Loading...
Item #08 Approval to Award Bid #B18-02 Asphalt Paving Projects for Fiscal Year 2018 11/4 ocoee florida AGENDA ITEM COVER SHEET Meeting Date: May 15, 2018 Item # $ Reviewed By: Contact Name: Joyce Tolbert Department Director: ift•lot Contact Number: 1516 City Manager: /� /T Subject: Award of Bid 18-02 Asphalt Paving Projects for FY 2018 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 2018, for the milling and resurfacing of Tomyn Road, Story Road, Orlando Avenue/White Road, and alternates Geneva Ave, Malcolm Area and Tiger Minor Park—parking area. The bid was publicly advertised on April 1, 2018, and opened on May 1, 2018. There were a total of four(4) bids received ranging from $835,757.00 to $989,995.48. 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 Hubbard Construction Company as the most responsive and responsible bidder for$835,757.00, which includes all alternates,per the attached recommendation from Richard Campanale, City Engineer. The table below is a listing of the bids received. Bidder Total Base Total Base Total Base Bid Bid with Bid with Alternates Alternates #1 & #2 #1,#2 & #3 1. Hubbard Construction Co. $ 705,050.00 $ 806,826.00 $ 835,757.00 2. Ranger Construction Industries Inc. $ 840,892.50 $ 941,254.75 $ 954,404.00 3. Middlesex Paving, LLC $ 824,895.30 $ 945,549.55 $ 968,282.05 4. Preferred Materials Inc. $ 829,653.28 $ 965,634.78 $ 989,995.48 Issue: Should the City Commission award the bid for Asphalt Paving Projects for FY 2018 to Hubbard Construction Company, as recommended by the Public Works Director? Recommendations: Staff recommends that the City Commission award Bid #B18-02 Asphalt Paving Projects for FY 2018 to Hubbard Construction Company in the amount of$835,757.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends 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. Hubbard Construction Company Bid 4. Invitation to Bid#B 18-02 including Plan Sheets CI and Cl-C3 & Pavement Survey 5. Addendum#1 6. Addendum#2 Financial Impact: There is $888,000 available in the Public Works Streets department paving improvements budget and $15,000 available in the Parks department capital improvements budget for this project. The overage of$13,931 for Tiger Minor Park-parking lot will be funded from Public Works Streets department budget for this project. Type of Item: (please mark with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion& Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. '-- one ps•.__AZO`,p 7S N/A Reviewed by ( ) N/A 2 ocoee florida Mayor MEMORANDUM Rusty Johnson Commissioners Date: May 7, 2018 John Grogan District 1 Ocoee public Works Team To: Joyce Tolbert, Purchasing Agent u Rosemary Wilsen District 2 r From: Richard Campanale, P.E., t Richard Firstner \ A�tlb Lys.. District 3 City Engineer Public Works 51 Improving a gnat community George Oliver III District 4 RE: Contract Award Recommendation BID #B18-02 City Manager Robert D.Frank Public Works recommends award of the Asphalt Paving Projects for FY 2018 to the lowest responsive bidder, The Hubbard Construction Company, of Orlando, Florida, in the amount of $835,757.00. The City received four responsive bids from contractors with the low bid below the Engineer's estimate. The Contractor has positive history with the City and Central Florida on resurfacing projects in previous years. The project is adequately funded in the Streets Division and Parks and Recreation Capital Improvement Program. The Asphalt Paving Projects for FY 2018 includes milling and resurfacing the following streets; Tomyn Road, Story Road, Orlando Avenue/White Road, Geneva Avenue, Malcolm Road Area, and Tiger Minor Park parking Area. The work incorporates approximately 6 miles of roadway resurfacing. City of Ocoee•301 Maguire Road•Ocoee, Florida 34761 Phone: (407) 905-3170•www.ocoee.org 00 0 0 00 to to 00 to 0 CI U) 0 0 00 0 0 00 0 (o 0 to 0 to 0 al 0 O o N o m to to O r n t0 O N V N o CO 0 0 0 0 t0 t0 O N 0 n 0 W O O to N- CO t() CO (Nb(p n Nb 0 N CO t0 0 t0 (O O N n t0 O Oi N V V m 0 CO CO 0 r N 0 N n V CO 00 0 O U)tq OD 0 O 0 CO n CO 9 m 0 0 2 n n n O r O N °) V CO N 0) N 0 N n N N No) CO CO 0 r CO r 60 N V N N N (D V N -n .- V O (O n to Cj(O M V to co r co Cl co- N m fn O V (A 69 V' 0 V 0) CO ,- N (O 69 N 69 CO 0 0 V 0- 69V A O f9 f9 0 rV V N 0 f9 N (9 CV 0 r 09 r f9 9 t9 N ( (9 9 * O) LU V 69 1C) 03 0) Z_ U '; N K z a O a J • c 7Zm„ 8 Lt- v C- i- m o o to o to to o to 0 0 - o to o - 0 0 0 o to 0 N 0 ODOD O (O (0 0 CO to 0 m °) O N N 0 0 CO 0 0 Z 0 n CO N m 0 N O) 0 N- 0 .- N 0 N m 0 m to t9 t0 (9 69 NV f9 0 N (9 fA CO f9 (0 O (9 (9 CO U N.w r CV w U v N CO v to i9 U C t9 (9 09 z a. z 0o 0 o o c 0 0 0 0 t0 O 0 to O 0 0 co t0 0 o(0 0 0 0 0 m co m l.7 O O V 0 0 N (O 0 CO N t0 0 0. V CO 0 0 n 0 O n 0 n O n N n V OO V 0 N m OD m O (D (0 0) O N (O to O N. m O) O O CO n O o CO V0 Z w O O co V co(0 0 m 0) CO n (0 0 Y m N CO N CO 9 00 CO m to co N CO O) U 0 0 (0 O) N(0 O) o n V N V 60 N 0 n 0 CO CO 0 CO N. (O 0 -CO (0 (0 O) (I) 2 O O O V N C- O (D n to (0 n V f0 N V °) O. O V V n n C)co-V O t() O) Q a_ co co (o a) V 00 Cl r CO M (9(0 (0 V CO 9 t.1 (A N. ifl t9 N N (0 (O V fA 0 69 t9 N (9 69 t9 f9 to t9 N f9 Cl b9 t9 V3 69 69 CO W O) Q 69 t9 U) (9 t9 (9 69 69 69 w C f- <l m• ' OF( ON O O 0 0 0( N 0 0 m t0 0 t0 0 O 0 0 0 0 m o 0) to o co m o m n o m (n o o) co 0 0 C) 0 w o n tri N ai o tri CO o n tri - LID 0 n N o U) 0 0 M 69 N t9 69 O) 69 el 0 t9 t9 CO b3 f9 m (0 to LU w 2 O N r V. U) V COi Wd co t 69 t9 O FA f9 U 1- a. z 00 0 0o o 0 000 o to oto 0 0 0o to to o a 0 000 0 (n to 0 0 0 N o 04 0 0 0 0 0 n 0/n 0 0 0 03 n 0 0 0 60 0 o C0 0 CO 0 O 0 r 0'- V 0 O O o N O OW CO O o O N r 0 of U ° NJ w O O CO CO 0 mr 0 CO 0 O O{: 0 n O V 10 N O CO 0) C0 o m V OG U t0 0 V O N rCN N n 0 9 N CO N r V n 0 rO nOnmN N N J 2N CD 45 V th M n V (O O C)N N (0 0) N 00 to CO C)N O N OJ (L 9 O V N r .-t0 vi CO H- t0 (0 V(O N FA 69 E9 N N 61. U)CO to f9 fA N f9 N t9 EA 00 N EA CO f9 to H} t9 09 CO 0) 0) U. z J 69 to M (» 69 (0 fA 69 E9 2 5 o 1 O 0.-1m 1 l1- x n o (n to 0 0 0 0 o to o` to to o to to 0 0 0 0 Cl) Z N m o n co o 0 to 0 0 (V 0 n CO 0 n C) O 0 t0 0 fV U O w w O n 0 N o)o CO r 0 n 0 N o U of O O w f„ d Q U O !9 fA O 69 69 O60 EA .- O e9 69 0 i9 49 O 69 (»to I- '-" C/ De J 0 0 a ,_ e9 to (» (9 Z oCl. QO C70 .: CCI Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m 0 0 0 0 0 0 0 0 0 0 0 V V tm N O Op V t0 N N 0 N 0 (° O (p N t0 0 N 0 N 0 to o O o 0 M Z w M6 tri t[] O O 1- 0 tb (0 M N 0) 7 (O t[1 (0 O N ("1 O t0 N N CO V O n 0) n O M CO n n n N N h N N 9 m) V t° 0 M N N Q 0 U N N n 0 V N r c0 V N Q) 0 V V N V M 0 N O O N O N N CO 0 0 N- il d f a! n n (m (0 O t0 N 0) n n V V4 0 M r N O N n 0(o O V V (D (0 0 U a. t9 f9 9 n V n N °) r M (9 W co N m) V O) V 0 t9 N 0 0 169° J0 J 69 4 t9 NV 0 0 0 K t9 rr 0 N49 0 V w 0 (9 w rW w N co w r Q CC Z V F = z¢ o O C. 0 0-� CO I- 9 0 to o 0 0 0 0 0 0 0 m 0 0 0 0 0 0 Q U O V 00 0D O N OD N °) (° in O 0. (D M O N N O 0 U CO CO (0 N n O N m 6N .- t0 0 6 M M M w N 69 t9 V t9 43 t9 t9 n w W 0 f9 V 69 0 ¢ U N V 0 0 co O (9 N m a-' no V m W V to N M a w w w x 1- 2 >- 03 0 ooi m- o C N N r co co o o m a, a tri to c v 0 0 T N N ,_ ,_ M M L7 r r 0 0 0 0 0 0 0 ° r- lT F- 3- tT H I- 0 o al CO a al 4 CO m (b0 n a,N c En (n69 a'm c N 6 m a m' a a0. n - a m in m m 0) N 0) a 0) ro U 0, c c n c c .. a 0 jO m .� if Q LL LL 01 li R - E LL co Cl) d a _ to , a w I- `m m e = m a m E m m m z K td U 1p a o (q o m o a' o a W o K w c ¢ E 032 E E ill > E a E ¢ E .4 C O >. Q N (Y N v 0 m N J Q O °j °i m m '� -� a a a c a t ¢ v o v d a °1 a u (a = o r -0 ~ ▪ t 9 x r d N o v _ °1 e 2 = m t a i3- n () n 0 a °' m 3 3 E 0= N 0 a) _ m 0 c _ ¢ c m m 2 w 0 a .. E Z 0 c2 - 'n w 2. a KE. d <6 :a L m :n W Lo ;a W n m m E �ii r ILL F c c A m (o m min m ai N a w d ai a d:q o w N . Ca E'-U a o m o 0 ? q o cc o > i4 a > (� d `o rn to 6 a 2 v C m N 0 N E C - 0 `° ft Z' Z' O > m m O V c. O E m m E i - T `p m co m m t.. m to c C U ='> >. a o o n m c T H 0 = r o n Q J Q ... ❑ m o-o 'a Q E - N N E c 03 1 E - E 2 N E d E ~ ¢ 1- a 0 V U m w o 0 o 0 m m ( m O L- .- m A 0 i0 in m¢mJae o ma' F- -, N N N H ON Ng O r H 2 r t- H r .- m O O O J O 1- r O 0O 0 ct V CO N O CO m M MLC; LO r. Ca N N f`C\I CO 0 ct N i c5 •O I` (� �t 'C6 CO it r--- 2 � a r N a) Ln re rn W CD 0) Ln 0 U 0 U r • �I cp OD CO 0 II v co .;a .- CO as N 0 d' 0 � a N f-( "t +. N tri °O V j C% C/D 0 a N a >0 o w H .,x U = , o o -o bA N tot)V Upq 0 cu v g�1 v4. n. • c a 73 0 Tri c'i E-•4 o a) k ao a �- a 4Ci `J Q E . Ou Z .c0 0 a' 44 Cal d .a N up cz Aa O , � a� a E-, Z `�" Q c H•_a O L _ to , V V1 C ai cid 01)d CC a) d 0 8 x °.5 c I— o a' " " E •a , OD o a' > ir! kr) a' °,,,.r° Z P; a F• cn U bA C a a v r m p I.a N N ma w U I d G4 rn t J0 a rn o. • — a PQ a G*� N N00 f-, A s 0 a�' g a 5 O N M O O O O O Q � H C ' ' 9 a z 0co as co w k co 7 7 � % / R N. pi 6 o q? CO e cuLO 1.1 CD m 3 Lo 0 0 3 CV ? 2 i- # S & N a k 'E CO 0 Z 0-4 c � UPi ƒ 0 2 el ■ --- 0 E-( « U / � o g la/L) © o � �/ o — E-, >- 0. ^ ° � z cJ ~ o < & 2 w 0 8 /d (9 Q ( 0 2 & = / « c - ( % / zS 2 § S 'J P'' U « � fb Cl) / _ W « E 2 2 cl /.g cc 9 2 @ m ( � 00 Z / & % kwm --- 0 a U CC /51 / . / co ( v) 0' - / q § 2 — — / $ a. b § a 2 k b 7 2 q q ® A o p r m r m § S00 co PCI IC) 0 0 0 '.o Lf) 0 In O (+1 r 00 c0 00 CO (0 N. N- 00 •V' d' oN� d- d' CO •y N co b 0) k co W 0) LU O U 0 0 _ o 0 o II 0) � L 4t u N c0 co � Ai dt. w `r clE 00 >4 0 44 c,,, U 0 G4 F" 0 o �' F bn U UU 0 Po 0 a v) a ›- a 00 0 CO H 4j ) A o -a O 15 ' v) y C) g 0 'tt :... t.) 1 il fa. A4 U W as cd `� > > a d CCC Ea" °v c a) = o d c H 0) C7 C7 a, E.,,--,- > GO ZO Z py N (V Q E6" (I) C4 — 4-1 U a o0 Q c cn v) - o i. N m 0 w m v1 t x w ft Cel pall N N on 1=1 .5 PQ 0' m d g( ° y o 0 0 0 a. v) g( 70- b v v 4 4 oN z00 ca w COOO CO N CO N 00 d M N. Lf) N LU b N d^ CO O O CO r LO O •� LC) 0) d' 0) p r N L W O) co co O O O _ , Uc(:), 1"--- II 4k V r LC) CO CC W •Z" N 0 V) a Cr) H 00 U p C,) '-4 a 0 N a o w H a U �0 ow H (uH ooo To .� oo U U 0 o W ho To cl a cn - , a ao >- a z cH Wca 1Q o Cl) W 0 a bn • H Z V) a 0 a. . a F, o ~ N bn I- _Ea: Q..z 0ii o Z W .� r� H cin as a ., al d� U Cb o C Cf) VV)) --1 00 Q x t N m H w m '-4 �/ 2 41 3 a U ',0 oN 6" •, '+ Cl ( G N Nft O iy .r M M 0n M M w a (.3 Q a, aa) A a N El� 'Q z o 0 0 o Q H d If; ,n V) v, o o 00 M — °° o O o 0 00 1.0 O In O M In LC) In N N d' O) a N O O N o N d~' O co • N T h a Lr) a) 0'^) W w in V) o 0 0 0 o 0 o II co CLnD Cl) r in •� o Z a W a `� a co Ua 6, CZ a Q N w o 0 --.%.40..o 0w in 54 w CO N 0 V VO > a. � a W Q 4, a a` `° o AI 0 Z Q 4) W z < Q A5 41) kil Er w2 A o; a O cu nA a n bn cWi) H Z )-4 :. >'',''R O .4• E- ',S U cn z Cr cu - Q, I n c u)w > a; •a o° Z a al :-. E-. v 0 ¢ - 0 a eC c U Cl) -4 oo o Q t N CO Gr. d w g Itn in °' 1:11 a 0 0 o c� A oN a G A a > a. 6. ap. 0 0 N 0 ,4 '.c ' 0 o 0 0 CD CD Ln 0 Ln o Co Co M O I :co T zt co o co LC) N O ct 00 0 cO T T N O 0 IC) N. CO CO Ln o Eft co a) 'v, EA- CO a rna) o W 0 U 10 0 LO M itr 0 4t W a) 0 .a VI v N W W L. U 4., -' a ' 00 ra N Q O fs H U a •a VD a CI 44 H z 0 OAU U 612 a a aN 0. o0 Q a) o H WAa 0O W v) g U H m on II OH a 1 PI cd Ci) D @NI cc ate.+ _ N N N Q q 'c'2 is 4t 4k 06 U) iii d •4u t 6 ,-, - W z )=-1c<o -• -- H +. Ik It O 0.4 La (� ed cd Q0 C ' 7 00 do Q a 4 N >. >- m w d d wq oCa a _ a t ) a ts, •q o o A A A c W a a .� W W 4.1 a O d d 0 PQ at PQ a• W N .G d N CU z E� o 0 0 o O O O 00 Pa Q _ H E, E( m i BID#B18-02 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 TILE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. i Hubbard Construction Company 407-645-5500 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-623-3865 FAX (INCLUDE AREA CODE) fred.odeaehubbard.com E-MAIL ADDRESS / ��'61- `>✓i IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: P.Frederick O'Dea.Jr-VP/CFO/SEC/TRES NAME/TITLE(PLEASE PRINT) Same as Street Address 1936 Lee Road.Suite 300 STREET ADDRESS Winter Park. FL 32789 CITY STATE ZIP FEDERAL ID#59-0594298 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this o2 day of 4Vr ;) ,20f1 . Personally Known X or Produced Identification N/A N/A Notary Public-State of Florida (Type of Identification) County. Or. 1111A � Signa �� 'TJ' •he PEGGY JANDREW '~ ' ae MY COMMISSION 0 FF059409 . EXPIRES Febnary 10.2020 PPer=Jandrew +oiler �a""'"" scar^ �Printed,typed or stamped Commissioned name of Notary Public B 18-02 Asphalt Paving Projects FY 2018 51 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Hubbard Construction Company ,as Principal, and Liberty Mutual Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida,as Owner, in the penal sum of,(5 percent of the Contract Bid)$41,787.85 **Forty-one thousand, seven hundred eighty-seven dollars and eighty-five cents** (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 17th day of April , 2018. 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 B18-02 Asphalt Paving Proiects for FY 2018(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. B18-02 Asphalt Paving Projects 39 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90)days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer,agent or representative who executed this Bond on behalf of Surety to execute,seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute,then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 818-02 Asphalt Paving Projects FY 2018 40 I 1. 