK RD688S 504015 (TRK - TRIAXLE) Main 1999 N0523V 1M2P267C0XM045286 MACK RD688S 504019 (TRK-TRIAXLE) Main 1999 N 1362 INUP267=1`0045290 MACK RD688S 504021 (TRK-TRIAXLE) Main 1998 N0403T I.M2P267C5WM040230 MACK RD688S 504022 (TRK-TRIAXLE) Main 2004 N0516V IM2AGIIC64NI010458 MACK CV713 504023(TRK- TRIAXLE)Ivlain 2004 N0517V 1M2AGIIC24M010456 MACK CV713 504024 (TRK - TRIAXLE) Main 2004 N0519V I'vI2AGI IC44M010457 MACK CV713 504025 (TRK - TRIAXLE) Main 2004 N0522V IM2AGI IC04MO10455 MACK CV713 504027 (TRK-TRIAXLE) Main 2005 N0413T IM2AGIIC55NI035840 MACK CV713 504028 (TRK - TRIAXLE) Main 2005 N6240S IM2AG1IC75MO35841 MACK CV713 Dossier Maintenance Software DWRI05OA- 150330 The Middlesex Coiporatio/t Unit Report Custom Unit Listing Page: 3 of6 Date: 03/30/15 at 9:56 AM Eastem Mfg. License Unit Serinl Number Spec - Vehicle Spec - Vehicle Unit Vent Plate Mnlce Modcl 504029 (TRK-TRIAXLE) Main 2005 N3649T IM2AGIIC95M035842 MACK 504030 (TRK- TRIAXLE)Main 2005 N1246U IN42AGI1CO50035843 MACK CV713 504031 (TRK - TRIAXLE) Main 2005 N1295U 1N f2AG11C25M035844 MACK CV713 504032(IRK- TRIAXLE)N(ain 2007 N4279U IM2AGIIC77M063352 MACK CV713 504033 (TRK-TRIAXLE) Main 2007 N0518V IN12AGIIC97M063353 MACK CV700 504034 (TRK-TRIAXLE) Main 2007 N0401T 1 M2AGIIC07M063354 MACK CV700 5 0 4 035(TRK- TRIAXLF.)Main 2007 N9385U IM2AGIIC27NI063355 MACK CV700 504036 (TRK-TRIAXLE) Main 2007 N4281U IM2AG11C47M063356 MACK CV700 504037 (TRK-TRIAXLE) Main 2007 N0520V IM2AT13C17N1002183 MACK CV713 504039 (TRK-TRIAXLE) Main 2007 N0405T IM2AT13C37M002184 MACK CTP7138 504039 (TRK - TRIAXLE) Main 2007 N0406T IM2AT13C77M002236 MACK CTP713B 504040 (TRK - TRIAXLE) Main 2008 N 1296U I M2AT13C28M003652 MACK CTP713B 504041 (TRK-TRIAXLE) Main 2008 N 1297 IM2AT13C48M003653 MACK CTP713B 504042 (TRK-TRIAXLE) Main 2013 N3648T IM2AX13C3DMO20880 &JACK CTP713B 504043 (TRK-TRIAXLE) Main 2013 N4283U IM2AXI3C5DNIO20881 MACK GU813 504044 (TRK- TRIAXLE)Main 2013 N1224U IM2AX13C7DMO20882 MACK GU813 504045 (TRK-TRIAXLE) Main 2013 N0521V IM2AXI3C9DMO20883 MACK GU813 504046 (TRK-TRIAXLE) Main 2013 N3624T IM2AX13C0DA4020884 MACK GU813 505107 (TRK - TRACTOR) Mai 2001 4691RN I M I AA 18Y21 W 133231 MACK GU813 505108 (TRK - TRACTOR) Mai 2006 D839VC IM MACK CH613 505109 (TRK-TRACTOR) Mai 2006 N054XG IN12AG10Y26M042551 MACK CV713 506703 (TRL -TAG) Main Shop 1985 592NIFY NOVINO200014909 HOME MADE CV713 5ARB01 (ARROW) Main Shop 5FI1510195100 WANCO 5ARB -02 (ARROW) Main Sh SFI ISIO1651003594 WANCO WTSP 5BL03 (LIFTS -85) Main Shop 2002 N/A 580 -2388 WTSP 5BL04 (LIFT) Main Shop 2012 565 -22959 GENIE 5 -85 5CvIPI01 (COMPRESSOR) M 2000 N/A 30929BUBK221 GENIE 565 5CMP102 (COMPRESSOR) NI 2000 N/A 313452UFK221 INGER -RAND PIBSWJD 5CMP103 (COMPRESSOR) &I 2005 N/A 70524 INGER -RAND PI85 \VJD 5CMPI04 (COMP -185) Main S 2001 N/A SULLIVAN IND. D375Q6JD 323666UGL231 INGERSOLL -RAN P185 JD 5CMP105 (COMP -185) Main S 2001 N/A 322 64 113 FL22 I INGER -RAND 5LHT01 (LIGHT) Main Shop 2001 NIFS50Z 011272963 AMIDA PI 85 WJD 5LHT02 (LIGHT) Main Shop 2005 D568JC 5AJLS 16145B002245 MAGNUM AL4060D -41vlH 5LHT08 (LIGHT) Main Shop 2006 067582 MLT3060 5LHT09 (LIGHT) Main Shop N/A CO88837/70 MAGNUM MLT3060 5LHT10 (LIGHT) Main Shop 2006 067584 COLEMAN 5LHT12 (LIGHT TOWER) Ma 2008 856QMS 5AJLS16188B002625 MAGNUM MAGNUM MLT3060 SLHT13 (LIGHT TOWER) Ma 2010 857QMS SAJLS1614AB006175 MAGNUM MLT3060KMH 5LHT14 (LIGHT TOWER) Ma 2010 858QMS 5AJLS 1616AB006176 MAGNUM MLT3060Nf 5LHT 15 (LIGHT TOWER) Ma 2012 859QMS 5AJLS1416CB212782 MAGNUM MLT3060M 5MOR -01 (CONCRETE MIX EE752241 MLT306OK 5SCD1 -01 (CONCRETE SCRE 2003 N/A GC04- 4480803 MULTI QUIP NIC -92 5TRM -01 (Trencher) Main Sh 1999 ALLEN ENGENEE 12 HED IS4092 DITCH WITCH 1030 SWEI I (WELDERS) Main Sh N/A JK733669 MILLER 5WEL202 (WELDERS) Main S 1998 N/A KH417706 MILLER 5WTP107 (Water Pump) Main S 1999 N/A 5074635 BOBCAT 225NT 5WTP405 (PUMP-41N) Main S 45 -DL -657 WACKER PT3A AGR204 (MILLINGNIACH) M 2011 N/A THOMPSON PUM 4D DLRT• I SLD AGR205 (MILLINGMACH) M 2012 218 2027 ROADTEC RX700 AHT3536 (Articulated Dump) M ROADTEC RX- 600c-4 A40DV70211 VOLVO A40D AHT3537 (Articulated Dump) N1 2007 A40DV70184 VOLVO ATA 16 (ATT- HORANI -SM) NI N/A HB5G -4063 KENT AIR TOOL A40D KHBSG ATA511 (ATT•SKIDSTR) Ma 2000 N/A KVCP18XIO0135 JOHN DEERE CP18 ATA515 (ATT- SKIDSTR) Ma 2005 N/A TOCPI8X600127 JOHN DEERE CP18 Dossier Maintenance Sofhvare DWR 105OA- 150330 The iViddlesex Coipoa•cr(ron Unit Report Custom Unit Listing Page: 4 of6 Dace: 03/30/15 at 9:56 AM Eastem Unit Mfg. License Year Plate Unit Serial Number Spec - Vehicle N /nlce Spec - Vehicle Model ATA520 (COLD PLANER) M 1091606 ATA521 (COLD PI,ANF.R) Ma 2012 ITOCPI8CES0000024 ALITEC CPl8A ATA522 (COLD PLANER) Ma 2012 JOHN DEERE WORKSITE PRO C ATA523 (ATT- SKIDSTR) Me 2013 1TOCPISCTOOOOD30 JOHN DEERE WORKSITE PRO C ATA546 (ATT- EXC -PULV) M 2003 MA 5203 TOP DOG ATTAC Sp72 ATV500 (ATV) Main Shop 2004 MDG 300.133.5.1103 PEMBERTOM DG300 p N/A \VOO6X4X067780 JOHN DEER CR I (CRANE- RT•45T) Main S 1990 73416 CR27 (Crane) Main Shop N/A 223810 GROVE RT745 CS27 (COMP -185) Main Shop 1994 QPY67R 244339UCE328 GROVE RT-700E CS510 (COMP -185) Main Silo 2005 593MFY 004145861 INGER -RAND 185 D40 (DOZER) Main Shop SULLAIR 185DPQ D567 (DOZ- 120HP) Main Sho 2006 N/A AKN100794 CATERPILLAR D6NXL D568 (DOZ- 120HP) Main Silo 2011 RKG2613 CATERPILLAR DSG LGP IT0650JXBD205609 JOHN DF.F.RF, 6501 D569 (DOZER) Main Shop CATOD5K2CKYY01026 CATERPILLAR D570 (DOZER) Main Shop P 014 KY }'01552 D5K2 D571 (DOZER) Main Shop 2014 CATERPILLAR D5K2 LGP D572 (DOZER) Main Shop p 014 KYY01554 CATERPILLAR D5K2 LGP EX501 (EXCAVATOR) Main S 2014 KYYOI480 CATERPILLAR D5K2LGP CAT1v1322DTD2WOO495 CATERPILLAR 60322 FL502 (FORKLIFT -RT) Main S 1998 N/A 7196 FL503 (FORKLIFT) Main Silo 2010 MlI F4960106 SKYTRAK 60362 G564 (GRADER -14FT) Main S 2004 N/A DW672CH590897 NISSAN PFDSOH G565 (GRADER) Main Shop 2013 I DW772GPEDE652457 JOHN DEER 672CH GBH08 (GRADEALL4100) M 2006 0210017927 JOHN DEERE 772GP HPP02 (VIBE HAMMER) Mai 1999 GRADALL XL4100 II ITR522 (TRACTOR -StM) Main 2003 N/A LVO t I OT210931 HPSI JOHN DEERE 300 NI -08 (BRIDGE PAVER) Main B363 163 -93 110 NIRM501 (SHUTLBUGGY) Ivi 2009 9GD52508 BIDWELL B363 MTV501 (SHUTTLE BUGGY) 2008 SHUTTLE WAGO SWX525 SB2500DX990 ROADTEC SB2500D pHL 1 (LIFT) Main Shop 2000 N/A UFS1 \00.132 P529 (PA VERS- I OFT) Main S 2006 N/A 177 16 -9a. f x. P531 (PAVERS- IOFT)Main S 2007 RP195XI62 ROADTEC RP -190 P532 (PAVERS -IOFT) Main S 2008 N/A FAO00656 ROADTEC RP -195 P533 (PAVERS -8FT) Main Sh 2008 CATERPILLAR AP I OSSD P534 (PAVERS -IOFT) Main S 2011 ONZ288 CATERPILLAR AP655C PCR502 (CRUSH /CONV) Ma 2012 400 ROADTEC RBHSO3 (RT- BACKHOE) Me 2004 N/A T03IOSG922788 INERTIA FRAP FRAP 4048 RB11504 (RT- BACKHOE) Me 2014 CAT0420FHJWJ02507 JOHN DEER 310 SG RBHSO5 (RT- BACKHOE) Me 2014 CATERPILLAR 420F IT CAT0420FLJWJ02554 CATERPILLAR 420F IT RBHSO6 (RT- BACKHOE) Me 2014 CAT0420FLJ \VJO2554 CATERPILLAR 420F IT RL575 (LOADER) Main Shop 2004 N/A 66591 RL576 (LOADER) Main Shop 2004 N/A 66592 VOLVO L90E RL578 (LOADERACY) Main S 2006 N/A DW644JX605728 VOLVO L90E RL580 (LOADER -7CY) Main S 2012 W7K00819 JOHN DEERE 6441 RL581 (LOADER) Main Shop 2014 CAT0938KESWL03089 CATERPILLAR 980K RL582 (LOADER) Main Shop 2014 CAT0938KPSWL03002 CATERPILLAR CATERPILLAR 938K RL583 (LOADER) Main Shop 2014 CAT0950KTR4A02602 CATERPILLAR 938K 950K RL584 (LOADER•4CY) Main S 2014 CAT0950KKR4A02795 CATERPILLAR 950K RL60 (LOADER -4CY) Main S A45005 RS545 (RLR- PAVE3 -5T) Main 2007 901014603463 KOMATSU \VA470 -6 RSV546 (RLR- PVIO -14T) Me 2005 N/A EAA00263 HYPAC C340C RSV547 (RLR -PV IO.I4T) Me 2005 N/A EAA00304 CATERPILLAR CB534D RSV548 (RLR -PV 10 -14T) Ma 2006 N/A CATERPILLAR CB534D -XW RSV549(RLR- PVIO- 14T)Ma 2006 N/A EAA00336 CATERPILLAR CB534DXW EAA00450 CATERPILLAR CB534DXW RSV550 (RLR-PV I O-14T) Ma 2006 N/A EAA00470 CATERPILLAR CB534DXW Dossier Maintenance Software DWRI050A- 150330 The Ifiddlesex Corporation Unit Report Custom Unit Listing Page: 5 of6 Date: 03/30/15 at 9:56 AM Eastem Unit hi F9. License Year Plate Unit Serial Number Spec - Vehicle Nlalte Spec - Vehicle Model RSV551(RLR -PV 10- 14T) Ma 2007 EAA530 RSV552 (RLR - PVIO -14T) Ma 2007 CATERPILLAR CB534D RSV553 (RLR- PV10 -14T) Mn 2007 EAA482 CATERPILLAR CB534D RSV554 (HAMM VIBE) Main S 2008 EAA547 CATERPILLAR CB534D RSV555 (HAMM VIBE) Main S 2008 H1820065 HAMM HD +120V0 RSVC547 (ROLLER) Main Sh 2004 N/A H1820093 HAMM HD +120V0 RSVC549 (RLR - CONST -84) M 2004 N/A DAK00201 CATERPILLAR CS533E RSVC550 (RLR - CONST -84) M 2004 N/A DAK00178 CATERPILLAR CS533E RSVC551 (ROLLER) Main Sh 2004 N/A DAK00219 CATERPILLAR CS533E RSVC552 (ROLLER) Main Sh 2014 ASL328 CATERPILLAR CS533E RSVC553 (ROLLER) Main Sh 2014 L4HO0459 CATERPILLAR CS54B L4H00483 CATERPILLAR CS54B RSVC554 (ROLLER) Main Sh 2014 L4H00463 CATERPILLAR RT535 (RLR -PV -RT8T) Main S 2002 N/A BW l 1 RH2O1989 BOMAG CS54B RT536 (RLR -PV -RT8T) Main S 2004 N/A 9OIA22202045 BW11RH RT537(RLR- PV- RT15T) Main 2007 101538001050 HYPAC C530AH RT538 (RLR- PV- RT15T) Mnin 2007 47900 BOMAG BW24RH RW550 (ROADWIDE) Main S 1987 N/A 10006 -07 ROSCO TRU -PAC 915 SKS515 (SKIDSTEER) Main S 2005 N/A T00332EI 15067 BLAW KNOX RW 100 SKS516 (SKIDSTEER) Main S 2005 N/A PDT00241 JOHN DEERE 332 SKS517 (SKIDSTEER) Main S 2007 XT00332E141329 CATERPILLAR 262B SKS518 (SKIDSTEER) Main S 2009 T00332el76183 JOHN DEERE 332E STA503 (STABALIZER) Main 2003 N/A 901A23001528 JOHN DEERE 332E SW 2006 N/A 45730 BOMAG MPH364 -DM SW530 (SWEEPERS) Main S 2007 46926 ROSCO 4830 SW531 (SWEEPERS) Main S 2007 46592 LEEBOY SWEEP-PRO SW532 (SWEEPERS-TK) Mai 2008 N56801 1FVACXDC37HY37026 LEEBOY SWEEP -PRO SW533 (SWEEPERS -TK) Mai 2011 N8496S 1HTMMAAN9BJ434682 ELGIN BROOM B H2O42D SW534 (SWEEPER) Main Sh INTERNATIONAL 4300 SBA 4X2 76970 ROSCO 4870 SW535 (SWEEPER) Main Sh 76971 SW536 (SWEEPER) Main Sh 83711 ROSCO 4870 SWE301 (ATT- SWEEPER) M 1999 N/A SBHA001 /0500 LEEBOY CHALLENGER SWE302 (ATT - SWEEPER) M 1999 N/A SBHAO02 /0500 SWEEPSTER SWEEPSTER T100 (TRAILERS) Main Shop 2000 B550AB I WC200020YI090235 WELLS CARGO F,W 1624 T105 (TRAILERS) Main Shop 2000 C7817S 4X4TSEV27YNO14081 CONTINENTAL C 8.5 X 16 T503 (TRL -TAG) Main Shop 1995 591NIFY NOVINO200014774 EVAN T504 (TRL -TAG) , lain Shop 2004 190PQM NOVINO200433032 VAN SULL TRAILER T506 (TRL- STRTEDGE) Main 1999 5901VIFY NOVINO200014993 HOME MADE I S' ROLLING STRA T508 (TRL -TAG) Main Shop 2002 029WZE 1202T508N HOME MADE T509 (TRL -TAG) Main Shop 2003 DTTK21 53OT509MDLSXCO HOME MADE TRAILER T510 (TRL -TAG) Main Shop 2003 L159KC 16JF0162531038126 BELSHSHE WB12 T511 (TRL -TAG) Main Shop 2004 XIOKKS IE9AL122541-25492 EMERSON T512 (TRL -TAG) Main Shop 2004 X21KKS 112H8U3234LO68371 EAGER BEAVER Hombre 20XPT T513 (TRAILERS) Main Shop 1997 026WZE DT8903 T514 (TRAILERS) Main Shop 1999 027WZE DT9125 T515 (TRAILERS) Main Shop 2001 028WZE SUT0360612SHIVERS T516 (TRL -TAG) Main Shop 2005 A453QW 4YNBN18295CO28576 Anderson Manufact EQ7186T T517 (TRAILERS) Main Shop 2006 F'344QZ 4YNIUL0610GO41847 CARRY ON T523 (TRL- LOWBED) Main S 2002 C3027R 112SE25163LO59373 EAGER BEAVER 50GSL T528 (TRL- LOWBED) Main S 2005 05761 W 4SODK533851001880 TRAILBOSS DK533 T529 (TRL- LOWBED) Main S 2005 C2417W 112SE25165L068495 EAGER BEAVER 50GSL T529A (TRL-ENCL) Main Sho 2004 B551AB 4FPUB12285GO94993 PACE AMERICA J1712TA2 T530 (TRL -TACK) Main Shop 2005 354NYR I B9DS09174D309493 LEEBOY L250T T531 (TRL -TAG) Main Shop 2005 533QAP 16JF0162651041166 BELSHSHE WB12 T532 (TRL -TAG) Main Shop 2009 949QBX Ijkbst1209m010542 INTERSTATE 12BST Dossier Maintenance Software DWRI05OA- 150330 The Middlesex CapoJ•crlial Unit Report Custom Unit Listing Dossier Maintenance Software Unit Serial Number Mrg. License Unit Year Plate BITO FLATBED T540 (TRL -FLAT) Main Shop 1973 594MFY T541 (TRAILERS) Main Shop 734QCL T550 (TRAILERS) Main Shop 1974 A33LXB T560 (TRI- -FUEL) Main Shop 1978 595MFY T561 (TRL -FUEL) Main Shop 1988 A69LXB T562 (TRL -FUEL) Main Shop 1990 A63LXB T590 (TRL - BOX -45FT) Main S 1978 C7613K T591 (TRL- BOX -45FT) Main S 1981 C7612K TBH552 (EXCAVATOR) Mai 2005 N/A TBH558 (EXC- TK -21MT) Ma 2010 TBI1559 (EXC- TK -40MT) Ma 2014 TBH560 (EXCAVATOR) Mai 2014 TBH561 (EXCAVATOR) Mai 2014 TBH562 (EXCAVATOR) Mai 2014 TBH61 (EXCAVATOR) Main S 336 HYBRID WEL 1999 N/A WF N/A WEL112 (WELDER400AMP) M N/A WEL4 -01 (WELDER) Main S 2001 N/A Dossier Maintenance Software Unit Serial Number Spec - Vehicle Make Spec - Vehicle \7ndcl KHCC176 BITO FLATBED 4YMU1.,0617CG029335 CARRYON TRA 3369 OFFICE 12017126550 VADA Fuel NOVINNO200014802 HOMEMADE 250GALLON NOVINNO200014780 HOME MADE Fuel HPZ611501 FRUEHAUF FB9 -F2 -45 -SST 2R043228H030303 FRUEHAUF FSN -F2.43 -SST PF450CX091478 JOHN DEERE 450CLc IFF350DXCA0806993 JOHN DEERE JD350D CAT0336EJRZA00623 CATERPILLAR 336 HYBRID CAT0336ECRZA00681 CATERPILLAR CAT0336EEPZA00680 CATERPILLAR 336 HYBRID CAT0349ECTFU00773 CATERPILLAR 349E MWP00244 CATERPILLAR 330DL 99070958 MILLER Big 40 LINCOLN Shield Arc SAE400 JK721125 MILLER Big 40 10062 LINCOLN WPG8000 Page: 6 of 6 Date: 03/30/15 at AM Eastern DWRI05OA- 150330 -vX CORPORATION REFERENCES /EXPERI ENCE Project Name Project Description Contract Amount Owner Date of Contract Board of County Commissioners, Seminole County Purchasing & Contracts Division 1301 East Second Street Sanford, FL 32771 Cont.: H. Raysin 2012 Misc. Rds. #1 Term Contract Seminole Co., Fl Asphalt Paving $1,003,028.00 Ph: (407) 665 -7116 Fax:(407) 665 -7956 Email: hraysin @seminolecountyfl.gov 2/28!2012 City of Oviedo 400 Alexandria Blvd. Oviedo, FL 32765 Cont.: Sofia Liatsos, E.I. Engineer II Resurfacing Various Rds. 11 -12 Oviedo, FL Asphalt Paving $576,404.00 Ph: (407) 971 -5651 Fax:(408) 971 -5808 Email: sliatsos @cityofoviedo.net 2/1/2012 Orange County Board of County Commissioners 400 E. South