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. (I) (Individu ' Signature) (Witn . (2) (Individual's Signature) (Witness) doing business as (SEAL) (Busi Address) elephone No.) (Florida License No.) _ B18-02 Asphalt Paving Projects FY 2018 41 If Bidder is PARTNERSHIP,complete this signature block. (1) (Panne i'Name) (Wit• s) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (B ess Address) (Telephone No.) (Florida License No.) B18-02 Asphalt Paving Projects FY 2018 42 If Bidder is CORPORATION,complete this stature block. Hubbard Construction Company (1) (Corporation Name) (Witness William Dumas Florida (2) i‘W--‘1:1 Iit (State of Incorporation) (Witness) vickey Clark By: P.Frederick O'Dea,Jr. (Name of Person Authorized to Sign-See Note 1) (SEAL) VP/CFO/SEC/TRES (Title) 7.0a4dGe044 (Authorized Signature) Alan Cahill (Corporation President) 1936 Lee Rd, St 300 Winter Park, FL 32789 (Business Address) 407-645-5500 CGC059695 (Telephone No.) (Florida License No.) B 18-02 Asphalt Paving Projects FY 2018 43 SURETY Witness: (If agency is not a Corporation) Liberty Mutual Insurance Company (Surety Business Name) (1) (Witness) 175 Berkeley Street,Boston, MA 02116 (Principal Place of Business) (2) (Witness) (S ty Agent's Sign re-See Note 2) Attest: f AgencyG�77is//a��Corporat'i n) Maria Signorile r, ,�� �,IGL.Occ-(S2c. • (Surety Agent's Name) "tness (`eurporate-Secretary Signature) Attorney-in-Fact Michaela Azi, Witness (Surety Agent's Title) Witness(Eorporete secretary Name) Aon Risk Services South Inc. • • • ' ..• 's • , •.'i. • (Business Name of Local Agent for Surety) (Corporate Seal),. 3550 Lenox Rd.,NE, Suite 1700,Atlanta,GA 30326 (Business Address) (404)261-3400 N/A (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the state where the project is located. B 18-02 Asphalt Paving Projects FY 2018 44 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF STATE OF GEORGIA ) COUNTY OR CITY OF FULTON COUNTY ) Before me,a Notary Public,personally carne Maria Signorile known to me, and known to be the Attorney-in-Fact of Liberty Mutual Insurance Company,a Massachusetts Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Liberty Mutual Insurance Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Liberty Mutual Insurance Cpmpany (Surety Company) Given under my hand and seal this 17th day of April ,20®. �ZHK S F'�g••' •�OTA1�''zps sqess. •.,_ Elizabeth K.1 . erling (Notary Public) ' C'ptti y t3k�.• My Commission Expires�~"''"28'12021 END OF SECTION 818-02 Asphalt Paving Projects FY 2018 45 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This power of Attorney limits the acts of lhose named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No.7964258 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:Thal The Ohio Casualty insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts.and West American insurance Company is a corporation duly organized under the laws of the State of Indiana(herein oclectvely wiled the''Compa lies},pursuant to and by authority herein set tart,does hereby name,constitute and appoint Maria SignorlIe;Benjamin A.Stahl.Elizabeth K.Steririi Wesley P.WIliams el of the city eel Aura ,dale of OA each indhdduatty if there be more then one named,Its true and lawful allomey-in•fad to make,execute,seal,admowledge aid deliver,for and on its behalf as surety and as Its ad and deed,any and all ergs,bonds,recopnizatoee and other aunty obtgebons,in pursuaxae of Mese presents end shat bens binding upon the Compares as I they have bean duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF.this Power of Attorney hes been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed Mlereb Ulie lath *of Decanter 2017 . 711, M YY INs cases hNs 'O " u tiJ!'' �* }" �" pr'-62, Lindy Ohio Casualty Insurance Company„ S' '' 1914 .' 1412 1991 .. m Insurance Company 11 �"`��T S 7 fSTATE OF PENNSTLWWIA ss David W.Carey:Assistant Secretary C 1 COUNTY OF MONTGOMERY _ C 12 a On Use 150a day of December . 2017 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutant Insurance l H V O Company,The Ohio Camay Company,and West American Insurance Company,and that he,as such,being authorized ea to do,execute the foregoing laburnent for the pupates S=R therein contained by signing on behalf of the corporations by hlmsel as a duly authaimd olioer. low L > IN WITNESS WHEREOF,I have hereunto subscribed my name and afftred my relaid seal at King of Prussia,Pennsylvania,on the day and year first above wrihan. E Ed 0 z ¢4'. PA3rF COMMONwrEAi.TH OF PENNSYLVANIA 1/�'. ' . - ' d �, _ M r°'o .c.,c. ds'Semi Tames Posl�eln..Nc4ary Public BY: r� "�`� '�j `((J/,('� C Of Upper ItarionTwp.,Morlgamery County Teresa Pamela,Notary Public 1.-0 Mi.Commission Expires March 2&2071 t to i C rby ems' Uenoa.Pannerl.ereAi .ca�arnaNn�r au a rrrY W a a fe TMs Power of Attorney is made and executed pursuant to and by authority of the foaming By4ews and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual ,2 o r Insurance Company,and West American Insurance Company which resolutions we now in full force and elect reading as follows: E c ARTICLE N-OFFICERS-Section 12.Power of Attorney.Any dicer or other o feral of the Corporation authorized for that purpose in writing by the Charman or the President,and sutyec e , g to such Iitnkation as the Chartwn or lie President may prescribe,that appoint such atomeys4 n.fact,as may be necessary to act in behalf of to Corporation to make,execute,seal, , u O C admowledge and delver as surety any and all untlerlelhlgs,bonds,recognizances and other surely oblgatons,Such allomeys-in4acL subject b the lnitakons set bit in Met respective iE to hod ea rney.shall have to power Corprearen such instruments and to attach thereto the seal of tie Corporation. When .2 e executed,such asltrunars shat t binding signed by theIwent and tended to Secretary.Any�a*�y representative m atto fa dr a signature and execution of ” Ws provisions of tris slide maybe revoked al any erne by the Board,tae Chairman.to President or by the officer or officers granting such power or authority. •g 'a a ARTICLE XII-Execution of Contracts SECTION 5.Suety Bonds srid Undertakings.Any officer of tlhe Company authorized fax that puapose in wring by the c hairmah or the president E 0? > 6 and subject to such Gnilalions as to charnel err the president may prescribe,anal appoint such atorneys•in•lact as maybe necessary to act in behar of the Company to shake,exeaAe. M 0 2 seat,acknowledge and deliver as surely any and al undertakings,bonds,recognizances and other surety Woollens. Such attorneys-in-fact subject to tie ifmiletons set tornin tale C eco► Z u reaped powers of attorney,shall have furs power b bird the Company by their*nature and execution d any Bud'intltenshis and to attach tarot the seat of the Company.When so 80 executed ouch instru Mints sisal be as binding as If signed by the president and Melded by the secretary. Certificate of lynadon-The President of the Company,acing pursuant b the Bylaws of the Company.wheezes David M.Carey,Assistant Secretary to appoint such atorneysea FC!-5 fad as may be necessary to act on behalf al tie Company to mice.exeaM%seal,adoew$edge and delver as only any and el undertakings,bands,recognizances and other surely obligations. Aulheriasdion-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Cly,wherever'peening upon a calked copy of any power of attorney Mixed by the Company in connection wit surety bonds,shat be raid and binding upon tie Company with to same force and enact as though manually allied. t Renee C. Llewellyn, Me urhdepigned,Maned Secretary, The Ohio Cauely Insurance Carpal, Mealy WW1 Insurance Company.and West American Insurance Company do hereby certify that the original power of attorney of whirls the foregoing is a kul,,in.and,correct copy of the Poorer of Attorney executed by std Companies,is in led force and elect and hat rho beehh rovoled. ,/� ' Ni TESTMIONY WHEREOF,I have hereunto set ray hand and affixed the seals of.said Companies this/ day of f"T r f .20/Y . N"y NSU 1NTUq 0!" / , p 19h9 0. 1912 y, x �7 1 ° 'u o .1 k Renee C.UOTAmildent Saaelay 352 of 5o0 LMS_121173 078017 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: SEE ATTACHED LIST (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. SEE ATTACHED LIST 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 SEE ATTACHED LIST 1 18 B18-02 Asphalt Paving Projects FY 2018 Have you any similar work in progress at this time?Yes CI No_ Length of time in business 90 years Bank or other financial references: Wells Fargo Bank,N.A.800 N.Magnolia Ave,St 800 Orlando,FL 32803 407-649-5990 Scott Wilmeth,Sr.Vice President (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. SEE ATTACHED LIST 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 01 Dated 4/12/2018 No. 02 Dated 4/24/2018 No. Dated No. Dated No. Dated (remainder of page left blank intentionally) 19 B18-02 Asphalt Paving Projects FY 2018 c c C Gp A • 3 « 3Hi: ( Q e « V m n Ec YY E� L p = r o T. Ft E c « = 3 ` ° y ca ac c . • miEn M. EC QC _ -0 a13o Y . N ON O w Y t; C V E>? c :0 .Yu. t " ° c9n vi" Y Y i' c A c rc � n '4 E ' A v o Z 1 Y a > n o p $ � 5 ot E ` 8 :— Y e .c O ° pa ° ` E - " pttQ304- EF ` 9 0« E ' e N o w 6 .l aYO .n u c Yof or A.^ " « . u— �° c� Jn ^ veY IC? Lw G Y nig a .i Gv ° > ora g m a E uv uYEaon¢ c o v c 3 TA E vMLLcmtom o o u u e c « w c � N2 . 7th a O Y i. Y Y o > S Yr «▪ « - N ` tiC2 OO C Y 4EY Nq y u O O V 0 0vO • ac Om Y 30YCm • u C ^ 0T E c 2 : - c E ,C n2u 8 8, 2 .. r o Y u . 0 't ... ' 3 'CU » h A p F d u t o n u " " no 3 11 0 ` a > > p u Y c N a o c 2 » 3 2 •c -t v p E C a E c ? 't E Pi' r-63 •1 E C 3 a a 8 C 4 E 3 •E m A c A' 2, w o C C n V° « o 5 X n cc 4, F s n-33 > Fr- A m C z f E m v n ry r .mi ni .ni .L . .ri Zo r oo o u0 0o \ m0 o0 x a n+ °. o n• i n. m. n. n. W •c,-, u � \a' o o - n ten � .s o0 s oa x o o ¢ s o $ . om m rc o a,-4 to mc mo .O Q ° m r nn a m i. ry asO O O ,4 O ry Z N N N N N -Q V O m $ $ N OMO I cc m A N 8 ry m ry m m o a n N O N O 6{n O nOn b • T - m Wa n . . ccU z ¢ '' Z 19 LLI K O N N N N N U N N N L CC O LL n 0 W �mCC •+ 3 w c 0 0 uaQpc c 3 ol u -_13 Y0 « c r OC e C y a al e"G . m S. o u u-E Ecc E m c E E e 5 r'� x n = ui r M O t; n F i : „ F , PO H41 m+ m• Na ah Q , a nQ V ob 8 . V _ N m I, _Vm � rmt „ 2on ¢ 0m u ` mm a tC. , < m8nm ° - nonC m C mP a ? onou+ «o o f ryv+ 'nn v ' ° p ^ p0n0 ry I o u WU 8 n. e v u e 0 a 8 0 8 w ag H a v u n E c c ° 0 0 0 c O. p « ` . ` o Ae C ; ` u H Y F 4 c m C n u m aw m u LLZ u « mQ i3 .. u ,n « « .. « Vm Nm C'2 g N m « ry E , EN 2 Y O om c'cm S u n c _ auM C : ,i:. C : ET. ° n .,2 uu. >' a 2 "i uLL ? uLLnOu p Z n n 3 nNu a Yr OLL > LL V N O - C C Y „ « Z E1.q h0 WC W ` NL v ' y L OON xC .-. o` oq= o s . Am W zC $ C $ w E 6 L” 7.1 Z," E4o . . A L NA t Oa0 040x a u fa o = LL8H urvauo .a E 0 r °. 1--..2 a 4 c e u Q LL m J fau CO z — co 3tV1 Ts •u G m COo g E • j c z na �_ o. " t c '° °o« a7m mE i r v -" ¢ 2. a uc o n -0N ZE P , c1. ni s o m w •$ u-6' °iOz -- fl a s m ,Co' �° z o Pi O ! ta \ /cn \ 22 \ � } � b ) ti �{ c._ \ { II \! § } \ \ \ \ \0. 0 \ \ ) ° 14 0 ( \\ k } , \ 2 a K § tri , § \ , ® •..1! ~ _ 9 ell ± o . . c, § / B b ! 11 E § , 2 != g - ; � 2 CC . § 0 [ ) $k 7 , ; ! V, ; � e , § } ƒ§ 3 £§ \§ ) § k8. a 2 / 2 / / 2§ & § en K}§ ) r_) , e2 { % ga -, , § ) ( r § . ! # • ° .E ° ' iri > 2 / .6a§ >// ] a22 ,2 1 ; ) /2 ! _ ci �7a , � 5 � o ! « 13, a , . a a 4 ! W .. § CO b 4.-.. 0 - § O a- » \ ( fl, 8 ' � 2gr 0 \� »! (7 2* =f K 3 HUBBARD Proposed Subcontractors Project: City of Ocoee Asphalt Paving Projects for FY 2018 Invitiation to Bid No.: B18-02 Type of Work Name of Subconractor Address Federal I.D.# Contact Person/Phone# Milling Services Mill-It, Inc. 9630 Discovery Court 59-2326966 Altamonte Springs, FL 32714 (407)661-1181 Brian Bortell Material Hauling TransPremier, LLC 9709 Recycle Center Road &Milling Cleanup 65-1024796 Orlando, FL 32824 (407)905-4433 Sergio Guarnizo Flaggers Trojan Labor 2906 N.Orange Blossom Trail 68-0510357 Orlando, FL 32804 (407)826-1615 Melissa McKie Pavement Markings Tru-Mark, Inc. 31719 Long Acres Drive 20-1385712 Sorrento,FL 32776 (352)735-8394 Norman Gaines Hubbard Construction Company P.O.Box 547217-Winter Park,FL 32854 1936 Lee Road,Suite 300-Winter Park FL,32789 T/407-645-5500 www.hubbard corn • Page 1 of 5 HUBBARD -- J I_ _ EQUIPMENT LIST 1016628 DONLEN 298747 CAR FUSION SE 4D FORD 2011 10/1/10 FORD 3FAHPOHA2BR144573 • 1024450 DONLEN 521836 CAR FUSION SE HYBRID 2015 7/20/15 FORD 3FA6POLU9GR174041 _ 1028781 DONLEN 764896 00-CAR FUSION SE HYBRID FORD 1022404 DONLEN 456824 SUV EDGE SE 4X2 FORD 2014 3/25/14 FORD 2FMDK3GCOEBA50606 1024784 DONLEN 528028 SUV EDGE SE 4X2 FORD 2015 11/5/15 FORD 2FMTK3G88FBC04486 1025778 DONLEN 557348 SUV EXPLORER XLT4X2 FORD 2016 4/4/16 FORD 1FM5K7D85GGC35385 1026862 DONLEN 635789 SUV EXPLORER XLT4X2 FORD 2016 12/17/16 FORD1FM5K7D89HGB33105 1028782 DONLEN 764894 SUV EXPLORER XLT4X2 FORD 2018 2/15/18 FORD 1FM5K7D81JGA81541 1021963 DONLEN 443525 SUV EXPLORER LIMITED 4X2 FORD 2014 2/7/14 FORD 1FM5K7F82EGB43578 1024689 DONLEN 526174 SUV EXPLORER LIMITED 4X2 UPGRADE F 2016 10/8/15 FORD 1FM5K7F86GGA76731 1025474 DONLEN 551818 SUV EXPLORER LIMITED 4X2 FORD 2016 2/8/16 _ FORD 1FM5K7F87GGB87756 1212006 DONLEN 314126 P/U F150 4X2 WIT FORD 2011 6/20/11 _ FORD 1FTMF1CM3BKD62402 1212029 DONLEN 314837 P/U F1504X2 WIT FORD 2011 7/25/11 FORD 1FTMF1CM9BKD68222 1214214 DONLEN 447880 P/U F150 4X2 W/T FORD 2014 3/25/14 FORD 1FTMF1CM6EKD61247 ~ 1214215 DONLEN 447879 P/U F150 4X2 W/T FORD 2014 3/25/14 FORD 1FTMF1CM4EKD61246 1214584 DONLEN 466611 P/U F150 4X2 W/T FORD 2014 8/11/14 FORD 1FTMF1CM2EKE40432 1214772 DONLEN 475770 P/U F150 4X2 W/T FORD _ 2014 10/23/14 FORD 1FTMF1CM3EKF39471 1214837 DONLEN 479589 P/U F150 4X2 W/T FORD 2014 11/24/14 FORD 1FTMF1CM9EKF76931 1215024 DONLEN 484912 P/U F1504X2 W/T FORD 2014 1/20/15 FORD 1FTMF1CM1EKG06326 1215512 DONLEN 511546 P/U F150 4X2 S/C U/G FORD 2015 7/4/15 FORD 1FTEX1C87FKD29350 1215819 DONLEN 527980 P/U F150 4X2 S/C W/T FORD 2015 9/23/15 FORD 1FTEX1C86FKE22764 1215852 DONLEN 527965 P/U F150 4X2 S/C W/T FORD 2015 10/19/15 FORD 1FTEX1C82FKE22762 1216246 DONLEN 551710 P/U F150 4X2 W/T FORD 2016 2/26/16 FORD 1FTMF1C83GKD58084 1216255 DONLEN 551815 P/U F150 4X2 W/T FORD 2016 2/26/16 FORD 1FTMF1C80GKD58074 1216257 DONLEN 551817 P/U F150 4X2 WIT FORD 2016 3/15/16 FORD 1FTMF1C86GKD58O77 1216260 DONLEN 552494 P/U F150 4X2 S/C U/G FORD _ 2016 _ 3/16/16 FORD 1FTEX1C89GKD58088 1216670 DONLEN 570306 P/U F150 XLT 4X2 S/C U/G FORD 2016 6/20/16 FORD 1FTEX1C82GKE75995 1217141 DONLEN 635799 P/U F150 4X2 W/T FORD 2016 12/17/16 FORD 1FTMF1C82HKC19727 1217150 DONLEN 635811 P/U F150 4X2 W/T FORD 2016 12/17/16 FORD 1FTMF1C81HKC19721 1217273 DONLEN 659483 P/U F150 4X2 S/C U/G FORD 2017 2/22/17_ FORD _1FTEX1C82HKC46248 1217565 DONLEN 685267 P/U F150 4X2 W/T FORD 2017 5/25/17 FORD 1FTMF1C81HKD60644 1217566 DONLEN 685265 P/U F150 4X2 W/T FORD 2017 5/25/17 FORD 1FTMF1C85HKD60646 1218360 DONLEN 767245 00-P/U F150 4X2 W/T FORD FORD 1218361 DONLEN 767084 00-P/U F150 4X2 W/T FORD FORD 1315383 DONLEN 334328 —FLATBED F350 TRAFFIC TRK FORD _ 2012 3/26/12 FORD 1FDRF3G64CEB22378 1317254 DONLEN 432955 FLATBED CREW F350 DRW FORD 2013 10/28/13 FORD 1FD8W3G61EEA54278 1317483 DONLEN 446467 FLATBED F350 TRAFFIC TRK FORD _ 2014 2/18/14 1 FORD 1FDRF3G60EEB26477 1317485 DONLEN 446468 FLATBED F350 TRAFFIC TRK FORD 2014 2/18/14 FORD 1FDRF3G69EEB26476 - — – 1313211 DONLEN 279658 UTILITY BODY F250 SRW FORD 2009 11/17/09 FORD 1FTNF2AY8AEA49746 1319288_DONLEN 547559 P/U F250 4X2 CREWCAB FORD 2016 3/14/16 FORD 1FT7W2A68GEB61818 89 13192DONLEN 547566 P/U F250 4X2 CREWCAB FORD 2016 3/16/16 FORD 1FT7W2A6XGEB61819 _1408718 DONLEN 342386 FLATBED F450 TRAFFIC TRK CREW CAB F 2012 7/10/12 j FORD 1FDOW4GTOCEB82629 1408719 DONLEN 342387 FLATBED F450 TRAFFIC TRK CREW CAB F 2012 7/10/12 ; FORD 1FDOW4GT9CEB82628 OPC-HG Equipment List 20180320-0850.xlsx 3-HG Equipment ListOlMarch2018 4/23/2018 9:03 AM Page 2 of 5 411 HUBBARD - EQUIPMENT LIST 1408782 DONLEN 479624 FLATBED F450 TRAFFIC TRK CREW CAB F 2014 12/9/14 FORD 1FDOW4GT7FEB80591 1501041 DONLEN 916090 CREWCAB F650 FORD 2006 12/1/05 FORD 3FRWW65N86V228735 1501053 DONLEN 916033 CREWCAB F650 FORD 2006 12/1/06 FORD 3FRWW65R57V517950 1501787 DONLEN 936094 CREWCAB F650 DRW FORD 2009 7/31/09 FORD 3FRWW65D19V214638 1501788 DONLEN 938791 CREWCAB F650 DRW FORD 2009 8/26/09 FORD 3FRWW65D99V215875 1502436 00-CREWCAB FLATBED ASPH SERV F750 FORD FORD 1502437 00-CREWCAB FLATBED ASPH SERV F750 FORD FORD 1703218 DONLEN 915962 TRACTOR T800 TANDEM AXLE KENWOR1 2007 10/5/07 KENWORTH 1XKDDU9X38J227965 _ 1703456 DONLEN 942172 TRACTOR T800 TANDEM AXLE KENWOR" 2009 11/9/09 KENWORTH 1XKDDU9X9AJ271149 1703682 DONLEN 620782 TRACTOR TANDEM AXLE T800 KENWOR1 2012 5/1/12 KENWORTH 1XKDDP9X9DJ348978 1703166 DONLEN 915857 TRACTOR W900LTRI AXLE KENWORTH 2007 7/1/06 KENWORTH 1XKWPBEX17J173719 1801688 TRAILER TK7ORG TANDEM AXLE TRAILKIV 2008 1/10/08 TRAILKING 1TKS048298B103562 1802031 LBT-006 TRAILER 50GSL 50TON EAGER BEAVER 2002 1/1/02 FORD 112SE25192L059365 1802032 I LBT-007 TRAILER 55GSL 55TON EAGER BEAVER 2007 1/1/07 :AGER BEAVE 112SAY5067L073432 1801627 ! 38947 TRAILER TK100HDG TRI AXLE TRAILKING 2006 5/1/06 TRAILKING 1TKJ0533868125471 1801616 34123 TRAILER UTILITY 2004 7/1/04 UNKNOWN NOVIN0200420757 1801617 34124 TRAILER UTILITY 2004 7/1/04 UNKNOWN NOVIN0200397462 1802346 TRAILER ENCLOSED 6X12 S/A RAMP&SC 2017 5/17/17 FREEDOM 5WKBE1218H1048254 3104565 LOADER SKIDSTEER 232D CATERPILLAR 2016 12/28/16 CATERPILLAR 232D-DPR00465 3103562 FL-004 LOADER 702V KAWASAKI 2005 1/1/05 KAWASAKI 70C45288 3103988 LOADER 972M CAT 6.25CY 2014 11/19/14 CATERPILLAR A8P00374 3300406 • TRACTOR 210U JOHN DEERE W/BOX BIJ 2009 1/23/09 JOHN DEERE 890167 3800129 11964 ROAD WIDENER RW195 BLAWKNOX 1992 3/1/92 BLAW-KNOX RW195D-1951505 4001073 29486 ROLLER STATIC BW9AS BOMAG 2002 10/1/02 BOMAG 109C14603376 _4001112 ROLLER STATIC BW9AS BOMAG 2014 8/24/16 BOMAG 901C14621002 4201815 43124 ROLLER VIB HD7OHV HAMM 2007 6/1/07 HAMM H1730485 4201863 VIB ROLLER 0120V HAMM _ 2007 _ 12/6/07 HAMM H1820054 4202021 ROLLER VIB CB534DXW CATERPILLAR 2008 3/21/08 CATERPILLAR CATCB534KEAA00605 4202022 ROLLER VIB CB534DXW CATERPILLAR 2008 4/21/08 CATERPILLAR REAA00621 4202023 ROLLER VIB CB534DXW CATERPILLAR 2008 4/21/08 CATERPILLAR PEAA00622 4203114 ROLLER VIB CB64B CATERPILLAR 2016 8/23/17 CATERPILLAR CATCB64BTC5600222 4203200 L1017-ROLLER VIB CB64B CATERPILLAR 2017 10/30/17 CATERPILLAR C5600355 4300641 39174 ROLLER TRAFFIC C530AH HYPAC 2006 3/17/06 HYPAC 901A22202253 - ROLLER TRAFFIC C530AH HYPAC 2007 6/1/07 HYPAC 901A22202357 4300649 4300759 ROLLER TRAFFIC BW11RH BOMAG 2009 5/14/09 BOMAG 911A22211044 4300797 9-103 ROLLER TRAFFIC 915 ROSCO 2008 5/27/08 ROSCO 49697 4503778 TAMP PLATE WP1550AW WACKER 2015 3/1/15 WACKER 30085523 4503779 TAMP PLATE WP1550AW WACKER 2015 3/1/15 WACKER 30085524 4504170 TAMP PLATE WP1550AW WACKER 2017 9/1/17 WACKER 10738465 ~ 4504171 TAMP PLATE WP1550AW WACKER 2017 9/1/17 WACKER _ 1073.846.7_ 4700411 TRAILER W/500 GAL WATER TANK WYLI 2008 7/23/08 WYLIE 5VUTW13238L000081 9702316 29338 GRADE CONTROL SYSTEM PAVESET 2002 8/1/02 j PAVESET 5802001 PAVER TRACK 8'655D CATERPILLAR 2015 5/11/15 CATERPILLAR GNZ00558 OPC-HG Equipment List 20180320-0850.xlsx 3-HG Equipment ListOlMarch2018 4/23/2018 9:03 AM Page 3 of 5 It HUBBARD - - __ EQUIPMENT LIST 5801378 43154 PAVER TRACK AP-1055D CATERPILLAR 2007 5/29/07 CATERPILLAR FAC00468 5801850 PAVER TRACK AP1055E CATERPILLAR 2013 5/8/13 CATERPILLAR CATAP105ETJF00107 5802073 PAVER WHEEL AP1000F CATERPILLAR 2016 4/20/16 CATERPILLAR AC400194 5801939 —MAT'L TRANSFER VEHICLE E1250A WEILI 2014 4/15/14 WEILER 1121 6201039 29215 DISTRIBUTOR BODY ON EQ#6201054 2002 7/31/02 ETNYRE S3344 6201054 DONLEN 916276 DISTRIB CENT S2000 F750 FORD 2002 5/29/02 FORD 3FDXF75N13MB01362 6201107 DONLEN 915908 DISTRIBUTOR 7500 STERUNG W/ETNYRE 2007 1/31/07 STERUNG 2FZAASDC17AX84711 6201162 DONLEN 915909 DISTRIBUTOR F750 FORD W/ETNYRE CEP 2008 1/10/08 FORD 3FRXF75T98V675246 6201254 DONLEN 915910 DISTRIBUTOR F750 FORD W/ETNYRE CEP 2008 10/13/08 FORD 3FRXF75T69V110759 6201671 DONLEN 599927 DISTRIBUTOR T370 KENWORTH CEN2001 2016 8/16/16 ETNYRE 2NKHHM7X1HM130369 6201736 00-DISTRIB CENT T370 KENWORTH ETNYRE 6601403 _ 37402 BROOM R13S0 BROCE W/GB 2005 8/4/05 BROCE 404773 6.601461 BROOM RJ350 C/M BROOM W/GB 2003 7/6/07 BROCE 405720 _6601492 RJ350 BROCE BROOM 2008 4/4/08 BROCE 405819 6601493 BROOM RJ350 C/M BROCE W/GB 2008 5/13/08 BROCE 406181 8167101 21243 BAGHOUSE 6/1/00 N/A 8167201 32067 COLD FEED BINS 10/1/03 N/A 8167302 DUST CONTROL UNKNOWN 8167501 29868 DRAG SLAT 11/1/02 N/A 8167601 12673 ASPHALT SILOS 10/1/92 N/A 8167701 19420 ELECTRICAL 1/1/99 N/A 8167801 29329 TANK FARM 8/1/02 N/A 8167901 14626 INFRASTRUCTURES 9/1/94 N/A 8168001 918 DRYER 6/1/86 N/A 8168101 40430 BAGHOUSE 8/1/06 N/A 8168202 COLD FEED BINS _ HERMAN GRANT 8168301 34989 DUST CONTROL 9/1/04 N/A 8168401 LIME SILO 12/1/04ERMAN GRANT 8168501 40424 DRAG SLAT 8/1/06 N/A 8168601 29332 ASPHALT SILOS 8/1/02 N/A 8168702 ELECTRICAL 2010 6/1/10 ASTEC 8168802 TANK FARM GENCOR -------------- ----- ------------ 8168901 911 INFRASTRUCTURES 6/1/86 N/A 8302465 DRYER AND PRIMARY 8/18/17 GENCOR 9001670 40886 WELDER 400AMP. 2004 11/3/06 MILLER 110294 9812229 37.33.6 WELDER RANGER 10 225AMP LINCOLN 2005 7/27/05 LINCOLN U10506.23348 9102445 COMPRESSOR 222CFM SULLAIR 3709 2015 11/24/15 SULLAIR 2.01511E+11 9503541 36129 CONTAINER BOX 8'X 20' 2005 3/1/05 N/A FBXU1056853 9505348 #160 CONTAINER BOX 20' 2007 7/20/07 UNKNOWN 9702333 33555 DENSITY MACHINE 3440 TROXLER 2004 4/1/04 TROXLER – 9702350 39504 DENSITY GAUGE NUCLEAR 2006 4/1/06 N/A 9812075 33360 TRAILER W/CORE DRILL 2004 3/1/04 N/A 3.50051E+14 9812263 38236 VISCOTESTER DIGITAL 2005 10/1/05 N/A OPC-HG Equipment List 20180320-0850.xlsx 3-HG Equipment ListOlMarch2018 4/23/2018 9:03 AM Page 4 of 5 II HUBBARD EQUIPMENT LIST 9812276 38580 TRAILER W/CORE DRILL 2005 ( 12/1/05 N/A 1DT300B11G3DT9624 9812332 39500 TRAILER W/ROLLING STRAIGHTEDGE 2006 4/1/06 N/A N0VIN0200497354 9812337 39714 PAVEMENT QUALITY INDICATOR 2006 5/1/06 N/A 9812381 41077 PAVEMENT QUALITY INDICATOR 2006 11/1/06 N/A 9814551 PAVEMENT QUALITY INDICATOR 2008 3/31/08 TRANS-TECH 9814883 12"SIEVE SHAKER MARYANN DGTL 2009 1/22/09 RAINHART 9815777 TRAILER W/CORE DRILL 2009 HOME-MADE N0VIN0200485520 9825034 PAVEMENT QUALITY INDICATOR 2017 I 8/22/17 �TRANSTECH PQ13801725 9825057 BENCH OVEN 9/6/17VIRGINIA LAB B33ER-09151 MODEL 31350 9825358 00-TRAILER W/CORE DRILL&GENERATOR VARIOUS 9813651 LAWN MOWER 7H17 JOHN DEERE 2007 8/13/07 JOHN DEEREITC7H17B040241 9822242 I ICE MACHINE MANITOWAC 2014 6/19/14 MANITOWOC 9825356 00-ICE MACHINE W/BIN HOSHIZAKI HOSHIZAKI 9811338 5072 TRAILER W/ROLLING STRAIGHT EDGE 1978 1/15/78 N/A N0VIN000082475541 9811541 17122 TRAILER W/ROLLING STRAIGHT EDGE 1997 1/1/97 N/A N0VIN000082802574 9813595 TRAILER W/ROLLING STRAIGHT EDGE 2009 NEWTON MACHINE AND SUPPLY 9813650 LAWN MOWER 7H17 JOHN DEERE 2007 11/1/07 JOHN DEERE 9814710 SWEEPER ATTACHMENT BOBCAT 2008 7/31/08 BOBCAT 714419540 9819165 #221 PAVEMENT HEATER 2009 8/3/09 KMI KM — 9822170 SWEEPER BUCKET ATTACH CAT 2016 12/28/16 CATERPILLAR LXB01478 9823113 FLOOR SAW CC1211-18 DIAMOND 2015 DIAMOND PROD( 150490 9823114 FLOOR SAW CC1211-18 DIAMOND 2015 DIAMOND PROM 150491 9823611 BLADE LIGHT SYSTEM VISION X 2016 3/15/16 VISION X 153498 9823612 BLADE LIGHT SYSTEM VISION X 2016 4/1/16 VISION X 153498 IA14474 TABLET APPLE IPAD AIR BLACK 16GB WI-Fl& APPLE IA14707 10017370 TABLET HP ELITEPAD 1000 G2 ATOM Z3795 4G HP 1 CND4349HXS IA14990 LAPTOP HP PROBOOK 450 G117 4702MQ 15.6 HP 8CG427085S , IA14999 LAPTOP HP PROBOOK 450 G117 4702MQ 15.6 HP 18CG4300M4R IA15025 10002059 TABLET,HP ELITEPAD 1000 G2 ATOM Z3795 ( HP CND4375JKP IA15026 10103576 TABLET,HP ELITEPAD 1000 G2 ATOM 23795 HP CND5433535 IA15048 LAPTOP,HP PROBOOK 650 G1 15.6 174610M HP 5CG4524JJN IA15049 LAPTOP,HP PROBOOK 650 G1 15.6174610M HP 5CG45241D1 IA15050 LAPTOP,HP PROBOOK 650 G1 15.6I74610M HP 5CG4432N4C IA15228 LAPTOP,HP PROBOOK 650 G115.615 4300M HP 5CG5111S7H IA15275 LAPTOP,HP PROBOOK 650 Gi 15.615 4300M HP 5CG5111S7N IA15282 LAPTOP,HP PROBOOK 650 G115.615 4300M HP 5CG5231PJH IA16767 _ _ 00-HP ZBOOK 15 G4 HP CND75094R1 1A16768 _ _ _00-HP ZBOOK 15 G4 HP CND75094R2 _IA16769 00-HP ZBOOK 15 G4 HP CND75094R3 IB08475 PRINTER 4350N LASER JET HEWLETT PAC 2006 9/28/06 WLETT PACKACRNXS04361 1E02492 SOFTWARE ESTIMATING HCSS 2008 3/1/08 INST.SYST.SPECIALISTS MA03478 COPIER MP4502 RICOH RICOH W512L501008 MA03732 COPIER,RICOH MP C3003 RICHO OPC-HG Equipment List 20180320-0850.xlsx 3-HG Equipment ListOlMarch2018 4/23/2018 9:03 AM Page 5 of 5 HUBBARD EQUIPMENT LIST MB12938 U-SHAPED EXECUTIVE DESK FLORIDA BUSINESS INTERIORS TA02021 910 SITE 12/1/85 N/A TB00261 10363 Land-OPC Plant 1 9/18/88 N/A TC01875 1150 TREES 4/2/90 N/A TC01891 26232 WELL 4" 3/1/01 N/A TC01893 26242 SITE IMPROVEMENTS 3/1/01 N/A OPC-HG Equipment List 20180320-0850.xlsx 3-HG Equipment ListOlMarch2018 4/23/2018 9:03 AM i,c OC C C $2:' t. 2 =T �ds Ev aZ .t d 1 0 1 IA A ' ni_ g .t�i _ �z is L4_I lk 0 81t1 " p L c v ?0 m� �� € � � � � -0 • c h a7 l c0 O t A P 0 -2 ill v o '5a1 c1 PI 11 - 1E§g4Ac° Wrag . -0 c mmo Wx@ /1 " . 101-E101 • � 1 1 2 m••yE ' oEE4111 p g V c 'a a i zecog8E EgaEn0o 'v cn-22m E o .o 22 . a.= E 00. o m; m u E �Q ,o c c c E Cb § co !! V 0.� C 2 L a o a - re e cow o xgm cm cm cm i 's 1.0, {� O(p"o(�� �' MNO .pQ'11' 045 .0 .92 w„.„5, a walla 2 ._ 01 _, :A. g 2 a m Pi 0 PcLL %� 5 K c2F � �•a •8 m g Alll' i iV"m zeagggWei-al WEw apg c a x F-F- �-u_ ..a . cLF- cozF- F-ti � a F-�SxF-F-LL � aEC�mux ►-I- u_ .= b i g` � s E Q0 ..a. a LL, '� E � o 8 o i bo - E pv co co co ac N0a W VOp O S S m az 652 u= sC H p N N .Q 1" 1,7g ) O 7l " O y W :542 C E .n_8 To Cn� O t O Noun 2 §--g C O y� 7'Cg 6 . .0 c. ._ �.Q+ �14250A § C °) � £ Zf�03 m 0 c 0'2 Esbgt2446 .sg 6-:123s5 fikiltio -q _ J, 0. gge 491-1§01V" .Q a � 8 age $ c c E Wilawas -gRwasliz t-gi2R-gpvli4g- 0 OE ! 8 wit is We = ygaZgE gi 3U) an.'i E 1 I s w) c 1 mA IIL p a 0 p $m W s E m 0Y . $ _* 1i .11; 0 co CO T" )n co g 1I' 7 7 7 m - iii, ml . .., — m _J5m .Q ,at l�D dd30 �,0iltip K:rn co co .._ E,>.,llmliallltlia0 81; cliW = dag ,0 i-Y= i-i-- u- 2 -cdxi- i- aMa moi- =f- F- u- M $ 0) U ›. m i> g in m O d - il ;.