Street, 2nd Floor Orlando, FL 32802 Asphalt Resurfacing and Superpave (2010 - Option 2) Orange Co., FL Asphalt Paving $5,328,146.00 Cont.: John Schmidt Ph: (407) 836 -5468 Fax: (407) 836 -5899 Email: John.Schmidt @OCFL.net 5/24/2012 Project Name Project Description Contract Amount Owner Date of Contract Board of County Commissioners, Seminole County Purchasing & Contracts Division 1301 East Second Street Sanford, FL 32771 Cont.: H. Raysin 2012 Misc. Rds #2 Ph: (407) 665 -7116 Seminole Co., FL Asphalt Paving $1,387,051.20 Fax:(407) 665 -7956 Email: hraysin @seminolecountyfl.gov 5/1/2012 Orange County Board of County Commissioners 400 E. South Street, 2nd Floor Orlando, FL 32802 Asphalt Resurfacing and Superpave Cont.: John Schmidt (2012 -Base Year) Asphalt Resurfacing and Ph: (407) 836 -5468 Fax: (407) 836 -5899 Orange Co., FL Superpave $4,470,296.00 Email: John.Schmidt @OCFL.net Board of County Commissioners, Seminole County 10/1/2012 Purchasing & Contracts Division 1301 East Second Street Sanford, FL 32771 Cont.: H. Raysin 2012 Misc. Roads Term Contract #3 Ph: (407) 665 -7116 Seminole Co., FL Asphalt Paving $1,483,150.00 Fax:(407) 665 -7956 Email: hraysin @seminolecountyfl.gov City of Sanford 12/1512012 Attn.: Purchase Manager 300 N. Park Avenue Road Rehabilitation Sanford, FL 32771 Sanford, FL Asphalt Paving $1,011,115.00 Cont.: Cathy Lotempio Email: cathy.lotempio @sanfordfl.gov 1/2112013 Project Name Project Description Contract Amount Owner Date of Contract City of Oviedo 400 Alexandria Blvd. Oviedo, FL 32765 Cont.: Sofia Liatsos, E.I. Bid No. 13 -02 Asphalt Resurfacing of Various City Streets Seminole Co., FL Asphalt Resurfacing $361,216.50 Engineer II Ph: (407) 971 -5651 Fax:(408) 971 -5808 Email: sliatsos @cityofoviedo.net City of Winter Springs 6/10/2013 1126 E. SR434 Winter Springs, FL 32708 Asphalt Resurfacing of Various City Streets 2013 Winter Springs, FL Asphalt Paving $328,751.80 Cont.: Brian Fields, PE Ph: (407) 327 -1800 Fax: (407) 327 -6695 Email: bfields @wintersprings.org 10/16/2013 Orange County Board of County Commissioners 400 E. South Street, 2nd Floor Orlando, FL 32802 Asphalt Milling &Resurfacing (2014 Base Year) Orange Co., FL Asphalt Milling & Resurfacing $4,597,175.00 Cont.: John Schmidt Ph: (407) 836 -5468 Fax: (407) 836 -5899 Email: John.Schmidt @OCFL.net City of Casselberry 5/1!2014 95 Triplet Lake Drive Casselberry, FL 32707 Attn.: Charles Irvin, Purchasing Administrator Roadway Rehab Area 1 -3 Casselberry, FL rehabilitate approximately 16 miles of roads $1,823,919.00 Ph: (407)- 262 -7725, ext 1142 Fax:(407)- 262 -7746 E -Mail: cirvin @casselberry.org 10/29/2013 Project Name Project Description Contract Amount Owner Date of Contract City of Casselberry 95 Triplet Lake Drive Casselberry, FL 32707 Attn.: Charles Irvin, Purchasing Administrator Road Rehabilitation Area 4-7 Ph: (407)- 262 -7725, ext 1142 Seminole Co., FL Asphalt Paving $1,535,583.15 Fax:(407)- 262 -7746 E -Mail: cirvin @casselberry.org Board of County Commissioners, Seminole County 7/15/2014 Purchasing & Contracts Division 1301 East Second Street Sanford, FL 32771 Cont.: H. Raysin Sabal Point Ph: (407) 665 -7116 Seminole County, FL Milling & Resurfacing $460,000.00 Fax:(407) 665 -7956 Email: enichols @seminclecountyfl.gov Board of County Commissioners, Seminole County 9/14/2014 Purchasing & Contracts Division 1301 East Second Street Sanford, FL 32771 Cont.: H. Raysin Bear Lake Are Paving Milling & Resurfacing of the Bear Ph: (407) 665 -7116 Fax:(407) 665 -7956 Seminole County, FL Lake Area in Seminole Co. $840,000.00 Email: enichols @seminolecountyfl.gov City of Winter Springs 9/24/2014 1126 E. SR434 Winter Springs, FL 32708 Asphalt Resurfacing of Various City Streets Cont.: Brian Fields, PE 2014 Ph: (407) 327 -1800 Seminole County, FL Asphalt Paving $432,373.00 Fax:(407) 327 -6695 Email: bfields @wintersprings.org 9/24/2014 M ayor S. Scott Vandergrift City Manager Robert Frank March 26, 2015 IkkV 4�/ O C O 0 florlda ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Feller, District 4 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2015. This addendum consists of hvo 2 pa es: Bidders shall acluiowledge receipt of Addendum No. One (1) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification, The-bid (late remains the same. Answers to questions received and /or amendments to the bid documents areas follows Q1. On Page 25 of the specifications, the description of work for Bay St. /W. Ohio St. /Floral St., paragraph 4.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A1, The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". Q2. On Page 25 of the specifications, the description of work for Bluford Avenue, paragraph 5.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be I". Which is correct? A2. The Bid Form and drawings state l "thickness of Asphalt. Contractors to bid on 1 ", Q3. On Page 26 of the specifications, the description of work for Ocoee Lakeshore Center Parking Areas, paragraph 6.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A3. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". Q4. On Page 27 of the specifications, the description of work for Lake Olympia Club Subdivision, paragraph 7.02 states that the nominal thicloiess of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A4. The Bid Form and drawings state I" thickness of Asphalt. Contractors to bid on 1 ". City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 ■ fax: (407) 905 -3194 •.www.ocoee,org Q5, On Page 27 of the specifications, the description of work for Ocoee Hills Road and Ridgefield Avenue, paragraph 8.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 Which is correct? A5. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". Poyc rt , CPPB Purchasing Agent cc; Steve Krug, Public Works Director Richard Campanale, P.E., Public Works Operations Manager Addendum 1 — B15 -05 Asphalt Paving Projects FY15 Page 2 EXHIBIT B BID FORM (Page 1 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # CG C061926 CUCO57453 B15 -05 Asphalt Paving Projects FY 2015 35 EXHIBIT B BID FORM (Page 2 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # CGC061926 CUCO5745'A MEADOWS SUBDIVISION LITTLE ASPEN CT. / NEW MEADOWS CT. / FORT COLLINS CT. / MEADOWS SWEET CT. 3.00 Millin / Resurfacing / Pavement Markings 3.01 4,848 SY 1" Milling (Max.) 3.02 4,848 SY 1" Resurface Type SP -9.5 A halt Pavin Temporary Striping and Thermoplastic Final 3.03 1 LS Strininc B 15 -05 Asphalt Paving Projects FY 2015 $ 1.00 $ 4,848.00 $ 5.15 $ 24,967.20 $ 1,500.00 $ 1,500.00 Sub -Total = $ 31,31520 36 EXHIBIT B BID FORM (Page 3 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # CGC061926 CUCO57453 B 15 -05 Asphalt Paving Projects FY 2015 37 EXHIBIT B BID FORM (Page 4 of 7) BIS -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # CGC061926 CUCO57453 Number `'; uantx . ', :,Un><t xtemi esc "rx hon 4 ` TTni riice : .Extension BLUFORD AVENUE — (COLUMBUS ST. TO MAINE ST.) 5.00 Millin / Resurfacing Pavement Markings 5.01 9,265 SY 1" Milling $ 1.00 $ 9,265.00 5.02 9,265 SY 1" Type SP -9.5 Asphalt Paving $ 5.15 $ 47,714.75 5.03 1 LS Temporary Striping and Thermoplastic Final Striping $ 15,000.00 $ 15,000.00 Sub - Total = $ 71,979.75 B15 -05 Asphalt Paving Projects FY 2015 38 EXHIBIT B BID FORM (Page 5 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # _ CGC061926 CUCO57453 B 15 -05 Asphalt Paving Projects FY 2015 39 EXHIBIT B BID FORM (Page 6 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex Corporation FL CONTRACTOR LICENSE # CGC061926 CUCO57453 B 15 -05 Asphalt Paving Projects FY 2015 40 EXHIBIT B BID FORM (Page 7 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY The Middlesex C orporation FL CONTRACTOR LICENSE # CGC061926 CUCO57453 TOTAL BASE BID = $ 426,526.15 - Four Hundred Twenty Six Thousand Five Hundred Twenty Six Dollars and Fifteen Cents B 15 -05 Asphalt Paving Projects FY 2015 41 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, The Middlesex Corporation , as Principal, and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ Five Per cent (5%) of the Contract Bid (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 27th day of March , 2015, 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 B15 -05 Asphalt Paving Proiects for FY 2015 (Project). NOW THEREFORE I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. B 13 -06 Asphalt Paving Projects 42 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof), 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 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. 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. 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 B 15 -05 Asphalt Paving Projects FY 2015 43 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 1 I. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or !x2e below their signature, If Bidder is SOLE PROPRIETORSHIP, com lete this signature block. (Indivi 's Signature) (1) (With (Individual's Signature) (2) (Witness) doing business as (SEAL) (Bus' ss Address) License No B 15 -05 Asphalt Paving Projects FY 2015 44 If Bidder is PARTNERSHIP, complete this signature block. (Par - ship Name) (1) (Witne (General Partner's Signature) (2) (Witness) (General Partner's Name) (SEAL) (Bu ' ess Address) (Telephone No.) (Florida License No,) B 15 -05 Asphalt Paving Projects FY 2015 45 Bidder r is CORPORATION, coin lete this signature block. r If The Middlesex Corporation ( (Witness (Corporati on Name) Massachusetts (2) / UJ (Witness) (State of Incorporation) By: David Socci (Name of Person Authorized to Sign - See Note 1) (SEAL) Senior Vice President Estimating ('Title) (A on d Signature) l Robert W. Pereira, II (Corporation President) One Spectacle Pond Road Littleton MA 01460 (Business Address) 978- 742 -4400 CGC061926 CUCO57453 (Telephone No.) (Florida License No.) B 15 -05 Asphalt Paving Projects FY 2015 46 SURETY Witness: (If agency is not a Corporation) Travelers Casualty and Surety Company of America (Surety Business Name) (1) One Tower Square, Hartford, CT 06183 (PrincipaUU,e -o ' Business) (2) By: (Surety Agent's Signatul"ee Note 2) (Witness) (Witness) cy is a Corporation) (Corporate Secretary Signature) Jane Gilson (Corporate Secretary Name) (Corporate Seal) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Suety 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. B 15 -05 Asphalt Paving Projects FY 2015 47 Attest: Bryan Hufl (Surety Agent's Name) ` Attorney -In -Fact (Surety Agent's Title) Aon Risk Services Northeast, Inc. (Business Name of Local Agent for Surety) O F St., Boston, MA 02110 (Business Address) (617) 482 -3100 n/a ( Telephone No, Bond No.) cy is a Corporation) (Corporate Secretary Signature) Jane Gilson (Corporate Secretary Name) (Corporate Seal) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Suety 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. B 15 -05 Asphalt Paving Projects FY 2015 47 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Massachusetts COUNTY OR CITY OF Suffolk Before me, a Notary Public, personally came Brya Huff known to me, and known to be the Attorney -in -Fact of Travelers Casualty and Surety company of America a CT Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Travelers Casualty and Surety Company o (America were affixed by order and authority of said Company's Board of Directors, (Surety Company) Travelers Casualty and Surety and that the execution of the attached bond is the free act and deed of Company ofAmenca (Surety Company) Given under my hand and seal this 27th day of March 20 15 , Marla Chaves (Notary Public) My Commission Expires May 9, 20 19 MARIA CHAVES END OF SECTION JL\ Notary Public v Commonwealth of Massachusetts My Commission Expires May 9, 2019 B15 -05 Asphalt Paving Projects FY 2015 48 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc, Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 226836 Certificate No. 0 0 6 10 8 483 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Mark 1'. Herendeen, Kevin A. White, Jean Correia, Maria Chaves, Theresan E. Rowedder, Jane Gilson, and Bryan Huft of the City of Boston State of M , their true and lawful Attorney(s)-iii-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of Septem 2014 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 29th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 0 V � y �jS ,. � PO:.........,y �P Aq .1� �u� ( F, . State of Connecticut City of Hanford ss. By: Robert L. Riney, enior Vice President On this the 29th day f September 2014 Y ,before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian htsurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �,TET� In Witness Whereof, I hereunto set my hand and official seal. TAR My Commission expires the 30th day of June, 2016. p�L Marie C. Tetreault, Notary Public 58440 -8 -12 Printed in U.S.A. F s [ CORPORATION At a meeting of the Board of Directors of THE MIDDLESEX CORPORATION held on December 26, 2014, at which all the Directors were present or waived notice, it was VOTED, that Robert W. Pereira, Chairman & CEO; Robert W. Pereira II, President & COO; Alfred S. Aponas, President Southeast; Peter J. Martinkus, Senior Vice President Finance /Treasurer & Secretary; David K. Skerrett, Senior Vice President Construction; David Socci, Senior Vice President Estimating & Assistant Secretary; and John P. Cavatorta, Vice President Construction Operations be and they hereby are authorized to execute bids, contracts, bonds, and owners' payment requisitions in the name and on behalf of said Corporation, and affix its Corporate Seal thereto; and such execution of any contract or obligation in the Corporation's name on its behalf by such Chairman, President, Vice President, and Secretary under seal of the Corporation, shall be valid and binding upon this Corporation. A true copy r- --) ATTEST: t /1 "��/� Peter J. Martinkus Secretary Place of Business: One Spectacle Pond Road Littleton, MA 01460 Date: Z 2 � 'V I hereby certify that I am the Secretary of THE MIDDLESEX CORPORATION, that Robert W. Pereira is the duly elected Chairman & CEO, Robert W. Pereira II is the duly elected President & COO, Alfred S. Aponas is the duly elected President Southeast, Peter J. Martinkus is the duly elected Senior Vice President Finance /Treasurer & Secretary, David K. Skerrett is the duly elected Senior Vice President Construction, David Socci is the duly elected Senior Vice President Estimating & Assistant Secretary, and John P. Cavatorta is the duly elected Vice President Construction Operations of said Corporation, and that the above vote has not been amended or rescinded and remains in full force and effect as of this date. Peter J. Martinkus Secretary One Spectacle Pond Road, Littleton, MA 01460 • Tel: 978 - 742 -4400 • Fax: 978 - 742 -4434 COMMITTED TO SAFETY AND QUALITY �. CORPORATION Officers and Board Members of The Middlesex Corporation Corporate Office: One Spectacle Pond Road Littleton, MA 01460 Name Title Office Robert W. Pereira Chairman & CEO One Spectacle Pond Road, Littleton, MA 01460 Robert W. Pereira II President & COO One Spectacle Pond Road, Littleton, MA 01460 Alfred S. A onas President Southeast 10801 Cosmonaut Boulevard, Orlando, FL 32824 Peter J. Martinkus Senior V.P. Finance /Treasurer & Secretary One Spectacle Pond Road, Littleton, MA 01460 David K. Skerrett Senior V.P. Construction One Spectacle Pond Road, Littleton, MA 01460 David Socci - Senior V.P. Estimating & Assistant Secretar One Spectacle Pond Road, Littleton, MA 01460 John P. Cavatorta V.P. Construction Operations One Spectacle Pond Road, Littleton, MA 01460 Attachment A The Middlesex Corporation Prequalification Certificates, Licenses and Affirmative Action Plan State of Florida Department of State I certify from the records of this office that THE MIDDLESEX CORPORATION is a Massachusetts corporation authorized to transact business in the State of Florida, qualified on February 12, 1991. The document number of this corporation is P32795. I further certify that said corporation has paid all fees due this office through December 31, 2015, that its most recent annual report /uniform business report was filed on February 11, 2015, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth (lay of April, 2015 Secretary of State Tracking Number: CU1512027414 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.orgl Filings/ CertificateOfStatus ICertificateAuthentication �%�LP� �O�Ylf12LT/ZCU-ea�� Jeatel Y&6s�, Oodtorzl Af- avecm � 02/33 X9 4 e� William Francis Galvin Secretary of the Commonwealth Date: February 20, 2015 To Whom It May Concern: I hereby certify that according to the records of this office, THE MIDDLESEX CORPORATION is a domestic corporation organized on January 23, 1974 , under the General Laws of the Commonwealth of Massachusetts. I further certify that there are no proceedings presently pend- ing under the Massachusetts General Laws Chapter 156D section 14.21 for said corporation's dissolution; that articles of dissolution have not been filed by said corporation; that, said cor- poration has filed all annual reports, and paid all fees with respect to such reports, and so far as appears of record said corporation has legal existence and is in good standing with this office. SA SIG s y. ...,,��.� In testimony of which, I have hereunto affixed the Great Seal of the Commonwealth on the date first above written. Certificate Number: 15021829040 Secretary of the Commonwealth Verify this Certificate at: http: / /corp. sec. state. ma. us/ CoipWeb /Certificates/Verify.aspx Processed by: smc of STATE OF FLORIDA '' v } DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ti- ,� CONSTRUCTION INDUSTRY LICENSING BOARD MEESQ' 1940 NORTH MONROE STREET TALLAHASSEE FL 32399 -0783 PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION ONE SPECTACLE POND RD LITTLETON MA 01460 Congratulations With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfforidalicanse.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER 1. I ne L7 CIV r-NAL UUIV I KAU I UK Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION ONE SPECTACLE POND RD LITTLETON MA 01460 (850) 487 -1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND n PROFESSIONAL REGULATION C G C 061926 ISSUED: 06/04/2014 CERTIFIED GENERAL CONTRACTOR PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION IS CERTIFIED under the provisions of Ch.489 FS. Expiration date : AUG 31, 2016 1-1406040001712 ISSUED: 06/04/2014 DISPLAY AS REQUIRED BY LAW SEQ # L1406040001712 oFZ STATE OF FLORIDA W. OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 0 1940 NORTH MONROE STREET TALLAHASSEE FL 32399 -0783 PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION ONE SPECTACLE POND RD LITTLETON MA 01460 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new licensel DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER I ne UNULKGKUUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION ONE SPECTACLE POND RD LITTLETON MA 01460 (850) 487 -1395 s �4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND ^ PROFESSIONAL REGULATION C UCO57453 ISSUED: 06/04/2014 CERT UNDERGROUND & EXCAV CNTR PEREIRA, ROBERT WILLIAM II (THE) MIDDLESEX CORPORATION IS CERTIFIED under the provisions of Ch.489 FS. Expiration date : AUG 31, 2016 040G040001795 K �5 ,t� Ej 3W I n,c'ni Av Ao OCni no=n ov i AtnI ornu 1 4AnenAnnn4 vna va.vaa ��a� �tav�N� �� a� vv��ca.w� a_va.a� vuai� �c�� f a� r�ca,c�t✓a v� ai �aJ. c vvu� �a�t� �v� �L+a This local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other lawful authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1. 1811 PAVING TOTAL TAX $50.00 PREVIOUSLY PAID $50.00 TOTAL DUE $0.00 PEREIRA ROBERT W CEO MIDDLESEX CORP THE ATTN OFFICE MANAGER 10801 COSMONAUT BLVD ORLANDO FL 32824 -7627 10801 COSMONAUT BV U - ORLANDO, 32824 1811- 0573234 PAID: $50.00 0099 - 00630241 7/21/2014 Scott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida This local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other lawful authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1. 2014 EXPIRES 9/30/2015 1811 - 0573234 1811 PAVING $50.00 30 EMPL - ; ,~ TOTAL TAX $50.00 PREVIOUSLY PAID $50.00 TOTAL DUE $0.00 10801 COSMONAUT BV U - ORLANDO, 32824 2014 EXPIRES 9/30/2015 $50.00 30 EMPLOYEE 1 ✓ T ,{ 4,w 1 d ; =PE ftIRA ROBERT W CEO q � CORP THE aATTN OFFICE MANAGER - "� j 10801 COSMONAUT BLVD ORLANDO FL 32824 -7627 PAID: $50.00 0099- 00630241 7/21/2014 I DRUG AND ALCOHOL FREE WORKPLACE POLICY POLICY The Middlesex Corporation performs in a highly competitive, safety sensitive industry. To ensure that this service is delivered safely, efficiently and effectively, each company employee has the responsibility to perform his/her duties in a safe, conscientious and courteous manner. This policy establishes guidelines to maintain a drug and alcohol -free workplace and to reduce the probability of accidents or incidents related to the use and /or abuse of alcohol and other drugs by employees. This policy outlines the principles as a means to achieve the company's goal of providing a workplace free from the effects of drug and alcohol use and/or abuse for its employees. All employees are required to refrain from using drugs and alcohol as described below in the fitness for duty section. REQUIRED TESTING You are advised that the company will conduct the following types of drug tests for those drugs identified by brand names, or common names, as well as chemical names in Exhibit "A" attached to this policy: 0 Job Applicant Testing (Pre- Placement). Job applicants will be tested for the presence of drugs. • Return from Extended Leave Testing Employees who return to work from leaves in excess of 30 days, regardless of reason for such leave, shall be required to successfully complete a Pre - Placement Test before being permitted to return to work. 0 Reasonable Suspicion Testing (Reasonable Cause). If there is a reasonable suspicion that any employee is using, or has used, drugs in violation of company's policy, drug testing will be required. Testing under this provision may be conducted if- - You are observed using drugs; - Exhibit symptoms or manifestations of being under the influence of drugs; - Exhibit abnormal conduct or erratic behavior while at work; Drug Free Workplace Page #I Revised: 2/3/10 - There has been a significant deterioration in your work performance; - You have been reported using drugs by a reliable and credible source, which has been independently corroborated; - You tamper with any drug test during your employment with the company; - You cause or contribute to an accident while at work; - Where there is evidence that you used, possessed, sold, solicited, or transferred drugs while working for the company or while on our premises while operating our vehicles, machinery or equipment. • Fitness For Duty The company has determined that an employee is fit for duty when he /she is unequivocally able to perform his /her duties, including when he /she is ready for work or working without the presence of any alcohol or the presence of any specified drugs or their metabolites as prescribed by this Drug -Free Workplace Policy. All employees are prohibited from consuming alcohol eight (8) hours prior to performing a work function and during the entire work shift. • Routine Fitness For Duty Testing Drug Testing shall be a part of a routinely scheduled employee fitness -for -duty medical examination. This examination may be held routinely for all persons employed with this company or by employment classification or group. a Periodic Announced Testing Periodic announced testing occurs when employees are given advance notice of the date and time that testing will take place. A 24 -hour notice will be given to all employees. This testing may be required of all persons employed by this company, or by employment or classification or group. • Follow -up Testing If during your employment with this company, you enter into an employee assistance program for drug - related problems, or an alcohol or drug rehabilitation program, you will be required to submit to drug testing as a follow -up to such a program. This testing will be performed on a quarterly, semiannual or annual basis for up to two (2) years thereafter. • Specific Requirements - Drug Free Workplace Act of 1988 An employee directly engaged in the performance of work done in connection with a Drug Free Workplace Page #2 Revised; 2/3/10 specific grant as identified by the Drug -Free Workplace Act of 1988 will be required to sign a statement that he /she has read and understands the terms of this policy. Specifically: - The employee will be required to submit to pre - placement testing for substance abuse. - The company may require the employee to be tested for substance abuse in the event the company has a reasonable basis to believe the employee may be involved in substance abuse. - The employee will be subject to random testing if engaged in a safety sensitive position such as operation of equipment, driving over the road, and /or use of any tools or company vehicles. - Any employee refusing to be tested for substance and /or alcohol abuse in accordance with the above terms shall be immediately removed from the safety sensitive position. - Employees who refuse to be tested or test positive in a field administered test with a positive confirmation test, will be subject to one of the following actions as determined by the company: - Termination of employment; or - Disciplinary probation requiring satisfactory participation in a substance abuse rehabilitation program approved by the company's Safety Officer. - Upon cornpletion of participation in a substance abuse rehabilitation program and a negative test result for controlled substances, the employee may be given an opportunity for reinstatement. Reinstatement will be considered on a case -by -case basis. • The employee will be required to notify The Middlesex Corporation Safety Director immediately of any criminal drug statute conviction for a violation while working for the company. • Upon receipt of above notification, the company will take one of the following actions within thirty (30) days: - Appropriate disciplinary action up to and including termination; - The requirement that such employee satisfactorily participate in an approved substance abuse rehabilitation program. Drug Free Workplace Page #3 Revised: 2/3/10 PROJECT AND FACILITY INSPECTIONS All project sites, fixed facilities, Company vehicles and personal vehicles used for Company business may be subject to inspection by TM Safety Department staff at any time as part of a TM Loss Control /Safety Inspection. If during the course of such inspections illegal drugs and /or alcohol the following procedures shall be followed: 1. Illegal drugs and /or paraphernalia or items that resemble illegal drugs shall be confiscated immediately, The materials will be placed into a plastic bag and sealed in the presence of the ranking management employee available at the place of confiscation. If the source and /or custodian of the materials are known and a TMC employee, arrangements will be made immediately for a drug test according to the Reasonable Suspicion Testing requirements of this program. 