§ 11- •d = m) p'V c V12 0 ppT -E is S e' a1, �� 0 � cd be m o. a " p . N N N i C� 1�C0 I CQJ ley Q� M co m p, W 3 gap Uh C M S d h g Ru so ti ti z x .s 9„,,,,or 4 ocoee florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid:the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly,in the Bidder's firm or any of its branches,or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission,Staff,and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management,instruction,research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Hubbard Construction Company Firm Name a,4*/Signature P.Frederick O'Dea,Jr.-VP/CFO/SEC/TRES Name and Title(Print or Type) 201 5 Date 1118-02 Asphalt Paving Projects FY 2018 50 11 HUBBARD THIS IS TO CERTIFY,that the Board of Directors of Hubbard Construction Company,at its January 6,2017 meeting,on motion duly made,seconded and unanimously carried,authorized Patrick Sulliot, Chairman of the Board,Alan M. Cahill,President and CEO,P.Frederick O'Dea,Jr.,Vice President,CFO,Secretary&Treasurer,Thomas O. Craft, Vice President,and William Dumas,Assistant Secretary to execute Change Orders and Contracts on behalf of the Corporation,effective on or after January 1,2017. 7, ;,‘40.44, P. Frederick O'Dea,Jr.,Secretary HUBBARD CONSTRUCTION COMPANY 1936 Lee Road,Suite 300-Winter Park,FL 32789 P.O.Box 547217-Orlando,FL 32854-7217 T/407-645-5500-F/407-623-3865 www hubbard.com `'; STATE OF FLORIDA a." rt ;;I DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION � * r:,• ' CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 ;r� 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KANADAY,JOSEPH MICHAEL HUBBARD CONSTRUCTION COMPANY PO BOX 547217 ORLANDO FL 32854 Congratulations! VVith 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 t ,(A,0,.. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque �, DEPARTMENT OF,BUSINESS AND restaurants,and they keep Florida's economy strong. I °^ . PROFESSI.p REGULATION Every E daywe work to improve the waywe do business In order CGC059695 ` UPDt 08/16/2016 to serve you better. For information about our services,please gg onto www.myfloridalicense.com. There you can find more f CERTIFIED GEN . QiNT,6AQ-TOR information about our divisions and the regulations that impact I KANADAY,JOS C you,subscribe to department newsletters and learn more about HUBBARD CO RU , , .to MPANY the Department's initiatives. ` „td� 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, is CERTIFIED under the provisions of Ch.499 FS. and congratulations on your new license! Expiration dais:AUG 31,201a 1.1401.14011150002477lsoo024 DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY ` :.STATE OF FLORIDA . DEPARTMENT-OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION.INDUSTRY LICENSING BOARD , . . LICENSE Nur^BER _ � '- "4 �f , ,C The GENERAL CONTRACTOR a Named below IS CERTIFIED Under the provisions of Chapter 489 FS: Expiration date: AUG 31,2016 ,,�, - - KANADAY.JOSEPH MICHAE ` 0-_..` • • HUBBARD CONSTRUC. e t c • PANY `�• PO BOX 647217 .:.F'. >:' > ti ORLANDO FL;32 54 N XN 1.� *.\:° .rM,'_a wiY, ; ❑ •a ' Lti • 44441 i w� `a ,.mss � �. meiIcn• nahannla rIIRPI AV AR RFOI IIRFf RY I AW SEO# L1608160002477 FDDT Florida Department of Transportation RICK SCOTT 605 Suwannee Street MIKE DEW GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 13, 2017 HUBBARD CONSTRUCTION COMPANY 1936 LEE RD, STE 300 WINTER PARK FL 32789 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: 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 6/30/2018. However, the new application is due 4/30/2018. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MAJOR BRIDGE - BASCULE SPANS, MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 1,000 FEET OR MORE, MAJOR BRIDGE - CAST IN PLACE / POST-TENSIONED / SUPER-STRUCTURE, MAJOR BRIDGE - CONCRETE SEGMENTAL CONSTRUCTION, MAJOR BRIDGE - CURVED STEEL GIRDERS, MAJOR BRIDGE - MULTI-LEVEL ROADWAYS, MINOR BRIDGES, PAVEMENT MARKING, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, IRRIGATION, WETLAND MITIGATION AND UNDERGROUND UTILITIES. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. www.fdot.gov HUBBARD CONSTRUCTION COMPANY June 13, 2017 Page Two All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, Alan Autry, nager Contracts Administration Office AA:cj Page 1 of 2 ACORICIF CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDITYYY) 09/19/2017 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 policyQes)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the teens end 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 CONTACT Millis of Michigan, Inc. PHONE FAX c/o 26 Century Blvd ; 1-877-945-7378 M/0.NoI. 1-888-667-2378 rat P.O. Box 305191 �ADYDARESS; certificetesewillis.cora Nashville, TN 372305191 OSA INSURERO%AFFORDING COVERAGE HAid INSURER A: Zurich American Insurance Company 16535 IIWDED INSURER B• XL Specialty Insurance Company 37885 Hubbard Construction Company American Zurich Insurance 1936 Lee load Damp : Cerny 40142 Minter Park, FL 32789 OSA NSURERD: Steadfast Insurance Company 26387 NDURERE: AGCS Marine Insurance Company 22837 INSURER F: COVERAGES CERTIFICATE NUMBER:W3530701 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 POUCIES.UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NR TYPE OF INSURANCE Blab PIVD POLICY NUMBER ?YYYTY1 I OD LTR / O1Y1 LIMITS X COMMERCIAL GENERAL IAA/IUTT EACH OCCURRENCE $ 2,000,000 DAMAGE RENTED CLANS-MADE X OCCUR TO NAoccurrence) $ 300,000 A MED EXP(Any one paean) $ 15,000 0L00104998-02 10/01/2017 10/01/2018 PERSONAL BADV NIJURY $ 2,000,000 GENT.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X PRO- LOC PRODUCTS-COMP/OP AGO $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY CMaOMBINED SINGLE UMI T $ 2,000,000 X-ANY AUTO BODILY INJURY(Per person) $ A AUTos ONLY AUTOS BAP0181997-02 10/01/2017 10/01/2018 BODILY INJURY(Persodderd) $ X ITRED ONLY x AUT NON-OWNRY ((Per ac )DAMAGE $ $ • X UMBRELLA UAB X OCCUR EACH OCCURRENCE _ $ 25,000,000 EXCESSLMA ( S-MADE U800064220LI17A 10/01/2017 10/01/2018 AGGREGATE $ 25,000,000 DED X RETENTION$0 $ WORK9q COMPENSATIONII AID EMPLOYERS LWIUTY Y/N ME FD.R X C ANIYPROPRIETORPARTHERIE)O:CUTIVE nNIA 11C018699l-02 10/01/2017 10/01/2018 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCWDED7 (Idendgay In NH) E.L DISEASE-EA EMPLOYEE $ 1,000,000 r0E8CRFigN OF OPERATIONS below EL DISEASE-POLICY mar $ 1,000,000 D Professional Liability SOC 0136826-03 10/01/2017 10/01/2010 Each CLaim $10,000,000 Aggregate $10,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS!TONGUES(ACORD 101,Additional Remarks SdmduM,may be eluded U more apace Is requited) Evidence of Coverage. Workers Compensation Deductible: $500,000. Umbrella/Excess Liability Follows Form. SEE ATPACNID CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Evidence of Coverage r/Y 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(201M)3) The ACORD name and logo are registered marks of ACORD SR ID: 15048001 IATra: 449533 AGENCY CUSTOMER ID: _ LOC#: A • ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Hubbard Construction Company Willis of Michigan, Inc. 1936 Lam Road POLICY NUMBER Winter Park, FL 32789 USA See Page 1 CARRIER NAIL CODE See Page 1 See Page 1 EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORMTITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: AGCS Marine Insurance Company MAIC$: 22837 POLICY NUMBER: MXI93044965 EFF DATE: 10/01/2017 EXP DATE: 10/01/2018 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Builders Risk At One Contractor $10,000,000 INSURER AFFORDING COVERAGE: Steadfast Insurance Company MAIC$: 26387 POLICY NUMBER: CPL 0184916-02 EFF DATE: 10/01/2017 EXP DATE: 10/01/2018 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Pollution Liability Each Claim $10,000,000 Aggregate $10,000,000 Deductible $100,000 INSURER AFFORDING COVERAGE: AGCS Marine Insurance Company MAIM 22837 POLICY NUMBER: MXI93044965 EFF DATE: 10/01/2017 EXP DATE: 10/01/2018 TYPE or INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Commercial Property Blkt Bldg. i PP $31,522,469 Special Cause of Loss Form Blkt Bus. Income $5,200,000 Deductible $25,000 INSURER AFFORDING COVERAGE: AGCS Marine Insurance Company NAICII: 22837 POLICY MER: MMXI93044965 EFF DATE: 10/01/2017 EXP DATE: 10/01/2018 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Contractors Equipment Mar. Limit $10,000,000 Leased/Rented Equipment Any One Item $3,000,000 Special Form Incl. Theft Deductible $25,000 ACORD 101(2008101) ®2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are realstered marks of ACORD SR ID: 150 8001 mases: 4 533 T: W3530701 DBPR-KANADAY,JOSEPH MICHAEL;Doing Business As: HUBBARD CONSTRU... Page 1 of 1 5:09:21 PM 5/1/2018 Licensee Details Licensee Information Name: KANADAY, JOSEPH MICHAEL (Primary Name) HUBBARD CONSTRUCTION COMPANY (DBA Name) Main Address: PO BOX 547217 ORLANDO Florida 32854 County: ORANGE License Mailing: LicenseLocation: License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC059695 Status: Current,Active Licensure Date: 03/12/1998 Expires: 08/31/2018 Special Qualifications Qualification Effective Construction Business 12/29/2003 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road.Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Coovrieht 2007-2010 State of Florida,privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mall to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=ABA507019731 A89973 89... 5/1/2018 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 flied with the Department;for example,al against Community Association Managers(CAMS)are available to the public,regardless of whether any appear below,and may be requested directly from the De 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 please visit our public Reg You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Unlicensed Activity Comoi For more information about CAM complaints,please visit the CAMs nage. 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 to return to the Licensee D. Number Gass Incident Status Disposition Disposition Discipline Date Date Date-Description 2601 Mak Steno Road.T6aah.uee FL 32366::(mal:Cotonou Contact Cathy::CuStemer Contact Center:150.4a7.139S • to.Acta of rinds a an A6/FoO aookoo.caartlala 1006-dela elate ed Fla11Y.btanaialdIBIllat IMMr F1ada last,anon Woman on public wands.If you do nit want ype soma*obese releasee M response ta a public-words regoam do net send eIament mad a Ib,tatty.human,mama Ilse office by f106e er by hapeaul nW.t you Not any awaitn6.please runout►50.461.1355.•intestine to Scion 455,115(1),bands StabMtl,effective O0a(er 1,2914 eta seas Mended sabr Chased.455.FS.must prIMde IM Department ala an armad aJdrels a may Anse ons.the ema%poinded may be wed to,onlcw cenwir(wino selh the Mennertewwaer mime addresses am preps wised.If you de not gash to supply a per5ellal Maas,plate pwade 5000 hepar torn rnlh an mead widow.Much.an be made 0.aaabl.101M Mem. https://www.myfloridalicense.com/viewcomplaint.asp?SII &licid=836259 5/1/2018 Detail by Entity Name Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS I)i'Atipii t r// nlj/.lnf lant,r/'i bpG!U a:'/>rir Department of State / Division of Corporations / Search Records / Detail Dv Document Number/ Detail by Entity Name Florida Profit Corporation HUBBARD CONSTRUCTION COMPANY Filing Information Document Number 117151 FEUEIN Number 59-0594298 Date Filed 04/30/1928 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 06/18/2013 Event Effective Date 06/22/2013 Principal Address 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Changed:03/03/2015 Mallina Address 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Changed:03/03/2015 Registered Aaent Name&Address O'DEA,JR,P.FREDERICK 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Name Changed:04/03/2006 Address Changed:03/03/2015 Officer/Director Detail Name&Address Title Director,Chairman SULLIOT,PATRICK 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/1/2018 Detail by Entity Name Page 2 of 3 Title Director,VP,CFO,Treasurer,Secretary O'DEA,P.FREDERICK JR 1936 LEE RD,SUITE 300 WINTER PARK,FL 32789 Title Asst.Secretary STORY,DIRK 1936 LEE RD,SUITE 300 WINTER PARK,FL 32789 Title Asst.Secretary DUMAS,WILLIAM N 1936 LEE RD,SUITE 300 WINTER PARK,FL 32789 Title Mat.Secretary HEWETT,TRACY 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Title Asst.Secretary,Comptroller BUDNOVICH,CARMEN T 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Title Director,President,CEO CAHILL,ALAN M 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Title VP Craft,Thomas 1936 LEE ROAD,SUITE 300 WINTER PARK,FL 32789 Annual Reports Report Year Flied Date 2017 02/06/2017 2017 08/28/2017 2018 03/14/2018 Document Imaaes 03/14/2018--ANNUAL REPORT ` View image in PDF formal I 081282017—AMENDED ANNUAL REPORT View image in PDF formal http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/1/2018 Detail by Entity Name Page 3 of 3 02/06/2017--ANNUAL REPORT View image in PDF format 03/01/2016--ANNUAL REPORT View image in PDF formal l 04/27/2015—AMENDED ANNUAL REPORT View image In PDF format 03/03/2015--ANNUAL REPORT View image in PDF format 04/02/2014--ANNUAL REPORT View image In PDF formal 07/22/2013--AMENDED ANNUAL REPORT View image in PDF format 06/18/2013--Merger View image in PDF format 06/12/2013—AMENDED ANNUAL REPORT View image in PDF formal 04/17/2013—ANNUAL REPORT View image hi PDF format 12/13/2012--Merger View image in PDF format 07/18/2012--ANNUAL REPORT View image in PDF formal 04/04/2012--ANNUAL REPORT View image in PDF format 04/01/2011--ANNUAL REPORT View image in PDF formal 04/27/2010--ANNUAL REPORT View image in POF formal 04/27/2009--ANNUAL REPORT View image in PDF format 07/28/2008--ANNUAL REPORT View image in PDF format 04/18/2008--ANNUAL REPORT View Image in PDF format 03/08/2007--ANNUAL REPORT View image in PDF format 04/03/2006--ANNUAL REPORT View image in PDF format 01/19/2005--ANNUAL REPORT View image in PDF formal 12/17/2004--Rea.Agent Chancre View image in POF format 03/22/2004--ANNUAL REPORT View image in PDF format 01/21/2003--ANNUAL REPORT View image in PDF format 04/08/2002—ANNUAL REPORT ( View image In PDF formal 05/22/2001—ANNUAL REPORT View Image In PDF format 01/24/2000—ANNUAL REPORT View image in PDF formal 05/04/1998--ANNUAL REPORT View image in PDF format 02/12/1998—ANNUAL REPORT View image in PDF formal 05/06/1997--ANNUAL REPORT View Image in PDF formal 94/04/1996—ANNUAL REPORT View image in PDF format 02/16/1995—ANNUAL REPORT View image in PDF formal roma Department of S .(A\'.Sa n of Corpora r http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=Entity... 5/1/2018 Mayor Commissioners Rusty Johnson John Grogan, District 1 4Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank George Oliver III, District 4 ocoee florida CITY OF OCOEE INVITATION TO BID #B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)905-3194•www.ocoee.org TABLE OF CO rte.. .., FOR BID #B18-02 ASPHALT PAVING PROJECTS i' 1 8 BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4- 7 General Terms &Conditions 8 - 19 List of Subcontractors*,p. 18 Equipment Listing*,p. 18 References/Experience*,p. 18 Summary of Litigation*,p. 19 Acknowledgement of Addenda*,p.19 SCOPE OF WORK, BID FORM, AND PLAN SHEETS Section Page Exhibit A—Scope of Work 20-28 Change Order Form 29-31 Payment Application Form 32-33 Exhibit B—Bid Form* 34-38 Exhibit C—Bid, Performance, and Payment Bond Forms 39-49 Conflict of Interest Disclosure Form* 50 Company Information and Signature Sheet* 51 Exhibit D—Attachments available as a pdf file on Demandstar: 52 1. Plan Sheets Cl-C8: Tomyn 2. Plan Sheets Cl-C4, C 1 a: Story Road and Geneva Street 3. Plan Sheets C1-05: White Road(Part 1) 4. Plan Sheets C6-C16: White Road(Part 2) 5. Plan Sheets C l a: Malcolm Area *Submit with Bid End Table of Contents 2 B18-02 Asphalt Paving Projects FY 2018 Invitation to Bid,Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: BID #B18-02 ASPHALT PAVING PROJECTS FOR FY 2018. Bids will be received at the office of Vanessa Anthony, Accounting Assistant, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on May 1, 2018. 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.org under the "Living & Working" section. 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. Melanie Sibbitt, City Clerk, April 1, 2018. 3 B 18-02 Asphalt Paving Projects FY 2018 CITY OF OCOEE INVITATION TO BID#B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 INTENT: Sealed bids for Bid #B18-02 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 2018 for sections of Malcolm Road, Orlando Ave/White Road, Story Road/Geneva Ave, and Tomyn Road, 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: Vanessa Anthony, Accounting Assistant (407) 905- 3100, extension 1523, or email preferred vanthony@,ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on April 24,2018. 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 May 1, 2018. 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: Vanessa Anthony,Accounting Assistant 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 the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly 4 B18-02 Asphalt Paving Projects FY 2018 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) Conflict of Interest Disclosure Form h) 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. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. 5 B18-02 Asphalt Paving Projects FY 2018 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. PUBLIC RECORDS COMPLIANCE. The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes.The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10,Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407- 905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761 6 B18-02 Asphalt Paving Projects FY 2018 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.) 7 B 18-02 Asphalt Paving Projects FY 2018 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 91st day after bid opening, whichever is earlier. The remaining checks will be returned within thirty(30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. f) 2. PERFORMANCE AND PAYMENT BONDS (Required if Project is over$200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery 8 B18-02 Asphalt Paving Projects FY 2018 deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons employed or utilized by the Respondent in the performance of the construction contract. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters,patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form 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 9 B 18-02 Asphalt Paving Projects FY 2018 discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Warranty offered 10 B18-02 Asphalt Paving Projects FY 2018 • Experience with similar work • Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing 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 five(5) calendar days after the posting of the notice of intent to award or recommendation of award by staff,whichever is earlier. 5. The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5)business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. 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 (25th)business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. 11 B18-02 Asphalt Paving Projects FY 2018 Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales &Use Tax Exemption Certificate No. 85-8013779974C-0; and • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and • local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City-issued purchase order. Construction time will be sixty (60) days from the Notice to Proceed for substantial completion and ninety(90) days from the Notice to Proceed for final completion. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be 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. 12 B18-02 Asphalt Paving Projects FY 2018 j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 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. CONFLICT OF INTEREST/NON-CONCLUSION CERTIFICATION: The Bidder declares by submission of a qualification package that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or 13 B18-02 Asphalt Paving Projects FY 2018 indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. Bidder must submit the attached Conflict of Interest Disclosure Form. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), 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. 14 B18-02 Asphalt Paving Projects FY 2018 c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of"A" or better and a Financial Size Category of"VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by 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/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured,and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor,and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability&Property Damage Liability • $1,000,000 Combined single limit per occurrence(each person,each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired&non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL&ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 15 B18-02 Asphalt Paving Projects FY 2018 4) Owner's Protective Liability Insurance: n/a for this project. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance: Certificate of Insurance Form(see sample attached),naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy,its effective date,its termination date. 10)Statement that the Insurer shall mail notice to the Owner at least thirty(30) days prior to any material changes in provisions or cancellation of the policy, except ten(10) days written notice of cancellation for non-payment of premium. 16 B18-02 Asphalt Paving Projects FY 2018 TE estroarryrn I ACORD_ CERTIFICATE OF LIABILITY INSURANCErR si 1° X11/04/004 maim MS CERTIFICATE 0 ISSUED AS A MATTE!OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON TNM CERTIFICATE 1 HOLDER,THIS CERTIFICATE DOES NOT AMEND,IDCTEND OR ALTER THE COVERAGE AFFORDED SYTNE PCLTCE$BELOW. mums AFFORDING COVERAGE RAIL I IasaW POURER B. N Ira YJy S.w weer NaaIB1t Contraasator'a NW Nam* maae1 Q aaaue COVERAGES M MUCUS Of IIIIMM ca LIVID/SDP MMASIMI M1IED T)M ORM NAND NOW FOOTS POUCYP1 000 IMAM IDITITIITNOaO ANY MMI NIIM$IT.TIIW M COMOIIOMOP ANY COMDM=OM OTHER 000.1.111117 IRM NMI=W OMIp1T1W C6ITIFrATE MAY SE GSM OM WYFMTNMI WaRMrIARM®BY TIN PDX=011110111110 MIMIa SUBJECT TO ALL M MOIL OCLU601O MD COMMONS Of&CH POLC6 AOiiOAT$WITS/NOM WIWANaMIMAJC®IV MDCLAM tlfillgi TIM OFIN1OMICE POLICY MUM a TO1DOTi WINPv+n WARS OMR&twam 11A04OCOJMI1Ca '31,000,000 X Y DOIarlcworlsMLtwun ,‘,7,.„„......"1,=,., $50,000 I CLAYS WE ID OCCUR MED WVat.Iepm** 65,000 _OOW.LI AAV MIRY $1,000,000 -- u616MtADOMaA s $1,000,000 OEM ADOREGATEMRNPaaPat MOM".COMM*NA 12,000.000 1num78 n Loc ADTcI MNSUAIanY coumeoSS.ILMT $1,000,000 X MYNA° IBM sigia‘) All.OWNED AUTOS SOOtY. $ —.NDRMA OAUIO/ WSW AUTOS w.� $ X MW.aYYE®MTD. — DAMAfO ., Orr story AVID OIU.Y•EA ACCOUNT $ tAMAM warn, �- ANN AUTO0714111110/1 1$ACC-$ .� AUTO OMLY: NM 1 YMOLT` fAOMOccuIMOCE 11,000,000 x x =CM D CLAIM MOE ACOMOATi 62,000,000 I $ EI1l 11170111:11170111:$1111170111:$1t wwyy� 1y 'WOMBS CCIIPINSATIO$AMD x I,PY"L:::I 1 1111~111111(MOUT/ LLIAOIAC00100 1500,000 ANY PPCIPPIETWIIPMITNIPICOCUTIBt al.WWI-IA O.LOTW$SOO,000 IarRaf p.... 0J Gomm.POLCYLLIT $S00,000 mu Guilder■ Risk Any 1 Loc 100,000 Any 1 Occ 1.000,000 OML'IWTOM OrOPa A11010/1.0CATOIa/TOICLII/OrL1NO11IAO®I1 aow6r TIMEoat PROMOS The insurance evidenced by this certificate shall sena the certificate holder. as an additional insured on the GeneralLiability a General Liability lle Liability. Workers Compensation. Implorers Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate bolder is added as a IES bassi 1Q HAM=RISK. CERTIFICATE MOLDER CN •'ITION OcouOl aoas AMTOP M AIWA IMISCNIMID POL_JW elCAMCRLIM WORE M O.OMTIO$ OARMIMF.M MM MUM Val 6MN0M1oMr 10 MAeMTa1 NCI=TO M 01111II6aTM HOLM NAMED 107/18 UM PR MAILOOTO OD 10 MOLL City of Ocoee sm0MM0nOATDN OR UALRY OF AM ENO UPON THE MUM ITS MOM OR 150 X. Lakeshore Drive MMMMaRAnYW Ocoee n 2Yl61-2255 AUTOWMPMIORATNM 0 ACORD CORPORATION list ACORD 26 01001/0111smkk Pc t. 17 B18-02 Asphalt Paving Projects FY 2018 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 18 B18-02 Asphalt Paving Projects FY 2018 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) 19 B 18-02 Asphalt Paving Projects FY 2018 CITY OF OCOEE BID#B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 EXHIBIT A TOMYN ROAD MILL AND RESURFACING STORY ROAD MILL AND RESURFACING GENEVA AVENUE(ALT.) MILL AND RESURFACING ORLANDO AVENUE/WHITE ROAD MILL AND RESURFACING MALCOLM ROAD AREA(ALT.) MILL AND RESURFACING SCOPE OF WORK The City of Ocoee, Florida(City) is soliciting bids from qualified contractors to mill and resurface using SP-9.5 and SP-12.5 Asphaltic Concrete. Refer to description of services and technical specifications provided herewith. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards. All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment section, below, and other bid documents. The total base bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. Work is to be performed during normal business hours of Monday through Friday between 7 am —5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of the add-alternate bid items, no increases in lump sum unit prices will be permitted, as the add-alternate item bids should be inclusive of all additional effort and costs related to that work. 20 B18-02 Asphalt Paving Projects FY 2018 MEASUREMENT AND PAYMENT 1.01 DESCRIPTION OF WORK This section defines the method which will be used to determine the quantities of work performed or materials supplied and establish the basis upon which payment will be made. Contractor is required to 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: 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. 