2. The local police department will be contacted and advised that the materials were found and that an officer is requested to visit the location and take custody of the materials. Upon arrival of the police officer the sealed bag will be handed over to the officer. In the event that the local police department wishes to open an investigation it is TMC's policy to cooperate fully in such investigations. 3. If alcohol is found during the course of an inspection its disposition will be as follows: • Opened containers of known or unknown or known origin will be confiscated and the contents immediately disposed of by the Safety Officer conducting the inspection, • Unopened containers of unknown origin will be confiscated and disposed of immediately by the Safety Officer conducting the inspection. • Unopened containers of known origin will be confiscated until the end of the work day at which time they will be returned to the individual to whom they belong. The individual will be instructed to remove the material from Company premises and advised that it is not to be brought back to the place of business. The custodian of the material will be subject to Breath Alcohol Testing according to the Reasonable Suspicion Testing requirements of this program. D.O.T. REQUIREMENTS Specific Requirements: D.O.T./F.H.A. Regulations 49 CFR, Parts 382 et al. Specific requirements for all substance abuse testing of eligible drivers who operate commercial motor vehicles that require C.D.L. license include: • Pre- Employment • Post Accident • Post Rehabilitation • Reasonable Cause Drug Free Workplace Page #4 Revised: 2/3/10 • Random • Return To Duty Drivers who are determined to have a positive test result at any time are considered to be medically unqualified to drive and will be removed from service. The individual will be provided with information materials where the individual can receive help and /or rehabilitation, Employees, who have been released from employment either permanently or on probationary leave, must achieve a negative test result before being given the opportunity for reinstatement. Implementation of alcohol and controlled substance testing is effective as of 1/1/95. Drivers who are known to have engaged in prohibited behavior, with regard to alcohol misuses or use of controlled substances, are subject to the following consequences: - Drivers shall not be permitted to perform safety - related functions (i.e. driving company vehicles, etc.) - Drivers shall be advised, by the company, of the resources available to them in evaluating and resolving problems associated with the misuse of alcohol or use of controlled substances. - Drivers shall be evaluated by a substance abuse professional (SAP), who shall determine what assistance, if any, the employee needs in resolving problems associated with alcohol misuse and controlled substances use. - Before a driver returns to duty requiring performance of a safety- related function, he /she shall undergo a return-to -duty alcohol test with a result indicating a breath alcohol level of less than 0.02 and/or a controlled substance test with a verified negative result. In addition, each driver identified as needing assistance in resolving problems associated with alcohol or controlled substances shall be evaluated by a SAP to determine that the driver has followed the rehabilitation program prescribed. - The driver shall also be subject to unannounced follow -up alcohol and controlled substance testing. The number and frequency of such follow -up testing shall be as directed by the SAP, and consist of at least six (6) tests in the first twelve (12) months. - Following completion of rehabilitation programs, reinstatement will be considered on a case -by -case basis. Drug Free Workplace Page #5 Revised: 2/3/10 • Refusal to submit to testing. Refusal to submit to an alcohol /drug test may be the basis for refusal to hire. If already hired, such refusal will preclude further employment with The Middlesex Companies. EMPLOYEE ASSISTANCE, ALCOHOL AND DRUG REHABILITATION PROGRAMS You are advised that, within this community, there are employee assistance programs and alcohol and drug rehabilitation programs. The names, addresses, and telephone numbers of these agencies are as follows: National The National Clearinghouse for Alcohol and Drug Information ( NCADI) is a toll free service funded by the federal government. NCADI's information specialists will help you find information on all aspects of substance abuse from videos and prevention materials, to specific program descriptions, resources in your state, and the latest research results. Many publications and educational materials are available free from NCADI (1 -800- 729 - 6686). Local - Massachusetts National Institute on Drug Abuse Help Line (800) 662 -4357 Alcohol & Drug Information and Referral Hotline (800) 454 -8966 Alcohol Abuse Hotline (800) ALCOHOL Alcoholics Anonymous (617) 426 -9444 Massachusetts Drug & Alcohol Hotline (800) 327 -5050 Governor's Alliance Against Drugs (6l7) 727 -0786 Local — Florida Alcoholics Anonymous (407) 521 -0012 Drug Free Workplace Page #6 Revised: 2/3/10 National Institute on Drug Abuse Help Line (800) 662 -4357 Drug Abuse & Addiction Information & Treatment Orange and Seminole Counties (407) 740 -6500 Osceola County (407) 870 -2900 Florida Hospital Center for Behavioral Health (407) 303 -8533 State of Florida Alcohol /Drug Abuse & Mental Health Services (407) 245 -0420 EDUCATION The company will provide an education and training program for all employees and management /supervisory personnel. Employees and managers /supervisors will be required to attend a drug -free workplace awareness seminar that discusses the effects and consequences of substance abuse on personal health, safety, and the work environment, as well as the penalties that may be imposed for substance abuse violations. Employees may be referred for counseling to deal with the manifestations and behavioral causes that may indicate a substance abuse problem. Counseling and rehabilitation through employee assistance programs are available through a referral. POSITIVE (NON- NEGATIVE) TEST RESULTS The following procedures shall apply to any prospective /current employee whose drug test indicates a positive, non - negative test result (Note: These procedures apply only to Instant Technologies iCup Tests administered by employees of The Middlesex Corporation. The same procedures will be followed for tests administered by medical facilities with the exception of numbers 2 and 3 as the individual medical facilities will use their own laboratories and MRO.) 1. The sample container will be sealed and signed by the employee in the presence of the individual performing the test. 2. The sample will be placed in the provided shipping container and shipped to Northwest Drug Testing for confirmatory testing. 3. The sample results will be reviewed by the Medical Review Officer and reported to The Middlesex Corporation Safety Director and the employee. Drug Free Workplace Page #7 Revised: 2/3/10 4. During the time that the confirmatory testing is being performed, the employee will be removed from the workplace and will not be paid for the time off. 5. If the confirmatory testing yields a negative result, the employee will be returned to duty with back pay for the time off. CONTESTING DRUG TESTING RESULTS If you receive a positive confirmed drug test result, you have the right to legally or administratively contest the result or explain the result to the Safety Director in charge of the employees' drug test program for the company: This must be done within four (4) working days (72 hours) after you are given notification of a positive confirmed drug test result. You have the right to consult the testing laboratory for technical information regarding prescription and non - prescription medication or in regard to other information you desire regarding your test. You shall have the right to a copy of the drug test results upon request, and to have a portion of any sample or specimen retested, at your expense, at another laboratory licensed and approved by the Department of Health and Rehabilitative Services, chosen by you. This testing must be performed within four (4) days (72 hours) after written confirmation of a positive test result. The second laboratory must test, at equal or greater sensitivity, for the drug in question as the first laboratory. The first laboratory shall be responsible for the transfer of the portion of the specimen to be retested, and the integrity of the chain of custody during such transfer. CONFIDENTIALLY You are advised that all information, interviews, reports, statements, memoranda and drug test results, written or otherwise received by the employer through these drug testing programs, are confidential communications and may not be used or received in evidence, obtained in discovery, or disclosed in any public or private proceedings, except in accordance with Section 440.102, Florida statutes, or in determining the compensability of workers' compensation claims. The Middlesex Corporation, any laboratory, employee assistance program, drug and alcohol rehabilitation programs or their agents who receive or have access to information concerning drug test results shall keep all information concerning drug test results confidential. Release of such information under any other circumstance shall be solely pursuant to a written consent form signed voluntarily by the employee, unless such release is compelled by a hearing officer or a court of competent jurisdiction pursuant to an appeal or unless deemed appropriate by a professional or occupational licensing board in a related disciplinary proceeding. Information on drug test results shall not be released or used in any criminal proceedings against you as an employee or applicant for employment. Information released contrary to Drug Free Workplace Page #8 Revised; 2/3/10 this section shall be inadmissible as evidence in any criminal proceeding. However, The Middlesex Corporation, an agent of The Middlesex Corporation, or the laboratory conducting a drug test shall not be prohibited from releasing any such information when consulting with legal counsel in actions brought under or related to Section 440.102, Florida statutes, or when such information is relevant to its defense in a civil or administrative matter. The company is committed to the safety and well being of both its employees and the community. This policy is subscribed to and enforced by all levels of management and supervisory personnel. Drug Free Workplace Page #9 Revised: 2/3/10 ATTACHMENT "A" DRUGS WHICH WE WILL TEST FOR Chemical Name Common Street Name Brand Name Alcohol Various Booze, Grog, Hootch None Amphetamines Biphetamine, Desoxyn, Dexedrene? "A "'s, Bipletomine, Desoxyn "Mollies ", "Whites ", "Speed ", "Hearts" Methaphnetamines Cannabinoids/ "Weed ", "Pot ", "Grass ", "Dope" None Marihuana (green leafy) Cocaine "Coke ", "Snow ", "Snow Candy ", "White Lady ", None In rock form "Crack" Opiates Heroine, Codeine, Percocet, Percodan, Morphine, Tylenol with Codeine Morphine, Demerol Drug Free Workplace Page #10 Revised: 2 /3/10 ATTACHMENT "B" REPORTING OF PRESCRIPTION OR NON - PRESCRIPTION MEDICATIONS Employees and job applicants have the right to report to the employer the use of prescription or non - prescription medications both before and after being tested. Certain drugs may alter or affect a drug test. Such reports shall be made to the Safety Director. A list of such medications by brand name or common name, as well as by chemical name, where applicable, as developed by the Department of Health and Rehabilitation Services is attached. In the space provided below, please list all medications that you have taken which in your opinion might or will alter or affect a drug test. Your statements, written or otherwise, in regard to information provided pursuant to this paragraph, shall be held strictly confidential, unless you specifically authorize the release of this information. Drug Free Workplace Page #11 Revised: 2/3/10 ATTACHMENT "C" OVER THE COUNTER AND PRESCRIPTION DRUGS WHICH COULD ALTER OR AFFECT THE OUTCOME OF A DRUG TEST ALCOHOL All liquid medications containing ethyl alcohol (ethanol). Please read the label for alcohol content. As an example, Vicks Nyquil is 25% (50 proof) ethyl alcohol; Comtrex is 20% (40 proof); Contac Severe Cold Formula Night Strength is 25% (50 proof) and Listerine is 26.9% (54 proof). AMPHETAMINES Obetrol, Biphetamine, Desosyn, Dexedrine, Didrex BARBITUATES Phenobarbital, Tuinal, Amytal, Nembutal, Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebaral, Butabarbital, Butabital, Phrenilin, Triad, etc, BENZODIAZEPINES Atavan, Azene, Clonopin, Salmane, Diazepam, Librium, Xanax , Serax, Tranzene, Valium, Verstram, Halcion, Paxipam, Restoril, Centrex CANNABINOIDS Marinol (Dronabinol, THC) COCAINE Cocaine HCI topical solution (Roxanne) METHAOULONE Not legal by prescription OPIATES Paregoric, Parepectolin, Donnagel PG, Morphine, Tylenol with Codeine, Empirin with Codeine, Robitussin AC, Giatuss AC, Novahistine DH, Novahistine Expectorant, Diluadid (Hydromorphene), M -S Contin and Roxanol (morphene sulfate), Percodan, Cicodin, etc. PHENCYCLIDINE Not legal by prescription PROPDXYPHYENE Darvocet, Darvon N, Dolene, etc. Drug Free Workplace Page #12 Revised: 2/3/10 EMPLOYEE ACKNOWLEDGMENT FORM By the signing of this statement, I understand The Middlesex Corporations' Drug Testing Program and consent to its terms. I understand that the use, possession, sale, being under the influence of or distribution of alcohol, drugs, or controlled substances in the workplace is strictly prohibited. I also understand that the presence of such substances in my system during work hours places unacceptable risks and burdens on the safe and efficient operation of this site and consequently is strictly forbidden. I firrther acknowledge that the company has presented its Drug Free Awareness Education Program concerning the dangers of drug abuse in the workplace. I further understand that the program has been publicly posted in an appropriate and conspicuous place on the employer's premises and company's Human Resources office or other designated place during regular business hours. By the signing of this agreement, I herewith acknowledge that I have read this form and fully understand my rights, duties and obligations under this Drug Free Workplace Program. I further understand that the company can discipline me for violation of rules relating to being under the influence of or any possession, use, sale or solicitation of drugs, including conviction for drug related offenses and can terminate my employment or deny employment for such conduct. IN WITNESS WHEREOF, I have hereunto set my hand and seal on this day of 20— Witness Applicant for Employment or Employee This is to certify that I have explained this form and the employer's Drug Free Workplace Program to the above listed employee or applicant for employment. He /She has acknowledged to me that he /she has read this form and understands its contents. If he /she cannot read, he /she has advised me of this fact and I have personally read this form to hirn/her. In addition, I have verbally explained the contents of this form and all aspects of the employer's Drug Free Workplace. Print Name Signature Drug Free Workplace Page #13 Revised: 2/3/10 CONSENT FOR DRUG /ALCOHOL SCREENING I , willingly agree to submit my blood and /or urine and /or (Name of patient) Breath for a screening test to determine the presence of drugs and /or alcohol. By signature below, I authorize the release of these drug/alcohol- screening results to (Name of Company) and Health Resources designated laboratory. (Signature) (Date) (Witness) The only prescription or non - prescription drugs that I have taken during the past 30 days are as follows: FOR D.O.T. TESTING, PLEASE CHECK WHICH AGENCY APPLIES: • Federal Highway Administration (FHWA): Is a C.D.L, license required for your job? Yes Y • Federal Railroad Administration (FRA): Engine Service Y Dispatch/Operator Y Train Service Y Signal Service • Research & Special Project Administration (RSPA) Pipeline Y • Federal Aviation Administration (FAA) Y • Federal Transit Administration (FTA) Y • U.S. Coast Guard (USCG) Y Y No Y Y Drug Free Workplace Page #14 Revised: 2/3/10 Florida. Department of ransportation RICO Sco'f'f 605 Suwannee Street ANANTH PRASAD, P.E. GOVrRNOR p. SECRETARY Tallahass_r, Ff., 32199 -04 i0 May 22, 2014 MIDDLESEX CORPORATION (THE) ONE SPECTACLE POND RD LITTLETON MA 01460 Dear Sir /Madam: RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type: of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2015. However, the new application is due 4/30/2015 In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14- 22.005(3), Florida Administrative Code. Your company's maximum capacity rating has been established based on X Audited Reviewed financial statements, To access it, please log into the Contractor Prequalificati.on Application System via the following link: https: / /www3. dot. sta te. fl. us /ContractorPreQuali.fication/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, DRAINAGE, FLEXIBLE PAVING, GRADING, HOT PLANT -MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MAJOR BRIDGE - BASCULE SPANS, MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 1, 000 FEET OR MORE, MAJOR BRIDGE - CONCRETE SEGMENTAL CONSTRUCTION, MAJOR BRIDGE - CURVED STEEL GIRDERS, MAJOR BRIDGE - MULTI -LEVEL ROADWAYS, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING FDOT APPROVED SPECIALITY CLASSES OF WORK: WATER MAINS, SEWER, PUMPING STATONS, MARINE CONSTRUCTION, STREETSCAPE IMPROVEMENT, SOIL ANCHORS, CONCRETE RETAINING WALLS, RAILROAD CONSTRUCTION. \v\ %,w.dot.State.flA1S MIDDLESEX CORPORATION (THE) May 22, 2014 Page Two You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14- 22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, Juanita Moore, Manager Contracts Administration Office JM:cj Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTH PRASAD, P.C. GOVERNOR Tallahassee, FL 32399 -0450 SECRETARY September 30, 2013 RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL Dear Mr. West: The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: THE MIDDLESEX CORPORATION has been approved for a period of three years. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation Projects, it will not be necessary for you to submit a new plan. If you need any additional information, please contact me at (850) 414 -4747. Sincerely, Michael Klump Investigations & Compliance Manager Equal Opportunity Office AFFIRMATIVE ACTION PLAN EXPIRATION: September 30, 2016 This plan is one of the requirements to bid on contracts for the Florida Dep artment of Transportation This is not approval for Unified Certification Program Dis advantaged Business Enterprise (UCP /DBE) Certification For additional information in becoming a DBE contact the Certification Section at (850)414 -4747. www.dot.state.fl.us DATE (MMIDDNYYY) ACo CERTIFICATE OF LIABILITY INSURANCE 7/1/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement (s). CONTACT Christian Ruiz PRODUCER PHONE (716) -5500 FAX 0:(716)819 -5140 First Niagara Risk Management, Inc E -MAIL ,christian.ruiz @fnrm.com 726 Exchange Street Suite 900 A NAICN INSURERS AFFORDING COVERAGE Buffalo NY 14210 INSURERA;Natll Union Fire Ins Co of Pitt 19441 INSURED INSURERB:NeW Ham shire Ins CO The Middlesex Corporation INSUKtKU: 1 Spectacle Pond Road INSURERE: Littleton MA 01460 INSURERE: COVERAGES CERTIFICATE NUMBER:14 -15 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUER POLICY EFF POLICY EXP LIMITS INSR TYPE OF INSURANCE POLICY NUMBER MMfDD EACH CURRENCE $ DD 3,000 , 000 LT OC GENERAL LIABILITY 500,000 A O E PREMISES Ea occurrence $ X COMMERCIAL GENERAL- LIABILITY 7/1/2014 /1/2015 MEDEXP An one arson $ 10,000 A CLAIMS -MADE �X OCCUR X X 7267135 1 PERSONAL 8 ADV INJURY $ 1,000,000 X xcu Included 6,000,000 GENERAL AGGREGATE $ X Contractual Liability PRODUCTS. COM P/OP AGG $ 6,000,000 GEML AGGREGATE LIMIT APPLIES PER! $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) SAMPLE CERTIFICATE - FOR INFORMATIONAL PURPOSES ONLY! CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, The Middlesex Corporation 1 Spectacle Pond Road AUTHORIZED REPRESENTATIVE Littleton, MA 01460 Michael Bonetto /CRUIZ ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) INS025 (201005).01 The ACORD name and logo are registered marks of ACORD AUTOMOBILE LIABILITY BODILY INJURY (Per person) $ 500763 - MA $ _ A X ANY AUTO SCHEDULED 500'764 764 - FL 7/1/2014 7/1/2015 BODILY INJURY (Per accident) $ ALL OWNED AUTOS AUTOS X pROPERTYDAMAGE X NON -OWNED a accident $ At X HIRED AUTOS AUTOS 250 Comp /$250 Coll ded Physical Damage X EACH OCCURRENCE AGGREGATE $ $ UMBRELLA LIAR OCCUR EXCESS LIAB CLAIMS -MADE DED RETENTION S X WC STATU- OTH- E.L. EACH ACCIDE NT B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X $ 1 000 0 1 $ 000 0 ORR/EXECUTIVE � ANY PROPRIET /PARTNE NIA /1/2014 7/1/2015 E.L. DISEASE - EA EMPLOYE OFFICER/MEMBER EXCLUDED? 18962583 (Mandatory In NHI on, 11 i AA17 t 1..000.0 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) SAMPLE CERTIFICATE - FOR INFORMATIONAL PURPOSES ONLY! CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, The Middlesex Corporation 1 Spectacle Pond Road AUTHORIZED REPRESENTATIVE Littleton, MA 01460 Michael Bonetto /CRUIZ ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) INS025 (201005).01 The ACORD name and logo are registered marks of ACORD DATE(MMIDDIYYYY) A CERTIFICATE OF LIABILITY INSURANCE (37108/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL fl NSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the c certificate holder in lieu of such endorsement(s). tv CONTACT T3 PRODUCER NAME: Aon Risk Services Northeast, Inc. PHC ac. N o. Eat . (866) 283 -7122 ac.No. (800) 363 -0105 N Boston MA office E -MAIL O One Federal Street ADDRESS: _ Boston MA 02110 USA INSURER(S) AFFORDING COVERAGE NAIC p INSURER A: Nati onal Union Fire Ins co of Pittsburgh 19445 INSURED The Middlesex corporation INSURER B: One Spectacle Pond Road INSURER C: Littleton MA 01460 USA INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570054546973 REVISION NUMBER: THIS IS TO CERTIFY THAT ... THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYYY LIMITS EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR PREMISES Ea occurrence MED EXP (Any one person) GEN'L AGGREGATE LIMIT APPLIES PER: PRO- POLICY ❑ JECT L LOC OTHER: AUTOMOBILE LIABILITY ANY AUTO ALL OWNED S SCHEDULED HIRED AUTOS N NON -OWNED AUT A X UMBRELLA LAB X OCCUR EXCESS LIAR CLAIMS -MADE ncn I Y 1-rims 410.000 EMPLOYERS' LIABILITY ANY PROPRIETOR r PARTNER I EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) itves describe under PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG BODILY INJURY ( Per person) BODILY INJURY (P accident) I PROPERTY DAMAGE BE25804149 D7/O1/2014107/01/201 EACH OCCURRENCE AGGREGATE N I A I I I I E.L. DISEASE-POLICY DI SEASE-EA I LIMIT E 525,000, 181, Additional Remarks Schedule, may be attached If more space Is required) M to to 0 N O Z d w U tr N U CERTIFICATE HOLDER Evidence of Insurance . MA . USA ACORD 25 (2014101) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE May ,�L ©1986 -2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A ° CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 07108/2 014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Northeast, Inc. Boston MA office one Federal Street Boston MA 02110 USA CONTACT NAME: PHCON.o.EXt): (866) 283 -7122 FAC.No.; (800) 363 -0105 E-MAIL ADDRESS: INSURERS) AFFORDING COVERAGE NAIC H INSURED INSURER A: Navigators Insurance Co 42307 INSURER B: The Middlesex corporation INSURER C: One Spectacle Pond Road Littleton MA 01460 USA PREMISES (Ea occurrence MED EXP (Any one person) INSURER D: INSURER E: INSURER F: PERSONAL B ADV INJURY De\ /ICIn AI uIIMRFR- m e m v d V O x COVERAGES %.r-milrla mir- FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LIMITS LTR TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY INSD WVD POLICY NUMBER MMIDDIYYYY MMIDOrNYY EACH OCCURRENCE CLAIMS -MADE ❑OCCUR PREMISES (Ea occurrence MED EXP (Any one person) PERSONAL B ADV INJURY GENERAL AGGREGATE GE N'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO ❑ LOC JECT PRODUCTS - COMP /OP AGG OTHER: COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea acciden BODILY INJURY ( Per person) ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Par accident) PROPERTY DAMAGE Per accident A UMBRELLA LIAR X OCCUR NY 4EXC787461IV 2nd La er EXCess Liab y 07/01/2014 07/01/2015 EACH OCCURRENCE $25,000,000 AGGREGATE $25,000,000 X EXCESS LIAB CLAIMS -MADE DED RETENTION WORKERS COMPENSATION AND PER OTH- STATUTE E,L. EACH ACCIDENT EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETOR I PARTNER /EXECUTIVE E.L. DISEASE -EA EMPLOYEE OFF ICER/MEMBER EXCLUDED? ❑ NIA (Mandat( ory in NH) It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) 0 rn 0 O Z r r d U CERTIFICATE HOLDER I. ,/A N r_L.LNI IVIY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ■ EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1=! Evidence of Insurance I AUTHORIZED REPRESENTATIVE If" MA USA I r� i���H.E c/ /dtGfdta'Ofi �7TGt `� ©1988 -2014 ACORD CORPORATION. All rights reserved. ACORD 26 (2014/01) The ACORD name and logo are registered marks of ACORD Detail by FEI /EIN Number 3etail by FEI /EIN Number =oreign Profit Corporation THE MIDDLESEX CORPORATION Filing Information Document Number P32795 FEI /EIN Number 042534615 Date Filed 02/12/1991 State MA Status ACTIVE Principal Address ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Changed: 06/23/1998 Mailing Address ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Changed: 06/23/1998 Registered Agent Name & Addr NRAI SERVICES, INC. 1200 South Pine Island Road Plantation, FL 33324 Name Changed: 06/01/2009 Address Changed: 06/01/2009 officer / irector Detail Name & Address Title CEO, DIRECTOR PEREIRA, ROBERT W. 10801 COSMONAUT BOULEVARD ORLANDO, FL 32824 Title PRESIDENT, SOUTHEAST Page 1 of 3 http: / /search. sunbiz.org/ Inquiry/ CorporationSearch /SearchResultDetail ?inqui... 4/9/2015 Detail by FEI/EIN Number APONAS, ALFRED S. 10801 COSMONAUT BOULEVARD ORLANDO, FL 32824 Title SR. V.P. ESTIMATING & ASST. SECRETARY SOCCI, DAVID P. ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Title PRESIDENT AND CHIEF OPERATING OFFICER /DIRECTOR PERIERA, ROBERT W., II ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Title SR. V.P. CONSTRUCTION SKERRETT, DAVID K. ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Title V.P., CONSTRUCTION OPERATIONS CAVATORTA, JOHN P. ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Title SR. V.P. FINANCE, CFO & SECRETARY /DIRECTOR MARTINKUS, PETER J. ONE SPECTACLE POND ROAD LITTLETON, MA 01460 Annual Reports Report Year Filed Date 2013 01/23/2013 2014 01/13/2014 2015 02/11/2015 Document Images_ 02/11/2015 -- A REPORT View image in PDF format 01/13/20 -- ANNUAL_ View image in PDF format 01/2 A NNUAL. R EPORT View image in PDF format 01 -- ANNUAL REPORT View image in PDF format 01/06/2011 -- ANNUAL REPORT View image in PDF forma 06/23/2010 -- ANNUAL REPORT View image in PDF format Page 2 of 3 http : / /search. sunbiz, org /Inquiry /CorporationSearch/S earchResultDetail? inqui... 