21 B18-02 Asphalt Paving Projects FY 2018 1.06 COSTS INCLUDED IN PAYMENT ITEMS (IF APPLICABLE) No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work. • Clearing and grubbing(including disposal of excess material) • Replacement of unpaved roadways, grass and shrubbery plots • Cleanup • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration and/or appurtenances included within the limits of lump sum work,unless otherwise shown. • Maintaining or detouring of the traffic • Appurtenant work as required for a complete and operable system • Surface restoration including removal and replacement of trees (under 4-inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and/or replacement of irrigation systems disturbed by construction • Relocation and/or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Maintaining Driveway Access for Residences Cleanup: CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. At the end of each week of construction, the CONTRACTOR shall perform cleaning of the work site, to the satisfaction of the Owner,before proceeding to the next week's scheduled work. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work. 1.07 APPLICATIONS FOR PAYMENT Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance with the schedule established by the Conditions of the Contract and the Agreement. The applications for payment shall be submitted in the number and 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. 22 B18-02 Asphalt Paving Projects FY 2018 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 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. 23 B18-02 Asphalt Paving Projects FY 2018 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. TOMYN ROAD RESURFACING 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 1.5" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 -Milling of Existing Asphalt Pavement. 2.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard(SY)placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334—Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 2.03 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. City recommends contractor visit site to determine quantity. STORY ROAD RESURFACING 3.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 2" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall 24 B 18-02 Asphalt Paving Projects FY 2018 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. GENEVA STREET RESURFACING(ALTERNATE) 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 2" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 4.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard(SY)placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334—Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 25 B 18-02 Asphalt Paving Projects FY 2018 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. ORLANDO AVENUE/WHITE ROAD RESURFACING(PARTS 1 AND 2) 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 1.5" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 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, 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. MALCOLM ROAD AREA RESURFACING(ALTERNATE) 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, 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 26 B 18-02 Asphalt Paving Projects FY 2018 conform to the FDOT Standard Specifications (latest edition) Section 327 — Milling of Existing Asphalt Pavement. 6.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard(SY)placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334—Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request. 6.03 Pavement Markings 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. Contractor Qualifications The prime contractor submitting a bid must hold either a Florida general contractor or underground contractor license. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, 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 27 B 18-02 Asphalt Paving Projects FY 2018 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. 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 28 B18-02 Asphalt Paving Projects FY 2018 A ocoee florida CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 B18-02 ASPHALT PAVING PROJECTS FY 2018 CHANGE ORDER FORM DATE: PURCHASE ORDER: The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $0.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $0.00 Net Increase (Decrease) Resulting from this CHANGE ORDER ($0.001 The current CONTRACT PRICE including this CHANGE ORDER ($0 .001 Original CONTRACT COMPLETION DATE: [original contract date]. Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS [current contract date] Net Increase Resulting from this CHANGE ORDER [number] days Current CONTRACT COMPLETION DATE including this CHANGE ORDER [new contract date]. 29 B18-02 Asphalt Paving Projects FY 2018 CHANGES ORDERED: I. REQUIRED CHANGES II. JUSTIFICATION III. NARRATIVE OF NEGOTIATIONS IV. PAYMENT V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract requires approval by the Ocoee City Commission or the City Manager, dependent upon project approval authority, in order to supplement the project budget to fund the changes. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges,by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. 30 B18-02 Asphalt Paving Projects FY 2018 RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA [contractor name] By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA By: Date: Steve Krug, Public Works Director By: Date: Rebecca Roberts, Director of Finance By: Date: Robert D. Frank, City Manager By: Date: Rusty Johnson, Mayor Attest: City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE CITY OF OCOEE CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF ,20 UNDER ,20 AGENDA ITEM NO. By: City Attorney 31 B18-02 Asphalt Paving Projects FY 2018 APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: P.O.No.: Project Name: B18-02 Asphalt Paving Projects for FY 2018 Construction Start Date: End Date: Construction Days -Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount(Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application(including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Retainage Held from Prior Pay Applications $ 8. Retainage to Be Held in this Pay Application $ 9. Total Retainage Held to Date (Sum of Lines 7 and 8) $ 10. Total Earned to Date Less Retainage (Line 6 minus Line 9) $ 11. Total Earned less Retainage for this Pay Application (Line 5 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) 32 B18-02 Asphalt Paving Projects FY 2018 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 , personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative: By: Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) 33 B18-02 Asphalt Paving Projects FY 2018 EXHIBIT B BID FORM(Page 1 of 5) B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 BID SUBMITTED BY FL CONTRACTOR LICENSE# tem Desch Mobilization/Demob.and General Construction 1.00 1 LS Re.uirements and Restoration 5%of Base Bid Sub-Total= TOMYN ROAD RESURFACING 2.00 Millin /Resurfacin /Pavement Marlin s 2.01 25,992 SY 2.02 25,992 SY 1.5"Resurface T4.e SP-9.5 As.halt Pavin: Temporary Striping and Thermoplastic Final 2.03 1 LS Stri.in: Sub-Total= B 18-02 Asphalt Paving Projects FY 2018 34 EXHIBIT B BID FORM(Page 2 of 5) B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 BID SUBMITTED BY FL CONTRACTOR LICENSE# Unit Price Extensi STORY ROAD RESURFACING 3.00 Milling/Resurfacing/Pavement Markings 3.01 11,907 SY 2"Story Road Milling(Max.) 2"Story Road Resurface Type SP-12.5 3.02 11,907 SY Asphalt Paving Temporary Striping and Thermoplastic Final 3.03 1 LS Striping Sub-Total= B18-02 Asphalt Paving Projects FY 2018 35 ii EXHIBIT B BD)FORM(Page 3 of 5) B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Air Unit Price Extension GENEVA AVENUE RESURFACING(ALTERNATE) 4.00 Milling/Resurfacing/Pavement Markings 4.01 2,735 SY 2"Geneva Street Milling(Max.) 2"Geneva Street Resurface Type SP-12.5 4.02 2,735 SY Asphalt Paving Temporary Striping and Thermoplastic Final 4.03 1 LS Striping Sub-Total= B18-02 Asphalt Paving Projects FY 2018 36 EXHIBIT B BID FORM(Page 4 of 5) B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension ORLANDO AVENUE/WHITE ROAD RESURFACING 5.00 . Milling/Resurfacing/Pavement Markings 5.01 33,296 SY 1.5"Milling(Max.) 5.02 33,296 SY 1.5"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 5.03 1 LS Striping Sub-Total= B 18-02 Asphalt Paving Projects FY 2018 37 EXHIBIT B BID FORM(Page 5 of 5) B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 BID SUBMITTED BY FL CONTRACTOR LICENSE# Item Number Quantity Unit Item Description Unit Price Extension MALCOLM AREA RESURFACING(ALTERNATE) 6.00 Milling/Resurfacing/Pavement Markings 6.01 9,405 SY 1"Milling(Max.) 6.02 9,405 SY 1"Resurface Type SP-9.5 Asphalt Paving Temporary Striping and Thermoplastic Final 6.03 1 LS Striping Sub-Total= TOTAL BASE BID(Without Alternates)= TOTAL BASE BID(With Alternates)= B18-02 Asphalt Paving Projects FY 2018 38 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 B18-02 Asphalt Paving Projects for FY 2018 (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. B18-02 Asphalt Paving Projects 39 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. B18-02 Asphalt Paving Projects FY 2018 40 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) B 18-02 Asphalt Paving Projects FY 2018 41 If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B 18-02 Asphalt Paving Projects FY 2018 42 If Bidder is CORPORATION,complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign-See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) B18-02 Asphalt Paving Projects FY 2018 43 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature-See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. B18-02 Asphalt Paving Projects FY 2018 44 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, personally came known to me, and known to be the Attorney-in-Fact of , a Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires END OF SECTION B18-02 Asphalt Paving Projects FY 2018 45 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 B18-02 Asphalt Paving Projects for FY 2018 (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by the City of Ocoee, dated February 5, 2018; 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 (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or(iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, B18-02 Asphalt Paving Projects FY 2018 46 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 By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B18-02 Asphalt Paving Projects FY 2018 47 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. B18-02 Asphalt Paving Projects FY 2018 48 (Seal) (Principal) By (Name &Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name &Title*) (Signature) Witness or Secretary's Attestation *Attach Power-Of-Attorney END OF SECTION B18-02 Asphalt Paving Projects FY 2018 49 4' ocoee florlda BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must disclose within their Bid: the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly, in the Bidder's firm or any of its branches,or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Staff,and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form, submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Firm Name Signature Name and Title(Print or Type) Date B 18-02 Asphalt Paving Projects FY 2018 50 BID#B18-02 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public B 18-02 Asphalt Paving Projects FY 2018 51 EXHIBIT D Attachments available as a pdf file on Demandstar 1. Plan Sheets C1-C8: Tomyn Road 2. Plan Sheets C1-C4, Cla: Story Road and Geneva Street 3. Plan Sheets C1-05: Orlando Avenue (Part 1) 4. Plan Sheets C6-C16: White Road (Part 2) 5. Plan Sheets Cla: Malcolm Area B18-02 Asphalt Paving Projects FY 2018 52 o".v;v�ir,rJO. .LJaloud ONL%vd S)IIIOM JI'I8fld .LJ31011d ONIJH32IRSHN r 1 1N7WnoT S'1`JCM11 AJfl b ��70� � ul aa�oaNawoi x aQ .1::- avau Dffin9vtil I f l� -Y 1F zkil I rn M O ` R xa1. !' , A •L ,., '4 , 'lir .... , . O O if; v-.1.y .y r•-• r-- NI • 3-, _ '' 4 y — � � — 1 ,, 'A `-d � � :v cr) �Z o -Cr co 0 cc X W Q Q 1-1-1 .• W W lb OO .44i . , 1 v .. .4 , W U � �4: f Z _J ,.. 172 - iir ." J O O z 0_ Q Q W Q z zjQ Oo 0 EL E0 _,,,„:':,`,r,...'4,1 ado)0 +-I..1:0:0 F rlr* J.nafoxa ONIAlid syxo,IA nczana ioafoaa oN)�vaansu V l,Y3W1YHJ3O C-ASOM JITand QYO)I NANO! m 0101, -IJ-1-70D0 JO ul9 gw —a ti ZlI =gro • 0 ..•4 - e 01 i4. Af U' q b I r - ."" . ' 1 ., /. ' -,.. zc, , ....., NI lr). s..,,, .4ir r ...., toEti1, 7 / \ r ^I �i O O N f i • oet 04. 1 ' 1 , I —..,,','''''n: • ., :sibri'. ¢`o z � ! v Q w S O I- 4i o o a I— WUW CC Lu c � w UJ S-1,2 CC Cr 1S2 J O 0 0Z Z Z j Q 0 0 Q (r) .: .3.3,.,..s n.on.w>d _ .:,,.:d.:d«ii a5. HI uafoxa oweva sxxom Diiena jaafoxa or invaansaa eri o � , 1J'm oxx d0 Alli Qt OTI NA OS S oQ w Z proimiiiiii 'a f� � rl 1 Ai • CZ Q I I 01 r k- i N U 1 . 0 - Q Q Q � Iy. x) • O O � ----- • , ti I- I- N 4 Ss. L . , _ RI" CC Icy � OJQ Z W , i r" UQ --I le W Wp\,Lu J 0 W O F' W m U 0 OZ 1 r C� Lu W u Lu W Ylk CC O O I-- a 0 U Z a Q Q W Q Z Z W Q 0 0 °"0"'a'^'""'"" .LJHIOUd ON1AVd SJRIOAt JI78Rd .LJHj02Id`JNIJY32IRSH I r l iriwlyv1(3c-AsemDngru Ot02INAI01. U n -u'i. OJO JO up s aw 77 r � U ioii 2a ‘„ , t,,x,,. , t K 141. N IA 001 (n M M N 6 I 1 • Q U hL q X1---.1 1.-4 f-- I-- sj • .. \ „AP. . a ��� ...... it :44/\'''\...,c)Ne . .,,, , ,, -11.- .'..,_:::11I-..T41.,-.:',.