4/9/2015 Detail by FEFEIN Number 02/17/201 _,A R EPORT View image in PDF format OG /01 /2009___- Re�c__Agent Chan e I View image in PDF format 01 /2.2/200 9 -- ANNUAL REPORT View image in PDF format 01/16/2008 -- ANNUAL REPORT View image in PDF format 01/29/2007 -- ANNUAL REPORT View image in PDF format 04/2112006 -- ANNUAL REPORT View image in PDF format 03/28/2005 -- ANNUAL REPORT View image in PDF format 03/09/2004 -- ANNUAL REPORT View image in PDF format 02/05/2003 -- A NNUAL REPORT View image in PDF format 10/16/2002 -- ANNUAL REPORT F View image in PDF format 05/15/2001 -- ANNUAL REP ORT View image in PDF format 02/28/2000 -- ANNUAL REPORT View image in PDF format 02/22/1999 -- ANNUAL REPORT View image in PDF format 01/2.3/1998 -- ANNUAL REPORT View image in PDF format 01/27/19 -- ANNUAL REPORT View image in PDF format 01/24/1996 -- ANNUAL REPORT F View image in PDF format 01/25/1995 -- ANNUAL REPORT View image in PDF format Coy ri ht p and Pr ivacy Policies State of Florida, Department of State Page 3 of 3 http: / /search.sunbiz,org /Inquiry/ CorporationSearch /SearchResultDetaiI ?inqui.., 4/9/2015 DBPR - PEREIRA, ROBERT WILLIAM II; Doing Business As: (THE) M... Page 1 of 2 2:57:41 PM 41912015 Licensee Details Licensee Information Name: PEREIRA, ROBERT WILLIAM II (Primary Name) (THE) MIDDLESEX CORPORATION (DBA Name) Main Address: ONE SPECTACLE POND RD LITTLETON Massachusetts 01460 County: OUT OF STATE License Mailing: Lice nseLocation: ONE SPECTACLE POND RD LITTLETON MA 01460 License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC061926 Status: Current,Active Licensure Date: 11/15/2000 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 02/20/2004 Business Alternate Names view Related License Ynfarmation Vie w license Com_ _ l 1940 North Monroe Street Tallahassee F Email: c u s tomer Contac Center :: Customer Contact Center'. II https:// www. myfloridalicense .com/LicenseDetail,asp ?SID = &id= 9680283229... 4/9/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below is a listing of public complaints regarding the person or entity selected. This may not reflect all public complaints filed with the D against Community Association Managers (CAMs) are available to the public, regardless of whether any appear below, and may be regl The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an Individual or entity or to make a public records request for complaints listed 1 You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search U1 For more information about CAM complaints, please visit the CAMs nag . Name: The Status and Discipline Description below is only the status of a complaint, To see the status of this license select the "Back button Status Disposition Disposition Disci Number Class Incident Date Date Date IJ 10 No rth Morlrilg Sleet T l 11assee Ft. 323 :: Email: customer Contact Center :: Customer Contact Center: 650.467.139: nw Stale of hlnnita Is an AA /EEO employrr So ^+ t 2007-20 ]Q3.td1£41 F14.t1oY P11ri1LV lalel c 1l 2U 12, licensees I.lida 1a e�uall comes >es aic P "ht'c'e':ni ds IfY "' +do not r+antynm emarl`lao,t t3SU [ ea a tl /e1 e • PU1111ianl l o .1 7511),Flufda Statnnesle vrlo+t licen5r Fl 1-1 under F u hall an shuns, 1 sc c+n ' �inta�f the attic.: hY nh�m:: c.. by u id,u,. -1 mall. I1 you y Sur, ' P �'`� Ua used far nfliClnl [ommm' Ilcens ed '+ml.+ Cha pier q "I F.S mi"t 0 o 0d.. the (Jtlivtmenl vlllh an email adJrvss Il lacy hav!•. idle. The emalls Piuvlded play email adAresses =� r pi:e 5S o. II you do not wish hi 5uPP a Pe'snnal address Pleaseep`onle' It D 0111" by tars en' "a ddress which can b made as'allahle to the PuGllc. Please See our 4haole t'5`z P https:// www. myfloridalicense ,com /viewcomplaint.asp ?SID= &Iicid= 814245 4/9/2015 DBPR - PEREIRA, ROBERT WILLIAM II; Doing Business As: (THE) M... Page 1 of 2 2:58:04 PM 41912015 Licensee Details Licensee Information Name: PEREIRA, ROBERT WILLIAM II (Primary Name) (THE) MIDDLESEX CORPORATION (DBA Name) Main Address: ONE SPECTACLE POND RD LITTLETON Massachusetts 01460 County: OUT OF STATE License Mailing: LicenseLocation: ONE SPECTACLE POND RD LITTLETON MA 01460 License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC061926 Status: Cu rrent,Active Licensure Date: 11/15/2000 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 02/20/2004 Business Alternate Names View Relate License Information Vie License C om taint 1940 North_Monroe Strea,_1allah2ssee FL 32399 :: Email: Customer Conta Center :: Customer Contact Center: 850.487.1395 https:// www. myfloridalicense .com /LicenseDetail .asp ?SID = &id= 9680283229... 4/9/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below Is a listing of public complaints regarding the person or entity selected. This may not reflect all public complaints filed with the D against Community Association Managers (CAMs) are available to the public, regardless of whether any appear below, and may be regl The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an Individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ui For more information about CAM complaints, please visit the CAMs page Name; The Status and Discipline Description below is only the status of a complaint. To see the status of this license select the "Back" button Status Disposition Disposition D Number Class Incident Date Date Date 1940 No th tianroe Street, Tallahassee F l, 32399 :: Email: CLStonaer Contact Center :: Customer Contact Center: 850.407.139! the Slue ul an M /EEU - lilloyel C3PYSL4t1S a0g7 -20_)0 St Ito of Flurld3, Prly3_£Y S}�- t5lnixl.t hider rlmlda tat o ddf r. a$` put II: ecoNS. rllavv dot. 15( cu na.t 1150 17 87 1 S Pur s a , ao i Sc i 11t u t .155 27$( 1), Flonda tutes1 effective October 1, 1 1 P2012, Ilcensees onto the ulhce try phrn.: nr try hadibonal ruall. 11 Y� I Y 1 r Ilren uj,cj Chap CIS`., F.S. n usl P, ovld «. the Ettep,llhoell ei s addrrss�lpleasel� nv Ae 9epa ilP ro ,;, i lls P lnn rl entall t addi ess can be av Ilahle l ine publics Please Y See e our entail addressr� are V.I bIiC ecr „d. II You do not rash VP Y Cha tc 45 r page to :L;trrmin.: If you :ua aHectod by till 111a19a. https;// www. myfloridalicense .com /viewcomplaint .asp ?SID= &Iicid= 814245 4/9/2015 Mayor S. Scott Vandergrift City Manager Robert Frank \r/ 0 CoPP florldo Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 CITY OF OCOEE INVITATION TO BID #1315 -05 ASPHALT PAVING PROJECTS FOR FY 2015 City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org BID DOCUMENTS Section Pate Legal Advertisement 3 Bid Instructions 4-6 General Terms & Conditions 7-18 List of Subcontractors *, p. 17 Equipment Listing *, p. 17 References/Experience *, p. 17 Summary of Litigation *, p. 18 Acknowledgement of Addenda *, p.18 SCOPE OF WORK, BID FORM, AND PLANSHEETS CI — CIO Section Page Exhibit A — Scope of Work 19 -29 Change Order Form 30 -32 Payment Application Form 33 -34 Exhibit B —Bid Form* 35 -41 Exhibit C — Bid, Performance, and Payment Bond Forms 42 -52 Company Information and Signature Sheet* 53 Exhibit D — Plan sheets C1 -C7, also available as a .pdf attachment on Demandstar 54 *Submit with Bid End Table of Contents B 15 -05 Asphalt Paving Projects FY 2015 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: BID #B15 -05 ASPHALT PAVING PROJECT FOR FY 2015. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on April 7, 2015. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. No pre -bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at http: / /www.ocoee.or�, under Finance Department /Purchasing. 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 addendums and changes to the project requirements. Membership with Onvia/DemandStar is not required to submit a bid; fees may apply for non - members. 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. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, March 8, 2015. 3 B 15 -05 Asphalt Paving Projects FY 2015 CITY OF OCOEE INVITATION TO BID #B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 INTENT: Sealed bids for Bid #1315-05 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for FY 2015 for roads within Sawmill Subdivision, Meadows Subdivision, Lake Olympia Club Subdivision, Bay Street, W. Ohio Street, Floral Street, Bluford Avenue, Ocoee Hills Road, Ridgefield Avenue, and the Ocoee Lakeshore Center parking areas in the City of Ocoee, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905- 3100, extension 1516, fax (407)905 -3194, or email preferred Jtolbertia ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on March 31, 2015. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department /Purchasing. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department /Purchasing not later than 2:00 P.M., local time, on April 7, 2015. Bids received by the Finance Department /Purchasing after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e -mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department/Purchasing Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 -2258 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by 4 B 15 -05 Asphalt Paving Projects FY 2015 the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References /Experience; c) List of Subcontractors /Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. G. A Pre -Bid Conference has not been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. B15 -05 Asphalt Paving Projects FY 2015 J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and /or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally). N B15 -05 Asphalt Paving Projects FY 2015 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note that Cashier's /Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS (Required if Project is over $200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 7 B 15 -05 Asphalt Paving Projects FY 2015 DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. 8 B 15 -05 Asphalt Paving Projects FY 2015 a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check, 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Warranty offered • Experience with similar work • Successful reference check 6 B 15 -05 Asphalt Paving Projects FY 2015 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten (10 %) retainage until the job is fifty (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five (5 %) retainage. All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty -fifth (25` business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of 10 B 15 -05 Asphalt Paving Projects FY 2015 appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C -0; and • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and • local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City- issued purchase order. Construction time will be sixty (60) days from the Notice to Proceed for substantial completion and ninety (90) days from the Notice to Proceed for final completion. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. 11 B 15 -05 Asphalt Paving Projects FY 2015 k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non- discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit 12 B15 -05 Asphalt Paving Projects FY 2015 does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(l 1), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 13 B 15 -05 Asphalt Paving Projects FY 2015 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 1$500,0001$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. ■ Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. ■ $2,000,000 GENERAL AGGREGATE ■ $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE ■ $1,000,000 PER OCCURRENCE ■ $1,000,000 PERSONAL & ADVERTISING INJURY ■ Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance n/a for this project. 14 B 15 -05 Asphalt Paving Projects FY 2015 5) Contractual Liability If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 AGGREGATE 6) Commercial Umbrella: ■ $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (3 0) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (remainder of page left blank intentionally) 15 B 15 -05 Asphalt Paving Projects FY 2015 CERTIFICATE OF LIABILITY INSURANCE ACORD 1 D ' 7M NtINTERM AFFOROM$O COVERAGE I NA1Cr NKIRMA. Y — Yaw A. « Yttsr = ractor's Name ass THa PDX= OF OWURAMCE L dM MMOW HAVE SEEM MK= TO THE OW-"W 0W T"' or ANY WMrHACr on oTmEs oocUM,,T Wlr CAT[ MAY [l ISW W OR AM' AaOUMVa�aHT. Taw OM cOM x1 ANY WY rEATAN. THa teUMAMCE AnOMGEG W ifa race OH ces'D No" a we.IECT TO Au TN* TW0 FXCLtILOW 00 COMOIT+MN of tUCH r0tras. AgoM[OAT[ LAST[ SHOWN Wr µAV[ smi Mew to rACC Ata. $wrt LTA 7Yr[ HOUeY warm rArHOccumed:[ 11 ,000,000 Gw[aAL LASLm X X CO MOCALOEMaULLASM" ( rA[wg[sr& era..�s, M[n Ew oft — ,.,a,,, f sQ,00 $5, 000 CIAW UAW 0 acaM , PEP O LSAOYNMaY $ -- -- oeHrtAU AGOAEOATx s 2,000,000 Ppomom- COY►o►AGG $2,000,000 OM AGGM U EOAT1 MT ArrLet Kt� i roucY M I �« AUTOMON" UAMSM COMMMED LIST 51,000.000 �vwat X ANY AUTO -- y Au owHEO AUTOS 1 (Pw P-9 �" t tCHEOIA[DAUTOt ! (PW --W. n $ X Haev.urw X M0140WYEDAUTO[ --- i rAnr6RY OA NAM a..,."M $ AUTO o CY. EA ACCCW s EA ACC $ OAMA O[ UAALM AMT AUTO j ! 1 1 O1 AGO s � $1 "CaSW �� BRe" LASETn � r--7 OASIS i Aoa[can GO $2,000,0 00 x OCCUR DEDUCTIBLE � $ s ' "ETertHOM s I Wo[LEMS Wlf!lmAT10M AMO gROYW'1.ASJTr i x LAM i I l a [A -GLCH AO70EHT iSOQ, 000 [ LL,. -.— [A WrLOY[E [ 500 000 E,�,omA[E•raucrLwrT $ S00 000 elver Any 1 Lac 100 Euilders Risk 1 Oac 1,000,000 a GrEMT04MO CATKIN[, YENCI [EHO6amGM[MOEDrYp0011[BAdHTT r110YY101M The insurance evidenced by this certificate shall natty the certificate hold re as as additional insured on the General Liability a Omhrella Liability. Workers' Compensation, Employers' Liability a amoral Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate bolder is added me a tad inMXBd fW H$1 '� RW .