-.1r1L,.;‘,.. '' UJ L0 . Jzw Lu CC Q a 0 J F- IL1 0 a W rY W Y ct Q Et ec O Q > J O O z EL Q Q W Q Z Q 0 0 � 7.fid yh111•3e 31r11YsIYJ YmrIYJla .ti'a-:a\by ddOJI) ov�vr apu loafoNa`JtsaDva 1nsaa w V) Ma30 147w1JVS3tl S';�aCn17119C1d P�l� ZJHIO2Id ONI.1tld S�Ri0.11 JI'IHRd w aa�a�a3� 3 "IJ-] opo Jo ui9 qdL� atlox Nal�oi n C� b� �Q Nff''- - -- 1 Ula , ti .x - o _.._ CZ _ • F (f) 1 I - :47 '"--":..41k'_,.. '- CIL N a� 1 W "'* _ I I..N Ill C( Gi Lf) r Z ... . ':'.CZ ,..1 (NI ft........... , ,. .. . ..„ ..,.. ... ,T ol < l1*a!_ I '11.41IL''''''''''- --NIIISI‘1/4'.41k - 6"'-',-/-:."',. ...„,,--%,. .- N1 Nu., Nil\ ��,\ .44W 0 vj 0 izccw C O >L1 JO Z Q z W W W 2 Lu m Q U WW CC co 2 Q. W Er W — Et co CCCCO 0 U I-- Q I— I— j Q 0 0 c c= -';' SJHIOl1d`JNIJtl3MRSHll w dr� .LJaOlId ONI.1tld SYlIO:N JI'IHRd m r *47VvI yt J 3(]cyyO AJ.r)11q �/T��' Qtl"OlI NIIIN01 n 4d 1j 770:0 Ad 1.1.1 I -Q - ----------------- Z� g L CC 1 0 V TT^1 v l 0 I c:41 ( ) r M i N Z II U C CK Q W - U r '2 ajj11.111814 v O O .y vs{ h h (NI' _ i .- ..Nib\ '-\�1clef A \ , t t W (D � cij O Z ;CC 0 k W 0 W Q z Z Q W • I— W• COQl— a=__ Z W W W cc W Y cc cr Q W Q I— Z Z Q 0 0Qc2 o :"-n-" ' aawo " LJ�o2dJTIJVd2if532Ww S 0. Aoa :°1 . 1JHIO1d�v1Vd SY201 �II8ldiN W_IW.IC c-SOM71l9r)J ASAI aAa,� -u nOJQ AO,uuJ aeouNAr of n —s 0 o a1 M --------------1 Z s 01IIS Cl. z_I (I) M Z II ~+ W U EX v • 11.Q .1 1---- 1-:. N NAX01 a • _ . - O Z CO-CC ._ '* I= mo W - , CO OJ »�•� W 0 Q x w U s IOW: . U J Q W •1 - r- n"""+,; _ waw .1- � � Q o a Z o m Q I..-1 f Cr C.„ U w a • o (nL cc wYc I Er cxQ >o▪ c) .. J � wQ Z ' Q o 0 EL � ,zzotz 0,5.3 tl TM/VW.v mYMJltl �....�e�ta-:a TFJ (I(�f�.fo °,-.,,,,,,- .LJ3foud ONI.1Vd SYIIOtr1 JI`I811d .LJH1021d ONIJY32IRS3H F CXD 1=1 fNVd3O,AaCM JIJJJ QYOIINM'O1 ? tltl�tlAtl3 �3 '1J�nODO JO A.113 _gCY 0 Ln E< oi0,1 10 �ZU °)M! 8 N II Q U CX v Q Q Ln Ln: ti ^I 0 k. N. . 0 et N,c Nca,, 1 .,, � , .. 4 :_. t(tr tt .:, 1 1.1 f4.... to Z W o • me U .. ,. i Q U p 1- a. iY ZQZZ ^.s J a W R r d UJ a j CI a w mQF= _ Er z �w # .., frmit 0 o . cn as O ' ' o o ' II J j I- U Z rx r ii. II Q Q W Q Z Z j Q 0 0 Cl_ aNOMDflg° 00 d•.73102id`JNDVd'i 1SHN �1 w7h'l Nrd'�4 SYHOh17901.4. .LJ3IO2Id`JNIAb J S}RIOM JI'IHIld u -TJ-] (:)0C,_lo AID UVOdAiio.LS v U A I' a 4 X R ZO ------------ 2.1 o M v AY.•- -y.�.... a f 4, a '4 ww v"'" F �,` a t��, S C,;". NJ ti ' 11 LLI (.1.) � cc 1 Ci C4 Q JJQ � � W NN (n • 1 0. .i CM u-i _'i #1 LL. o - W AA '" _ I _ • p I ..* oz r • 0 v , - • Qz J ...47-3.110 1.I& l.L i'lVislu. O I-- Z L-L-- a ''>' \ • 1\ Ls'*7;17.f 4111.A •: .. ......11. • . W CO Q r . Lr iY� *NI vr.w3 .,ta ,LAO CC CO a l .(.: UM, ,l . u iU1.l �^A O a1y 1 .. 1 i. i ... III r fr CO z Cr w /+ I�H/�''�1 1 1 1 1'1Y I'i i, u, E- 111 IIII 111 I ( t I r I OO OO � a n , , I , , i 1 . 1 , . 1 1 1 1 . si `" ' U U W a �t, � ,,w F• W J - *3 o- 3 • ( ... I I ' T I..::..J, • I all NOP wh011.l O O Q .QZ ,- "` 10..- s_ N, . r ,,,a��• 4.1 - • `l UU (1) .,._. K.3, m... .. 7« aao3o ..a.,Poi'a:.a w F f� EEEI aeoynr'rnw .LOHf02Id OUJVdiIRS31I ESN IN7w 1.N<d7a SYNOM Jn9nd .LJ3�02Id`JNIAt J S}RIOM JI'IHRdCP.011 2010IS ': , l -1.j'n000 JOV. t S I • -,-.- 1 _,Ps• r ._ , .., , ..... „. . wr . ii, _ I+ • . �� •JAR 'I1 L.-.j k ` •.I 41 I., ,J a . --.'' -lil'el°9 .. P 11.11 L t '�T ‘klts'N'l 1111 ,- illri Occ ' ` ti �•rT 11.. ! ,1 j R":111% I 4111Fitiv.4„.• • ."P.4 7..ift or 0. we ,-Cal 'y i �► V • �y • I I 3,I II ..♦' fa. . ' ,.'.;1.4 0 r,:t. 45.wr,_ — -%al" elk tI4 tom. • y O ( Fs'a -y� J.. - 3 '' H u V 4# ,.jite , I` ID I f Argil . e 4 r! 1 !!J+ ; 1 -.. •4. .... ,lid 1 Iii. Cl• W I A` * r ,.mss Q W .. , r s, IRs . W O ;moi y • +'.i , y.t Jat tom., .."" . 7.001 4140111 0 I- W U W I I ' A �. •.at'�! 1*1/4 .0- U JC 11 C Q U ZCr � i,x, W ` �R,rz r,. CC Er .: i fir..Wei Y• t U Q W Q f ' i flyirPil • t O O rit T.•. _ ' t} s . \ ( man w `' -4-... rno,r .LJHIOTId ONIA4 d SMIOM JI'IHRd LJHl021d`JNIJYdiI:1S�1 en 7A�JOJ0 J0�J� .1j CIF 021 ANO.LS - a _ illE�w; q�'•(t"F. r� 1.'1 (fii�l R.' a ( �,mo ink i OEM mpr '� f. tri �M�r- ' l mcg I _.. y, �! I War4 !MI#��fr ���.j t'?lr P I x ` R 7TH 10,71%!.--a ,t- IrnMiiin -.- a- oispe . ye .rl-- yr�» 'On r3"r I ( -+� an!i _o -.. - � f7RrTr 1 r+i r vrrra. �.a iiirR• ,n71n IIsi ♦« -., #-fi-� +, �`�'-' VII4 r� CZ Ci O_r m) fi t �O I 4 L1 o 7rw= mlir;=-0t-egac N W 7kIT Dt! Tr,"� ofr.• trl1114404411114. _ .H z fir.t '�i r'.raii \1�Jwil6�� R'Me urn* IL'T-11 LLj Li W 1 ! 1 1 k i Rte,c, es► Me �r 1 s.s.. et �' -fs'i► r rte' JCZ (r) 0 i �+ ' p rsT esr, ti W J N Il r i rz OZ CZ 01al , iu �, � rte[ \Vw N N (r) ti1 ' • �W ' •2 a rte. rYi 4 ;. fii t Rj V� R t L- -Xs yr ,h.' eitif4 _ eh r!I !4r I r � Er—w 1 #,V rl . . . Q QQ W � .' t 1- r c +r,, a W U OQi O u� Er z Z W wU' O W cr W Y c2_ 2_ . s _ Q Q W Q r^iMs � ZZ � Q riN �++� 1 O O r-r L — BENI JJ3IO2d ONIJtldHC1S311 MN owi �dsaa1,,H•5gn \ .LJHIO2idONIAFd S}RIOM DrIHRd Qi02A2OLSo / kin . Q IJ '�( M 4 {h r F P t' a:. } n t 41.0 .. r� I V Y i .tet t r 5 i III.. 1e? "- r 1,./.., r .u,e .. O l.la '1 r. ._ar 11 I I ' ( a it 71' ill . . ..i. r. A Ni• - - 4 101 I -. . - - .- `i) " ..... I II V ' • i y Q. U Q !r d , _ J . C , ' 0O Q \ N ;NI in � ti 0 i t >_ 1 a . - 9 IN O ,3. w ,"5 1'1 '' a+, ` r -- t K (r) .A- r a N v t _ • cv -cc o z �cc i wo-c12 0 k I . 3 uzz i : : : ; 'e •j- . S :. S ' - aQ � ,:, ,�,-t # - ? �3 waw 1 �y 5. 9 � . 3� .� is r 0o w U j •Er HI . «.ate,. Q ¢ wQ l � -' � : U U Q. CO »oma S (aiv aF I,NN.12bd4 S)sOyM7Ia,r13alo2lioNIAVa }RIO3riand w .LJ3lOHdortIJvalilSat Ij -]0"..)c)_ip K119 '.Ls VAaNaaf) - Le) at I a U !I I a .t.j .I,. • n-t 0 . in i.? NI 0 .- `1-' w 1 II Q <i\--A w (.) 4. LIJ > '''Sw • X - - ,;,, . . . CI. 1 tinpdw • O Z 1,-1,1 .tip_` .. -- i •. CO O �. Ar " i � ' � .,, I , t � ' .• a LW1.1 .. U•Aa� .- ..-.- X111 Z Q z z 4. �. •.i •ifi)d� Q Lu 1 _ ..tu1.a. _ F— Q i14 • 5 . ..•. , ,>al•. W mQU .� •„ ,t 1 .+Jv ..0 W fa. . .a 1J , ,i r l ..a 1 .0 .• ... , I I11} ."'""j14 .. r�a• :nT O; 0 Cl) C r .« r •. Tc...uT / t a•..i• 1 !' 0 0 � � ' � .. !._'_I I IIII a • , F- 1---. 1.-... '` ��' „ � i � ll , ttlI .. E..) ci z a i t I ,.rd. , 1 CC CC C J .:1 ....al: r '_ l O O t i . .,,,it • .... U Ut ...• .,,,it .,a..r� r�.„,. _ .e.<e...,, ado.)() ""OY"""�^^"" .LJ3IO2Id�NIAtld SY2IO.N JI7Hfld 1JHI021d ONIJY321115321 10231 JN7WI'.1Vd]O cY`JCM�I�9()J '021 H.LIHM/'3AV OQNY'I2IO ? Cj NM o.w A.,,...9I., 1� 770�Q�� 11� g t r LI, bio / C100/1/11N ._ vU�o S Q - 1... 444. :.,......,, , . o yf, `-F g r e Y , , • . �O F } ' . ., u• ) , .. . ... , oi co , . . ,. .,... .S,p ..,.:,...... _. . - :. tr) (3 „ , .,.... ,;, tc,' - „,,.-4,--.. . ..,, . , QQ W 'd L LLQ .(► :' --..1 (r) CC > r':'1 ' ' — ')' It It LnLn � ¢ N t' 1111z C ''' \kw: ' 4:„,..r. .- . r. 4„..„. _ i ceis: r--,,,— , . ...4.,. ..____ ,,O , .,, i ti - , ,-,„- L.,... . . . u „ co c,; 0 z -�� • � O Y ' '-.k .. , ,..,,.. v., • X ... A k ' • W OO O - W W CO Q f O .r .. L.,_, ___. __ ..,,2 cr cr ,s2 _ _ .i.uwil—,,.,i.. . -4 de 1 U Q W Q U U co ti. `ariewrk '—'-'u daO.)O uov-r imjsi L3a10 Id`.)NIAVd SN IOM DI7811d 13a1O2Id ONIDVd ICIS321 w CV 1•Nj1-j‘ 57074-07,--.11i- t)d 'WI 3.i1t-1.41 3.�v oatd6'"I2IO Z c. ZiV t v f ! O I 'u Ql ' -i1?- • ti . . Ti;60 -,,, •__,.„....4„. ,,, ti W •.•.:;: .,„ •,•,,,„,tv... . ......,,_ • ....,, , :;::1: • • ...,._. .< ., ........_ . ... ... . , . 7 ile .1. `. v J c _ W W \\ Ul Q Q NI 1 I VO I. ' .: i(( I44 .i: :^3. 1 _ tail ' '7. li ___I N , ,..•.t.,,..„,i, -;ii'lli ' * I p 'do-it+I. } yu i . _� t J .». - ,� O Z - woQ • I I w • I' � zw I t •' _1 4' II1111 I - cc W Y cr � J anw ZQ -_.. :L. 'ii'i..w""'w ... . I n.K.3ea,mre,.-,vatlm>a :a-:..\rA ad())0 FM ,,o,,,,0,,,,,- i-3 1o21d 7NI.1tld SY2I0.11 OMHRd SJ31O2Id 5NIDV32i11SHil m en l iN VIJ.avda aQ kla !A NM .....,"33... j'7.07 d ).0 '�. 'a2I HZIFLM�'31V oaNF"I210 LL, 0 460 QaQ r K 1,9 , f o i I q ""—N, i. I 'N''''',7"'411.1:-.!::::: 0 1 (f) c; .\ I QCZ II I CZ i. 0 f ' ,,,,,c....., i., - ,s 0 ; ., ' - ilk ' . 3! si r.. Zli : �r i � "A „ : 40., 0 ZCocritY aY . t r�cK`x J I ILQ �QZZILl w � W eL � W OO F-- a s r e+e IIIIIS 1 ' t i W mQU "Ale `' .,, , '- , , Ili Jt c (nLij CL Z I-Ucc. ,t1R c W �.1w..t. ' Y °...Ain + aliwtiRi " I+1' OO >.... s7+ O U U Z a Q Q W Q iti : : O OQ2 �1. �+: . r v v wtrs•3a 3trNrA9Y�ratlm?tl �r.,_4tq TYJ de()_IrI vv err'xi°hJ .LJ31O2Id ONIJVANflgd2I M iaaform ONIAVd smuo 41 OMflRd U 13.1111A1'u-TIODO AO'ulr� /'31tl OON6"ITIO 2 U f W Q • 771- IR wi . C 4 X11 in .Q of ' I -N4 r: . , LD II • WWQ ci �, w„,... pI 111"--1'''''\ ,:..4-,'..- , CI X1.--; 1.--1 0 I-- rl z_ ! pC.be: , ' f 4 „ti 1 I\''. -4,7! , • i 4 Y { + Nis . r ►i .:, wv � t.,. .. •x 9 cc '\ k�y�.r//., �, _+':r t ifttr Q, o.::,... W ! ■� III L1J a W O I_ ^Q^ ) 4 Ys � i, [rr � 7 �ao z O Er O a � aY `yrs -1 U U z i ca.yw �.g x:l F' 3+ el; II V Ai ] ioafo 1d oxi.\va Sxtrom Driaaa 1J�foaa ohiovdxnsaii 'i if) �N7wlab',1a AV/Ai-irk] 'u alum/'a.1V ouN6'Z210 O 7""` w { a �, * , .. o� x t. • it S;• Y M*(;*, - ti. 'd no 'dVH AdD o L n a ti W > :1'01.1:4' 0 ..\ J ,o z � �in n I- " Q .. . cx Xti .;•••1O � M 5i '.. + 7 , • ...,:4\44t1:- :141ij' :,-.•„•:•4''''': �'#ti -'•3 A, a R ; : • LL � � W t \t'' r ' . -r •- 57( O F 'E d J EL W a•d .i.t .., r<' W a ¢ ' ! tib_ e +:o I- 0 mQ - � V W CO Z ;i CrCc Cr CI) CC CC 12 \It' p J U U z a Q Q W Q Z Z j Q litti . PM aroa�irr?-_m. .. 1Dfo IJ DNIA`cd S3RIOM DI-10,11,I •�•a�OiId ONIJt'd?IRS32I 11711.1 Ntd70 SYNOM"Af19f)d u -(J aao_Do do kip 0u a.LIHM/aAV oONY•III0 v U a -4114: Zia NVO in9 ZQ U 2.E ' {' s o ! x , ,1 11 r _ Q :q 4.. 4 i . C. Q N X71.%. v ii `J.. .ar i Nei � WQ ii -- 4i...:. - . i:"....'Of' 4. *ilk , _- -': - • .-, . « # Y a Q 'i - W>C W Q z W 44041,0r-' ' •,per • - ` .-- ' . $ , azL J W r _ 1-'-g IS d - i _s fes$ .{. W o0 Q f- , coe' CC Cr 4 J 1r ` w - OO0 0 i-- Z Z j Q `�y�`,',"�A` `/ V .LJ3foTIJ`JNIAVJ S}RIOM JIIHRJ HIMId/2Av OUNSUU W r 1 IBMI �,�.�ERN i,uah iycdaa S>IY�1,M�n9ne 'GI3.LIHM/2AV OONV1110 C.) EMI 1,1��o)0 JO,u17 _m xr --. `v o 4. 00001,644001,,. '.'"". 1-L. •,... 0014461.,:: '' d„.:;..',, .,! ' .A,'-..,-2 • .. - g. rn • , Z II A CX W V v � CZ Q � � 3 Z � Q ch L fl 1( �— �iti0O� M H 4 I , ...- ' i '''..': **1 : - '.- _ li-',,,,., .,;-'' i ::. '.,,,, .:: Ill i ..,,:..;: ....:4::-.:::,_,-,44.;-.7:-.,,,,,i,,,1, .._,' __-,_.,.: - '' ' ,--ai f ‘' -1 ''. i o ,.-rte ti t W t) c t wpm ; 4 W CC z W ., C21 o "' i : 0 o z Q I .:1 CI )IVO Rine Q Q W Q .. . 4f Z Z j Q O O ' I. .:,u�ur atoa�DFIg+ .LJ�OiId 7NIJa 3H11S32I ..<„�.� lN7N.l a�'d�a SYNOM7 JJ9If SJ3jOLId`JNIAFd SN2iOM JI'LERd m r l ow>,a,u.33.,a.3 1�"��07�JO h11� 'OZ[H.LIHM/'3AV OONF'72I0 !a ma ,,,i ., ..... _. I 7 U 1. a oU f. .,.r�..: 11N y _ CC 0 Y O; , .0k ko ' ' , \:. 4 ' 'it*,'„,. , • ...„.4, .-,. , •• .1141t111111:: ,' '''''' ...4 (r) '' E5 ,.. - - , ;'....1..,.1 4.x.:,.. -- 'IN" <12 - .. �, oC # .:.. t_____ H IILI W coccov5 '. - IN O 1----.. cc......z W •.. ' ' CoQ f W U s > ' W j ' __ 411111 itt U0 � � c( co Z v� USO :: . a , O 0 i a QWQ I Q -. , _ ,a r ilk,i Z ZjQ "- OOaf 1 T- ' , 'w o,,./"rr .IJa10&I`JNIAVd S}RIOM DrIHRJ .LJ�OiId`,)NIJF d21i1SH2I r l i 1 yrd74 SYT10 A t1hd 'QZI H.LIHM/'HAY OQIvY'I2I0 ? 4� 7.A'4-]OoQ JO ul� 4r i Li Z.7 V aI v c g s .RI , .......„N . ,. ., .....,„ , ... .„,„.4.,. ..., cI ... „,. e„x Irk (I) .,...„..,,,,„,,,, Z of 0 f CIL N i.A� V ti + �. e1 y A \ c � '+ "�y: � J r I 1D �flO9�`dH �E. ,,, u., o - . - - . . 0,1, ...z r.:, . (r) u.) _,• . ,,,,,, Ifs In , ...., , 1, , ,, , Q N '' . X ^I ^I 0 ti M *f 4,,- . �_ . _ W 1I L.L. z _ Et yr- i O Y I 1 � I# U p I— s w�. rILS11 .- : PJ1 ' Crz `` 1D 'dfO9 JVH 'M cc ccQ > 0 0 - .. 44. U U Z tL Z j Qr OU 0 .< 1,1 c .,..:�:;.x.:rq ui <3c)U 30 o"y��-'�°' iiiita .LJHl02IJ�JNiAVd SNuIOM JI'IHfIJ 1331011d ONIJY33IaSHi1 u 11 1 v7N'.1 ws a S>No D i-o 'Oil alIHM/'HAY OONVThO ii'-jODQ JO ulj • • i y - ((O� L ( ) ^ ,�. L low T f has : C/1 1." Nfi. 'O S4,i 1 J+ �i'Y '4k ` .t O 1-'%--- k WcC II ^, ' V .il Jam `` _ __ � • cx .,T. j I - J $ - ., '� CI JId NA c3 ,,- ., ...., — — - _ NtibtOts 19 W O Q Q V p Z Q W �. J W W oCt !�- Q W m Q F= .-Z, .-' ..* j ` U U Z a Q Q W Q ii Cr Cr J . UO U Q_ ci) a. ' w..s.3a 31.r.e..,.ou.o..1 ..„,..:-2,',7;;.7.:11 d lU}U MN odw3»a3�.�7.3 � °2 .'.. 2 w L73f011dJNIAVJ SIOM J'IRd EMI7. 1LJHI01d ONJ\321RS3iI w , iiMN.l2Pna SYOM ' .C[11 HIIHM/'3AV OONFRIO v-1A� 0DO JO kL.O -4.. I ., ' , • _______------------i i' Io ;.i ivN 4 .,CC 0 ' j ,* :11 ► - 1 bk., `�` QN O ' Si. ..^ w.■ 1 • Q RI Pow ) --< =• j 1 - 4.."Ir .rj: N - .-...ti,.., ..w:7_ . te„ , . .., . . : F,i_.--;- -'• _ w \ - . ,i\ .s... :..., ,, Y cr ,LUQ AP Zd. Cr O W ULi "4 ili r - U I z w s. 5�.. ZCI) J 7 ,'h i. C'1 O p 1L r 1— 1— 1— IL . SF o Hi 3 husr as 3imrwrn manna '.'•-''..."‘<J t)O O ingi stos.noviv ." .LJ3foNJ ONIAVJ S7RIOM JI'IECIJ .LJafOiId`JNIJV'd1I17SHU t N 3 MI I j 11R''d74 S)IMOM71l9f)d 'Q PEN .00..oa�r,�„ 1j'4.]Opo Jo),1.0kik• ii3111-/A1/'HAtl OONI''RIO v c) \ Nti4 ____---------4, 7%7 �' i i 1 t p o WI / CI , _ 11111st vi co qo g 6\' CDu < h, ..,T itit 41 Qw v WQ oma ' ZCZp � � �t � tio � r, .441 s Y 4. s'N4\ . „:- ,- ..-.a, _.— .. . r p N .� Z � ccw Boz '`It" .-Z.� - l' . oO 1- 2 LII 0 0 -.i FLu cO ‹C 4, CC crQ > o Z a 'da STOWI _ `dH U U Z ,j Q Q W Z Z j Q r,K.3,3, .A. .� .‘„,:-,,,,,,,."-t--,;,..,2 a�Io.)o IMIoy; ' w Iaa[o&I omp aunsau „ LN IN l.vt a SYNOM7119i1d .L7a1OUJ ONIAVJ SN)JOM JI"IfiflJ r�4 1A'a° O JO,w9ha fd a1IHM/UAV OUNVINO v _m ti Iiii '',. 'L'!4'. ' v V 14.II 2 Q 7 N • E. Ce' o L1J1I� :%:, it ZiO� aN� °Q LD II ti � w H � Q w - 11411k4H.