��..w.•s — "a CANCELLATION City of Ocoaa 130 N. Lakeshore Drive ocoee ?n 14761 -22SO 000E[01 nounAM'/ THeAaoYe o[tcmt[pra10•t MCANOItIW EVm ,�.......+ OAT[ TNSs,,. THa *Nast t sU "WLL EMOEAVOM TO WL 10 DAYS WMrw MO,=To m ce$rsTcAT[ HOLAea MAMM TO TTm t[R. SW FALMa TO oo to Mo" tnon so ORmATWk M ttA[L/Tr a, AM/ IM UrOM TM MUMM. ITS AGENTS Oa 16 B 15 -05 Asphalt Paving Projects FY 2015 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully - equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 17 B15 -05 Asphalt Paving Projects FY 2015 Have you any similar work in progress at this time? Yes_ No _ Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated (remainder of page left blank intentionally) 18 B 15 -05 Asphalt Paving Projects FY 2015 CITY OF OCOEE BID #B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 EXHIBIT A SAWMILL SUBDIVISION LOG JAM CT. / WOODRIDGE CT. / MILLSTREAM RD. / WATER WHEEL CT. / WOODGRAIN CT. MILL AND RESURFACING MEADOWS SUBDIVISION LITTLE ASPEN CT. / NEW MEADOWS CT. / FORT COLLINS CT. / MEADOWS SWEET CT. MILL AND RESURFACING BAY ST. / W. OHIO ST. / FLORAL ST. MILL AND RESURFACING BLUFORD AVENUE — (COLUMBUS ST. TO MAINE ST.) MILL AND RESURFACING OCOEE LAKESHORE CENTER PARKING AREAS MILL AND RESURFACING LAKE OLYMPIA CLUB SUBDIVISION OLYMPIA DR. / ACROPOLIS DR. / ADRIATIC DR. MILL AND RESURFACING OCOEE HILLS ROAD AND RIDGEFIELD AVENUE MILL AND RESURFACE SCOPE OF WORK The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to mill and resurface using SP -9.5 Asphaltic Concrete. Refer to description of services and technical specifications provided herewith. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" 2015 Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards. All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment section, below, and other bid documents. The total base bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. Work is to be performed during normal business hours of Monday through Friday between 7 am — 5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes 19 B 15 -05 Asphalt Paving Projects FY 2015 for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of the add - alternate bid items, no increases in lump sum unit prices will be permitted, as the add - alternate item bids should be inclusive of all additional effort and costs related to that work. MEASUREMENT AND PAYMENT 1.01 DESCRIPTION OF WORK This section defines the method which will be used to determine the quantities of work performed or materials supplied and establishes the basis upon which payment will be made. Contractor is required to field estimate existing and required striping quantity for Lump Sum Bid. 1.02 ESTIMATED QUANTITIES Where quantities are shown they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. CITY or ENGINEER do not assume any responsibility that the final quantities, nor shall CONTRACTOR claim misunderstanding because of such estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item. 1.03 MEASUREMENT STANDARDS All work completed under the Contract shall be measured according to United States Standard Methods. 1.04 METHOD OF MEASUREMENT Measurement of Length Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid for on the basis of length shall be taken horizontally or vertically. Measurement of Area: In the measurement of items paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work within the neat lines shown or designated. At intersections, the measurement used for length of side area will be measured from the outside edge of the width allowed along the main trench. 1.05 PAYMENT Lump Sum Items: Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum item within the limits of work shown or specified. Unit Price Items: 20 B 15 -05 Asphalt Paving Projects FY 2015 Where payment for items is shown to be paid for on a unit price basis, separate payment will be made for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed work items. 1.06 COSTS INCLUDED IN PAYMENT ITEMS (IF APPLICABLE) No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work. • Clearing and grubbing (including disposal of excess material) • Trench excavation, including necessary pavement removal and removal of vegetative surfaces • Dewatering and disposal of surplus water • Structural fill, backfill, and grading • Manual excavation or soft digs • Replacement of unpaved roadways, grass and shrubbery plots • Cleanup • Foundation and borrow materials, except as hereinafter specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration and /or appurtenances included within the limits of lump sum work, unless otherwise shown. • Maintaining or detouring of the traffic • Appurtenant work as required for a complete and operable system • Surface restoration including removal and replacement of trees (under 4 -inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and /or replacement of irrigation systems disturbed by construction • Relocation and /or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Verification of existing survey • Maintaining Driveway Access for Residences Cleanup: CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. At the end of each week of construction, the CONTRACTOR shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work. 21 B 15 -05 Asphalt Paving Projects FY 2015 1.07 APPLICATIONS FOR PAYMENT Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance with the schedule established by the Conditions of the Contract and the Agreement. The applications for payment shall be submitted in the number and form established by the CITY at the Preconstruction Conference. The form shall be completely filled out and executed by an authorized representative of the CONTRACTOR. Supporting data such as schedules of stored materials shall be attached to each copy of the application. 1.08 CHANGE ORDER PROCEDURE A Change Order is a written order to the CONTRACTOR signed by the CITY authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time which is issued after the execution of the Agreement. Refer to Change Order Form attached. The following procedure shall be used in processing Change Orders: For Additions to the Work: The CITY shall issue a written order to the CONTRACTOR directing him to accomplish the additional work. The CONTRACTOR shall review the order and if he feels that the additional work entitles him to additional payment or additional time, he may submit a claim as prescribed in the Conditions of the Contract. For Deletions From the Work: The CITY shall issue a written order to the CONTRACTOR directing him to make the change. If the CITY feels that the Contract price should be reduced as a result of the change, the CITY shall make a claim for the reduction as provided in the Conditions of the Contract. Cost of the changes in the work shall be determined in accordance with the requirements spelled out in the Conditions of the Contract. Modifications to incorporate the changes in cost will be made as the amount of any change is determined. 1.09 BID ITEMS The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. 1.00 Mobilization / Demobilization and General Requirements and Restoration Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations. The cost of bonds, required insurance, and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Permitting is excluded and not the responsibility of the contractor. City of Ocoee shall provide (if necessary) custom signs or message board, only. In addition, payment for Quality Assurance Soil Testing, general Maintenance of Traffic and General Construction Requirements, unless stated under separate bid items, shall be included under this bid item and shall 22 B15 -05 Asphalt Paving Projects FY 2015 include the CONTRACTOR's overhead costs related specifically to this Contract. The contractor shall also be responsible for miscellaneous concrete and asphalt damage caused by paving equipment or trucks that must be traveled over to access paving areas. This includes valley gutters and concrete drives and sidewalks or brick pavers, asphaltic concrete that may be damaged during construction activities. Demobilization shall be the work of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. The lump -sum mobilization Bid Price in the Proposal should be limited to a maximum of five percent (5 %) of the total Contract Price. Mobilization costs, estimated by the Contractor, that exceed five percent (5 %) may be proportioned among and included within other pay item unit prices of the Contract. If the Contractor elects to exceed the five percent (5 %) limit on the mobilization Bid Item, the amount exceeding this limit will be paid upon Final Acceptance of the Work. SAWMILL SUBDIVISION LOG JAM CT. / WOODRIDGE CT. / MILLSTREAM RD. / WATER WHEEL CT. / WOODGRAIN CT. 2.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 2.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of I", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 2.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. 23 B 15 -05 Asphalt Paving Projects FY 2015 MEADOWS SUBDIVISION LITTLE ASPEN CT. / NEW MEADOWS CT. / FORT COLLINS CT. / MEADOWS SWEET CT. 3.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 3.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 3.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. BAY ST. / W. OHIO ST. / FLORAL ST. 4.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 24 B 15 -05 Asphalt Paving Projects FY 2015 4.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 4.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City Recommends contractor visit site to determine quantity. BLUFORD AVENUE — (COLUMBUS ST. TO MAINE ST.) 5.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 5.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 5.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing_ striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. 25 B15 -05 Asphalt Paving Projects FY 2015 OCOEE LAKESHORE CENTER PARKING AREAS 6.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 6.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 6.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. LAKE OLYMPIA CLUB SUBDIVISION OLYMPIA DR. / ACROPOLIS DR. / ADRIATIC DR. 7.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 26 B 15 -05 Asphalt Paving Projects FY 2015 7.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 7.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. OCOEE HILL ROAD AND RIDGEFIELD AVENUE 8.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 8.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 8.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. 27 B 15 -05 Asphalt Paving Projects FY 2015 Contractor Oualifications The prime contractor submitting a bid must hold either a Florida general contractor or underground contractor license. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, which may be a subcontractor, will be required to hold a State of Florida General Contractor's license. A City of Ocoee building permit will be required for any such improvement. Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state - licensed electrician will be required to secure a building permit for the electrical power requirements of the work, if any. Shop Drawings Where required, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough review by City staff while not delaying progress of the work. Shop drawings shall be provided as three complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the acceptability of the proposed material and manner of incorporation into the work. Any work not provided or installed in accordance with the approved shop drawings and /or the plans and specifications will be rejected by the City and must be replaced with acceptable material and /or workmanship prior to payment. Construction Schedule The construction period is 60 calendar days to substantial completion and 90 calendar days to final completion. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The construction warranty period begins on the date of substantial completion, which will be recorded using a certificate issued by the City and acknowledged by the Contractor. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start -up actions. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the Notice to Proceed. The number of unfavorable weather days that are not included in the 60 -day construction period to Final Completion. The City will evaluate any time extension sought by Contractor in light of these built -in time considerations. Warranty Period The Contractor is to provide a minimum one -year warranty beginning on the date of substantial completion, as recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform periodic inspections of the work and note any items that require correction. Unless posing a danger to the public, potentially leading to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. 