-: -.4 Q S - CI • - 1/1111016. r r " .v,..,,,,N • _ O W .. s ` ` Ili - rt « *-_ r. Z /c773 O Y n EL W , j .IFs fir W 0 0 W y Cr W Y Cr (-) o = -I 2i4 SNJOW IVH 1- 1- i- a U U Z Cl- .../.Q W Q Z Z j c<0i2yr ,°w /`\\ JaafoIJ`JNIA4d S}RIOM QI'[8Rd La1(1Id`.)N!DVdURS3?I ! , l 1 1 .nd c Ip,M�fl917d 'QTI H,LIHM/'HAY OQNY'IHO r (� o 0.�,�3 IA�aODp JO k1.0 ' Mak , a N 7411 i' 14 IY Hk . ! l O !N1a' ...... ,..... .1 , I f,i' fi At EX. k0 'l:V I ; 1T t I I I ' ,sV II ' Id" CD O JIL N. UIll I it' . ' 1\1 oks :. J O�1 i 0it4 V V) jr'i 0 Z --Cr Lu r 1U Sc ill W O , rt U2Z Z � -,• Q O , I- 0 WI— - V O ; r W O y i E. U Hi A. _.,. ' j Q Z Z 0 O2 ,1 s S- 6} fkl _FES ,,,,,ins'- i \ i fO&Id ONIAVd S}INOM JI'IH:W dfO21d`.)NIDV Juf1sa 1 . ify A'l.NC OCI D(D.00 ir.) •CM aLIHA1/.3AV OONV7mIO v -19 nd ��'��07Q JQ Ai r. �/ b E i L(,' \ li ,.. I UI t.o ! .2 Q 0 cc o ‘44%,...0.....44,,,s: • tY I W . 41414' •,� t. . U) .v, N.'N.notPok : n I \--,,,i)1 4, ii F1F, At„.....,,,,,„,,,..„., -... i ► a y & -- ' - .! I.,...-1,-,ir...... .v.1.-ity."I( .' i ilk . ° i Q O Zccs ' ,'tt NON. _ - I 4 . .-. I XOQ s [ : •WU a U z „qi.. 11,z Q '‹C '` 4-1 W W N +`w e. i sr OO W W ?+ is CC op Z W m..•7.. a = { 0 (n Li_ ':.'w 'lar .w .., Cc WYE O O � � Q Q W Q a 's _ '_ s•tK•3e 3lmrvmJ rmr�Y.Le _•-•[•v:»ttEMIyV� f}f}()_}(} `I`'o"�y'n�''w .LJ'3IO2id`)NIAF'd S}INOM JI'IHfld 13�oild ONDV.li ]SH3I W NM I.Na 1.21V.QC S`NNOM7fl9fld 7A 7Jo�p�p ui��, � 'aa ailllM/.HAV oaurlxo x C� 1 ..1,,ilki,,_ 11 .iii.v...._7., oN I Or * .: .Si . o n o j a 1 Z o i i �I ti ti W I QN c, Q r,Y• ' I ; QLi E. tiro 1 . C) \ 1.-4 t---1 O O M b. ,.fit w _ , s -71 1 ~ cY o ti ! i t t-' .4 > ' O J O EL ; 2 LLA LU Q jj o ; � ,4W Lu cL. Lu fi Lu NAI Q Q W •Q ,„ �: ZZ > Q O U 2 „10113n n...er 1.>.on.,...n ....:,,...:.= daopo '''''21”' \ sioafoxaONIA'dsxuohnrzana VR2IV QVO2I I�I'IOXI WI s LV3W1YVe74 SINCM 71.gill —� 14H— EN r 0) ti w N -o a 7 NN o { (.1) (O �Z u= w r �CL � .1114 CC ,,• , i \N W _p Y CC �j • _ �O �. k a 4i r \`jam. ... ., ''"'� , ilrtij 1► 1 -' 11111 k. 4. . ,„_.'� ' d ,F. " ..1, � ;' SUZETTE DRIVE - % W -T .0kre. . . ,.,..„ '...- .. i k Alit- ilk , . . t I '4‘..\\40111k . • 7,.,p.., ab • 0 0 �:. o z °<\" wo> z • , • 'St � w a 1: v 8 ';;;.4r"' . : ' ' ". . ...mi ii ,..... , z..., .. ‘,46..,, „....7i. - , . . - .e• . ... ilikt .' \ 11/4 t .-C3_ 'C°.°,F2' eL Z it ,,,,,,. -''' ,N,;«-, . 411r, 4,i. / it ... , , . . ui ,, ,,_ , . r . t \ \it. . ,. . k ..„ % . . ,,. s. ... . .. . . .._ . .. • . . ,.., 0 ...„ , ,,.... i ,, I— I-- I--"L 4. C r $' f . :.,K.ad�.,..a..�.on.,�« .–,,:',.?.:7.= aawo IHZF?RIflYIV) o0 HISEI o„,-,,„ v ZJHIoid ONI.1Vd SNlOM JI18Rd ZJ IfO 1d fNIJV321f1SH)I s �I PM 1J� 0D0 Jp SAID X[Vd ION1J'x30IZ U ti,; • J m • ' = W. a W M.W . �` 1.,_ U cx � o 14. ofo V�j z .II I` r L.) ;. . day w{ y •w., ,, Joy , � CC ch � � � oo 0 .y l� ,yZ :. ♦� ;M r C .. 2.1 4,74, ' ' - .., \'' • '" * ::-;:;;;;:--7w' `..r,41.41' -;:ii,— : Ya f C LL.J ' '�_ 0 -, Z [6 O • ) - -- ."-14- .* U o F– , Z W Q aW � 0 0 = � _ w m ¢LU 0 � I cr J ,0 o 0 Z --=-1 1 UJ Q J 00 W a - I —® Q Z Z j _..j ;` ---.. — 1) Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank George Oliver III,District 4 ocoee f'lorida April 11,2018 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2018. This addendum consists of eleven(11) pages. Bidders shall acknowledge receipt of Addendum No. One(1)in the space provided on page 19 of the bid documents. Failure to do so may subject the bidder to disqualification.The bid date remains the same. **Important Note: REVISED BID FORM ATTACHED** Revised Bid Form Bidders must use the attached revised Bid Form:your bid will be disqualified for failure to use gig revised Bid Forms The Bid Form has been revised to add Tiger Minor Parking Area. Signiftsadanandacillaswarlangsz 1. Remove and replace Bid Form and page 20. Add Section 7 Tiger Minor Parking Area(alt#3) PlanChra 1. Add Plan Sheet Cla Tiger Minor Parking Area \1 Wa kth Vanessa Anthony Accounting Assistant Attachments: Revised Bid Form Plan Sheet Cla Tiger Minor Parking Area Specification cc:Steve Krug,Public Works Director Richard Campanale,P.E.,City Engineer City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)905-3194•www.ocoee.org CITY OF OCOEE BID#B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 EXHIBIT A TOMYN ROAD MILL AND RESURFACING STORY ROAD MILL AND RESURFACING GENEVA AVENUE(ALT.#1) MILL AND RESURFACING ORLANDO AVENUE/WHITE ROAD MILL AND RESURFACING MALCOLM ROAD AREA(ALT.#2) MILL AND RESURFACING TIGER MINOR PARK—PARKING AREA(ALT.#3) SCOPE OF WORK The City of Ocoee, Florida(City) is soliciting bids from qualified contractors to mill and resurface using SP-9.5 and SP-12.5 Asphaltic Concrete. Refer to description of services and technical specifications provided herewith. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards"Latest Edition including any amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards. All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment section, below, and other bid documents. The total base bid price must include all costs required to complete the work,whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. Work is to be performed during normal business hours of Monday through Friday between 7 am—5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director. The City reserves the right to omit one or more bid items,as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of the add-alternate bid items,no increases in lump sum unit prices will be permitted, as the add-alternate item bids should be inclusive of all additional effort and costs related to that work. 20 B18-02 Asphalt Paving Projects FY 2018 TIGER MINOR PARK—PARKING AREA RESURFACING (ALTERNATE) 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 1.5" of existing asphaltic pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the contractor must immediately contact the City for direction. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 — Milling of Existing Asphalt Pavement. 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, 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. ' nn,I u FEB (91YKNNt'Ir9 Cy aeI."�.„"� //�\\ ,L)3IV)Id ONIAVd S31110/11 OI'IE>Rd loafONd`JNIJY.Rli)STN 0, ,."'1 ® p n la 7307)0 JO Mi) HNYaaonlwaaDl.l C,) • ' . _ 1 a :, °t 11 1W w . T t Lr) ° r� oi vi `- Y I I QccQ :.\ . . a cr cl. u •• __, f,., CS 7 CZ . ne J o foo OSA Zill ,i''.. \ .iMMIIMMOI 2 . • CZ . _,Ofti • W ) r O• OD UD 7-5 iil 4 FEMME' W Q --- - Qco_ _ 00. ,,, o wv � -- o � Q D o '` aoc cc Q ° *'. -_ F2 o c~.) � z �Lu U 0 Q. v) ] d• en 0 Cl) 6) « r4 W I I II G V \ E" 47 . k ± « U raJ 2 R 2 G / m U _ �o .22 to. e 2 m 6) � \ / / ?/ 2 k Q o cz / mpg s: -,-,$ ea © ® � \ � � / ƒ 0 , V a w 2 > Q ~ 2 ƒ $ a 14 H 0 C > �./ $ — p2 a � ¥ x ' gy ./ J / E., a '/ / ® 9 / 2 -2c — — e7 Oil 00 f / ¢ - ® § \ rn w 4 rx / / C a _ Q 0 _ 0 PC) C q O. 5 % % 1) S \ E" O 7 a. m m .a ? Z 2 2 2 3 ¢ « i _ _ Q & 6 6 \ § Z 0 / _ 1 m ■ ƒ ■ cie« 2 II # u \ a w • oo U le2 k 4.4 / V0 $U E / ILI / C ai ¢ �O ..... CA 0 / ay 0 ^ K _ 2 U § \ w ƒ / 2 � to/ / A E & • ) m c - E Q 0 % / /7 = 2 § § 'J$ c4 » fb E o b- § / E 5 2 ® a.- 9 t E @ E •/ / & % cn a ¢ el) 02 w U : >-, >. 7 f / \ < ' w -44 / ® k k f4 § _ _ ® E CY $ / rx \ \ E .0 c — E 2 a. «so0 40 cn § n n « GN S %- _ co 10 m C O C1 Q W II 4t Q 40 PQ •C6) alcrs w o a d N a 4. :, H 0 `aO c4* w..4 o r) V) z c C.) A U O " b U U paa0 w c v cts o o, Q. K >1 O 4°0.4 C., s A A on w F- W - _ W 16 ro A a E W 0 a c W a r-i H .. f 5x d .2 r) c;a • a CA W � � a > > °. d H 1.4 d c c = t-. c N d v v C7 s E •w cc > a •C. a) 00 C7 p; NNQHcn x co—..), c d u >- °° Cl `n `a o Cl) 1. C t, gU g N In •°) W c h o et W a pa p N N c W a ; Cl H a H Q s. cu Q a 00 04 8 E W o 0 0 o N C Az w • - - 1 A C7 °° w PI i N M b O r h 6! i.+ W I I 4t U 4! ^' O W a E( W 00 U VD N g o ( E~ a U -so ow E~ C d• Z c•c a LTJ ° a U Y AI 0 o� E- W ' A ci. -v Q c WE 4 ►., ° x T, x cl F- •E. Q C.: - ox el Ca/) Q C — N L on Q Llo d N O _ 0 • • N ate+ aQr — E- cn CC A OA a o W o rq >- i,.. x , 3 x t 0 1 ›' W C N cr' N — a • M= M On Wd a H Q a 14. E A z ao Co CQ p I I 1 ooM C O C.' YS W II * U l/) lr w z `� W :4: b A 4. C ►a Q N aea OC �a ( o o Fy � iE' O ci bD U U CI W a c '� CCaQ G" 1:1 a' cC A., : t ° c� o � ¢ � � H A ~ C.)cn � b Wim ¢ E v) d.. ,9 WH c _ ° V) oU x a a : jt. Qc c 'tt cn N z 8 �" a Q .c 0,;) H > 2 ce E .§-, ,- a F" CO Q aA +-+ VC 5rzi •� N fn 00p rte- U i N w d u u. ad tO U d+ c p } pN C I. a.. 4 W4 W v a cd F•+ Q a. o .a A. El az o — 0 o Q ►moi a .c .6 N z 7 00 as m ON en § k W II 9 V) S % E a ( U \ m » v. N f g 0 ELI U 00 •/ / 2 / « $ q E 7 ƒ &U U • & / / _ 4C $ / 22g 0 0 2 \ [ a / k \ \ / & / II ° / 2 \ • it 9 > 2 \ .— L.can ;41Z k ./ / k b N N N - E / \ / II k / ) % % - 2 2 2 f - •-• ® 2 2 cn Q / « = = o= / 2 . >- ¢ / « « \ ; 0 w < .4 .0 g g la © a Cr, 2 2 E © CO § o o A 5 5 .. 2 O f — — — \ $ 0, k r=1 Cal a L. - - < tu / E. H N 5 / \ / ƒ ƒ N ƒ O O O 2 5 w H w EXHIBIT D Attachments available as a pdf file on Demandstar 1. Plan Sheets Cl-C8: Tomyn Road 2. Plan Sheets Cl-C4, Cla: Story Road and Geneva Street 3. Plan Sheets Cl-05: Orlando Avenue(Part 1) 4. Plan Sheets C6-C16: White Road(Part 2) 5. Plan Sheets Cla: Malcolm Area 6. Plan Sheet Cla: Tiger Minor Park—Parking Area B 18-02 Asphalt Paving Projects FY 2018 53 1) Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank4401r George Oliver III, District 4 ocoee florida April 24,2018 ADDENDUM NO: TWO(2) CITY OF OCOEE BID#B18-02 ASPHALT PAVING PROJECTS FOR FY 2018 This addendum shall modify and become a part of the original bid documents for the Asphalt Paving Projects for FY 2018. This addendum consists of three(3)pages. Bidders shall acknowledge receipt of this Addendum in the space provided on page 19 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Because the project is an Asphalt Paving project will an FDOT Certificate of Qualification be acceptable for the prime contractor's qualification? Al. An FDOT Certificate of Qualification(s)in the appropriate Work Class would be acceptable. Q2. Please provide roadway coring data for this project? A2. The City did not perform roadway cores.Perform Mill and Resurfacing depths according to plan specifications. Q3. Is it the cities intention for the RAP content of the proposed SP-9.5 and SP-12.5 Asphaltic Concrete to comply with the FDOT Standard Specifications (latest edition) Section 334- Superpave Asphalt Concrete? A3. Yes Q4. Is the FDOT Specification,Section 9 Measurement and Payment, 9-2.1.1 Fuels and 9-2.1.2 Bituminous Materials in effect for the entire duration of the contract? A4. No,the City anticipates a short contract duration. Similar City Resurfacing Projects have taken less than 30 days. Q5. Because the asphalt pricing is by the SY,how will asphalt overrun due to unforeseen conditions,be paid for?(i.e.:scabbing,base failure,etc.) A5. Justifiable Asphalt overrun costs will be handled by Change Orders. Q6. What is the basis for award? Base bid only, or combination of base bid plus alternates at the City's discretion? A6. A combination of base bid plus alternatives will be evaluated and awarded at City's discretion. Q7. Are fuel and bituminous adjustments,per FDOT specifications,applicable to this Contract? A7. No, previously responded from other Bidder, the City anticipates a short contract duration. Similar City Resurfacing Projects have taken less than 30 days. Q8. Does the City anticipate any valve or manhole adjustments?If so,please provide locations. A8. No Q9. There are no existing pavement markings in the Malcolm Road Area. Per Scope of Work,the pavement markings are to be"placed and accepted, based on existing striping." Please confirm that if pavement markings do not exist,then the Contractor does not have to place anything? A9. The City will confirm markings for Malcolm Road. Malcolm Area Resurfacing requires Stop Bars. Q10. Can the City provide permitted work hours for each road/area? A10. Per Scope of Work, work shall be performed during normal business hours Monday through Friday between 7 am and 5 pm; any deviations must be authorized by City of Ocoee Public Works Department. Q11. Per Specifications,"No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade."Please confirm the Contractor is to match existing grades and cross slopes? All. Per specifications on the Plan drawings, Contractor is to Mill a maximum depth designated for each road. Contractor is to match existing grades and cross slope. Justifiable Asphalt overrun costs will be handled by Change Orders. Q12. Can the City provide asphalt corning data for the Malcolm Road Area? Al2. The City did not perform roadway cores.Perform Mill and Resurfacing depths according to plan specifications. Addendum#2 B18-02 Asphalt Paving Projects for FY 2018 Page 2 Q13. Please confirm if the following intersecting roads are under jurisdiction of the City of Ocoee a. Maguire Rd @ Story Rd/W Geneva St. b. Maguire Rd @ Tomyn Blvd c. Flewelling Ave @ Malcolm Rd Area d. S Bluford Ave @ Orange Ave e. Clarke Rd @ White Rd A13. All intersections are under City jurisdiction. Vanessa Anthony, Purchasing Technician cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager Addendum#2 B18-02 Asphalt Paving Projects for FY 2018 Page 3