28 B 15 -05 Asphalt Paving Projects FY 2015 The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City, but in no case longer than one year in duration from the date of correction. Payments Contractor will be required to use the attached progress payment form and the final payment will need to be accompanied by a release of lien from all subcontractors and suppliers. END OF SECTION 29 B15 -05 Asphalt Paving Projects FY 2015 IkWokxf.w� CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 B15 -05 ASPHALT PAVING PROJECTS FY 2015 CHANGE ORDER FORM DATE: PURCHASE ORDER: The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $ Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $ Net Increase (Decrease) Resulting from this CHANGE ORDER $f 0.001 The current CONTRACT PRICE including this CHANGE ORDER $r 0 •001 Original CONTRACT COMPLETION DATE: [original contract date] Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS [ current contract datel Net Increase Resulting from this CHANGE ORDER [number] days Current CONTRACT COMPLETION DATE including this CHANGE ORDER [new contract date] 30 B15 -05 Asphalt Paving Projects FY 2015 CHANGES ORDERED: REQUIRED CHANGES II. JUSTIFICATION III. NARRATIVE OF NEGOTIATIONS IV. PAYMENT V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract requires approval by the Ocoee City Commission or the City Manager, dependent upon project approval authority, in order to supplement the project budget to fund the changes. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: CITY OF OCOEE, FLORIDA By: Signature Date: Title: ACCEPTED BY: [contractor name] By: Signature Date: Title: 31 B15 -05 Asphalt Paving Projects FY 2015 APPROVED BY: CITY OF OCOEE, FLORIDA By: Steve Krug, Public Works Director By: Wanda Horton, Director of Finance By: Robert D. Frank, City Manager By: S. Scott Vandergrift, Mayor FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY THIS DAY OF ,20 City Attorney Date: Date: Date: Date: Attest: Beth Eikenberry, City Clerk APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON ,20_ UNDER AGENDA ITEM NO. 32 B15 -05 Asphalt Paving Projects FY 2015 APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: Project Name: B15 -05 Asphalt Paving Projects for FY 2015 Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount 2. Sum of Approved Change Orders to Date (from Table) 3. Current Contract Amount (Sum of Lines 1 and 2) 4. Total of Prior Pay Applications (including retainage) 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) 6. Total Earned to Date (Sum of Lines 4 and 5) 7. Retainage Held from Prior Pay Applications 8. Retainage to Be Held in this Pay Application 9. Total Retainage Held to Date (Sum of Lines 7 and 8) 10. Total Earned to Date Less Retainage (Line 6 minus Line 9) 11. Total Earned less Retainage for this Pay Application (Line 5 minus Line 7) Approved Change Orders Change Order No. Date Approved by City Date Accepted by Contractor Total Change in Contract Price Total (Write in Line 2, above) 33 larelvil • B15 -05 Asphalt Paving Projects FY 2015 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) M. (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20_, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative: (Authorized Signature) Owner's Approval Date Date: (Authorized Signature) (Title) 34 B 15 -05 Asphalt Paving Projects FY 2015 EXHIBIT B BID FORM (Page 1 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE —Item Number Quantity Unit Item Description Unit Price Extension 1.00 1 LS Mobilization / Demob. and General Construction Requirements and Restoration (5% of Base Bid Sub -Total = SAWMILL SUBDIVISION LOG JAM CT. / WOODRIDGE CT. / MILLSTREAM RD. / WATER WHEEL CT. / WOODGRAIN CT. 2.00 Milling / Resurfacing Pavement Markings 2.01 12,642 SY I" Milling Max. 2.02 12,642 SY 1" Resurface Type SP -9.5 As halt Pavin 2.03 1 LS Temporary Striping and Thermoplastic Final I Stripin Sub -Total = B 15 -05 Asphalt Paving Projects FY 2015 35 EXHIBIT B BID FORM (Page 2 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE # Item Number Qua Unit Item Description Unit Price Extension MEADOWS SUBDIVISION LITTLE ASPEN CT. / NEW MEADOWS CT. / FORT COLLINS CT. / MEADOWS SWEET CT. 3.00 Milling / Resurfacing Pavement Markings 3.01 4,848 SY 1" Milling (Max.) 3.02 4,848 SY 1" Resurface Type SP -9.5 Asphalt Pavin 3.03 1 1 1 LS Temporary Striping and Thermoplastic Final Stripin Sub -Total = B 15 -05 Asphalt Paving Projects FY 2015 36 EXHIBIT B BID FORM (Page 3 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE # Item Number Quanti Unit Item Description Unit Price Extension BAY ST. / W. OHIO ST. / FLORAL ST. 4.00 Milling / Resurfacing Pavement Markings 4.01 3,638 SY 1" Millin 4.02 3,638 SY 1" Type SP -9.5 Asphalt 4.03 1 1 LS Temporary Striping and Thermoplastic Final I Stripin Sub - Total = B 15 -05 Asphalt Paving Projects FY 2015 37 EXHIBIT B BID FORM (Page 4 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE # .Item Number Quanti Unit Item Description . Unit Price Extension BLUFORD AVENUE = (COLUMBUS ST. TO MAINE ST.) 5.00 Milling / Resurfacing Pavement Markings 5.01 9,265 SY 1" Millin 5.02 9,265 SY 1" Type SP -9.5 Asphalt Pavin 5.03 1 LS Temporary Striping and Thermoplastic Final Striping Sub -Total = B15 -05 Asphalt Paving Projects FY 2015 38 EXHIBIT B BID FORM (Page 5 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE # Item Number Unit Item Description Unit Price Extension OCOEE LAKESHORE CENTER PARKING AREAS NORTH AND SOUTH PARKING COMBINED 6.00 Milling / Resurfacing Pavement Markings 6.01 2,915 SY 1" Millin 6.02 2,915 SY 1" Type SP -9.5 Asphalt 6.03 1 LS Temporary Striping and Thermoplastic Final Stripin Sub - Total = B 15 -05 Asphalt Paving Projects FY 2015 39 EXHIBIT B BID FORM (Page 6 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY Item Number ] 'Quantity Unit Item Description Unit Price Extension LAKE OLYMPIA CLUB SUBDIVISION OLYMPIA DR. / ACROPOLIS DR. / ADRIATIC DR. 7.00 Milling/ Resurfacin / Pavement Markings 7.01 14,406 SY 1" Millin 7.02 14,406 SY 1" Type SP -9.5 Asphalt Pavin 7.03 1 1 LS Temporary Striping and Thermoplastic Final I Stripin Sub - Total = FL CONTRACTOR LICENSE # B15-05 Asphalt Paving Projects FY 2015 40 EXHIBIT B BID FORM (Page 7 of 7) B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 BID SUBMITTED BY FL CONTRACTOR LICENSE # Item Number Quantity Unit Item Description unit Price Extension. OCOEE HILLS ROAD AND RIDGEFIELD AVENUE 8.00 Milling / Resurfacing Pavement Markings 8.01 13,937 SY 1" Millin 8.02 13,937 SY 1" Type SP -9.5 Asphalt 8.03 1 LS Temporary Striping and Thermoplastic Final I Stripin Sub - Total = TOTAL BASE BID = B 15 -05 Asphalt Paving Projects FY 2015 41 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20_. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B15 -05 Asphalt Paving Projects for FY 2015 (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. B 13 -06 Asphalt Paving Projects 42 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 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. 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 B15 -05 Asphalt Paving Projects FY 2015 43 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. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) doing business as (Witness) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B15 -05 Asphalt Paving Projects FY 2015 44 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) ( Telephone No.) (Florida License No.) B15 -05 Asphalt Paving Projects FY 2015 45 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) B (Witness) (SEAL) (Name of Person Authorized to Sign - See Note 1) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) B15 -05 Asphalt Paving Projects FY 2015 46 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) I (1) (Principal Place of Business) I (2) (Surety Agent's Signature - See Note 2) (Surety Agent's Name) (Surety Agent's Title) (Business Name of Local Agent for Surety) (Business Address) ho ne No.) (Bond No. (Corporate Secretary Name) (Corporate Seal) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (Witness) (Witness) Attest: (If Agency is a Corporation) (Corporate Secretary Signature) B15 -05 Asphalt Paving Projects FY 2015 47 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, personally came known to be the Attorney -in -Fact of , a Corporation, which (Surety Company) known to me, and (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Directors, were affixed by order and authority of said Company's Board of (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of , 20 (Notary Public) My Commission Expires END OF SECTION B15 -05 Asphalt Paving Projects FY 2015 48 EXHIBIT C PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of B15 -05 Asphalt Paving Proiects for FY 2015 (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by City of Ocoee dated March, 2015 and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (1) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B15 -05 Asphalt Paving Projects FY 2015 49 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal (SEAL) (Official Title) Surety (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B 15 -05 Asphalt Paving Projects FY 2015 50 EXHIBIT C Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal "), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B15 -05 Asphalt Paving Projects FY 2015 51 Seal) (Principal) an (Name & Title) (Signature) Witness or Secretary's Attestation Seal) (Surety) I1A (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney END OF SECTION B15 -05 Asphalt Paving Projects FY 2015 52 BID #B15 -05 COMPANY INFORMATIO /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation _ Sworn to and subscribed before me this Personally Known or Produced Identification (Type of Identification) TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Partnership Other (Specify day of 20 Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B15 -05 Asphalt Paving Projects FY 2015 53 EXHIBIT D Plansheets C1 -C10, also available as a .pdf attachment on Demandstar. B15 -05 Asphalt Paving Projects FY 2015 54 N 1" =120' GRAPHIC SCALE 0 60 120 240 r � � I" RESURFACE (SP-9.5) LOG JAM CT SURFACE AREA = 20,434 SF OR 2,270 SY I" MILL AND I" RESURFACE (SP-9.5) WOODRIDGE CT. SURFACE AREA = 20,401 SF OR 2,267 SY CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF I", CONTRACTOR RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. �J V r y 3.• I N a a U Z 2 x a U a W 0 z 0 0 0 0 (�1 N I" = 200' GRAPHIC SCALE 0 100 200 400 I" MILL AND I " RESURFACE (SP -9.5) MILLSTREAM RD. SURFACE AREA = 29,347 SF OR 3,361 SY �2 G� U� N - C -+ �-U9 qi : F r. U W i WA TER WHEEL SURFACE AREA = OR 2,222 SY (SP- 9.5) CT. 20, 001 SF CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1 ". CONTRACTOR RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. O a z z a 0. s x 0 3 U 'a ro a s z c L S^ a a? z C2 1" = 140' GRAPHIC SCALE 0 70 140 280 �C W W� G� uo n _ Ox.t. / / zz/ffla 7 " MILL AND I" RESURFACE (SP -9.5) BAY/0H10/FLORAL SURFACE AREA = J2,744 SF a OR 3,538 SY z a r x a 3 J .-1 P CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1 ". o CONTRACTOR RESPONSIBLE TO REPLACE EXISTING `m PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. yl " C —) - - Z 1' = 200' GRAPHIC SCALE 0 100 200 400 4 J S �'F�lmi CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF I" CONTRACTOR RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. 1 " MILL AND 1 " RESURFACE (SP -9.5) OL YMPUS DRIVE SURFACE AREA = 81,J69 SF OR 9,041 SY I" MILL AND 1 " RESURFACE (SP -9.5) ADRIATIC DRIVE SURFACE AREA = 22,126 SF OR 2, 458 SY 1 " MILL AND I" RESURFACE (SP -9.5) ACROPOLIS DRIVE SURFACE AREA = 26,160 SF OR 2,907 SY u $$ 9 c ? r`� Q x c. U 4 m PG 3 U a " ^ F C9 rye "._ k+S •. tnA �'F�lmi CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF I" CONTRACTOR RESPONSIBLE TO REPLACE EXISTING PAVEMENT MARKINGS (MATCH TYPE AND COLOR), SAME SHALL APPLY TO REFLECTIVE PAVEMENT MARKERS. 1 " MILL AND 1 " RESURFACE (SP -9.5) OL YMPUS DRIVE SURFACE AREA = 81,J69 SF OR 9,041 SY I" MILL AND 1 " RESURFACE (SP -9.5) ADRIATIC DRIVE SURFACE AREA = 22,126 SF OR 2, 458 SY 1 " MILL AND I" RESURFACE (SP -9.5) ACROPOLIS DRIVE SURFACE AREA = 26,160 SF OR 2,907 SY u $$ 9 c ? r`� Q x c. U 4 m PG 3 U a " ^ F C9 M ayor Commissioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen, District 2 City Manager � Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 Ocoee florida March 26, 2015 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B15 -05 ASPHALT PAVING PROJECTS FOR FY 2015 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2015. This addendum consists of two (2) pages Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided on page 18 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. On Page 25 of the specifications, the description of work for Bay St. /W. Ohio St. /Floral St., paragraph 4.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? Al. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". Q2. On Page 25 of the specifications, the description of work for Bluford Avenue, paragraph 5.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A2. The Bid Form and drawings state I" thickness of Asphalt. Contractors to bid on 1 ". Q3, On Page 26 of the specifications, the description of work for Ocoee Lakeshore Center Parking,Areas, paragraph 6.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A3. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". Q4. On Page 27 of the specifications, the description of work for Lake Olympia Club Subdivision, paragraph 7.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be I ". Which is correct? A4. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 •.www.ocoee.org F Q5. On Page 27 of the specifications, the description of work for Ocoee Hills Road and Ridgefield Avenue, paragraph 8.02 states that the nominal thickness of asphalt shall be 2 ", but on the bid form the thickness is shown to be 1 ". Which is correct? A5. The Bid Form and drawings state 1" thickness of Asphalt. Contractors to bid on 1 ". ,.c ✓ zee „1"� Joyce Tolbert, CPPB Purchasing Agent cc: Steve Krug, Public Works Director Richard Campanale, P.E., Public Works Operations Manager Addendum 1 - B15 -05 Asphalt Paving Projects FY15 Page 2