Loading...
2198 IFB 19/20-03 Riverwalk Phase III Road & Trail ConstrTO: City Clerk/Mayor IFB 19/20-03 Riverwalk Phase III Road and Trial Construction — W. Seminole Blvd The items) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) Ordinance Performance ❑ Deputy City Manager Bond ❑ Payment Bond Resolution ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Li vL� 13o jad-z,i je v - From SharePoint Finance_Purchasing_Forms - 2018.doc 2/26/2o Date FINANCE DEPARTMENT February 17, 2020 �� ' T��� l�/�0_0A ' TTT ��~o� and -�r�J .'~_-__---�'---'_---._-'-. -_-- --._- --__._-..__--__---___--______-'-_ Approval:Construction-W. Seminole Blvd Finance 1prector City Attorney AGREEMENT PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the bbl day of TVXV Zf 2C� by and between the City of Sanford. Florida 300 North Park Avenue San ord Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER") and Masci General Contractor, Inc. , whose principal and local address is 5752 S. Ridgewood Ave. Port Orange, Florida 32127, hereinafter referred to as to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement, and all documents which are fully a part of the Contract with the City are identified'by title and number as set forth below and are available for review at and downloading from the City's Web site (site in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. Executed, Section 00520 - Agreement Form. 2. The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 3. Addenda Applicable to the Bid 4. Contractor's Bid, 00410. 5. Performance Bond, 00605. 6. Payment Bond, 00610 7. Material and Workmanship Bond, 00615. 8. Trench Safety (Executed Form), 00430 9. Non Collusion Affidavit, 00432 10. Conflict of Interest Affidavit, 00434 11. Public Entities Crime Affidavit, 00436 12. Compliance With the Public Records Law Affidavit, 00438 13. Bidder Information and Affidavit, 00440 14. Receipt of Exempt Public Records and Agreement to Safeguard (If Required for Project by City), 00442 Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19120-03) November 11, 2019 Page 1 of 21 15. Certification Of Non -Segregated Facilities (Executed Form), 00450 16. Disputes Disclosure (Executed Form), 00452 17. Drug Free Workplace (Executed Form), 00454 18. Unauthorized (Illegal) Alien Workers Affidavit, 00456 19. E -Verify Compliance Affidavit, 00458 20. Americans With Disabilities Act Affidavit, 00460 21. Financial Information (Executed Form) (If Required by City), 00462 22. Insurance Certificate(s) 23. Notice of Award, 00510 24. Notice to Proceed, 00530. 25. Consent of Surety to Final Payment (Executed Form), 00617. 26. Contractor's Application for Payment (Executed Forms), 00625. 27. Certificate of Substantial Completion, 00626. 28. Certificate of Final Completion, 00627. 29. Contractor's Partial Release of Lien (Executed Forms), 00640. 30. Subcontractor's Final Release of Lien (Executed Form), 00641. 31. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 32. Contractor's Release of Lien (Executed Form), 00645. 33. Project Field Order (Executed Form), 00940. 34. Work Directive Change (Executed Form), 00945. 35. Change Order (Executed), 00950. 36. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all Work required by the Contract Documents for the construction of the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III (1FB 19/20-03). C. Contract Time The Contractor shall begin Work after the issuance of a written Notice to Proceed from Owner and shall substantially complete the Work within the Contract Time identified in Paragraphs 1.02.C.5 of the Bid Form, which is 455 calendar days. The Work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 60 calendar days from the actual date of substantial completion. Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 2 of 21 D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $1,000 for each calendar day that expires after the time specified in Paragraph C for substantial completion until the Work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth ('/4) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of Twelve million forty-five thousand two hundred eighty-seven and 37/100 Dollars ($12 045 287 37). Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end, the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 3 of 21 In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this Project is 10%, to be held by Owner as collateral security to ensure completion of Work. When the Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. Engineer The Project has been designed by CPH, Inc., referred to in the documents as the Engineer. Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and/or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 3. The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which goods and/or services provider shall provide goods and/or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 4 of 21 requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 9970, from time to time amended and in force on the date hereof. 7. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 5 of 21 any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or Work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the CITY's written request for such information. This information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and/or work sites. d. The CONTRACTOR shall comply with Section 00525 concerning criminal background check requirements of the employees of the Contractor and Subcontractors. e. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to A) Failure to have the required criminal background check reports submitted to the City by the FDLE; or B) Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to Work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR and/or SUBCONTRACTORS that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. e. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. 111 (IFB 19/20-03) November 11, 2019 Page 6 of 21 documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. III (IFB 19120-03) November 11, 2019 Page 7 of 21 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the Work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all Work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the Work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the Work covered by this Agreement; C. Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the Project; and d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Bilal Iftikhar, P.E. Public Works / Utility Director City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 8 of 21 him for any crime arising out of or in conjunction with any Work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the Purchase/Work Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27. The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other parry. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement. Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. III (IFB 19/20-03) November 11, 2019 Page 9 of 21 30. In the event that this Agreement is terminated, the CITY shall identify any specific Work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. 34. The performance or provision of the CONTRACTOR's goods and/or services under this Agreement may be suspended by the CITY at any time. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for Work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 10 of 21 forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CITY, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or subCONTRACTORs. Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of Work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. b. To the extent provided by law, the CONTRACTOR shall indemnify, defend, and hold harmless the CITY and the State of Florida, Department of Transportation, including the Department's officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of the CONTRACTOR, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by the CONTRACTOR hereunder, to the extent and within the limitations of Section 768.28, Florida Statutes. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by the CONTRACTOR to indemnify the CITY for the negligent acts or omissions of the CITY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by the CONTRACTOR to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. III (IFB 19/20-03) November 11, 2019 Page 11 of 21 d. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. e. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. g. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. h. The CONTRACTOR shall submit a report to the CITY within twenty-four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including the CONTRACTOR's indemnification of the CITY under this Agreement. If, during the period which an insurance company is Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. 111 (IFB 19/20-03) November 11, 2019 Page 12 of 21 providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the CITY, the CONTRACTOR shall be deemed to be in default of this Agreement. 42. The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the CITY by submission of a new Certificate of Insurance. 43. The CONTRACTOR shall furnish Certificates of Insurance directly to the CITY's Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. 44. Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 45. The CITY shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement. 46. The CONTRACTOR is an independent contractor and not an agent, representative, or employee of the CITY. The CITY shall have no liability except as specifically provided in this Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the CITY. 48. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. 111 (IFB 19/20-03) November 11, 2019 Page 13 of 21 49. The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of Work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. 50. The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 51. The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. 52. If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or Work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 53. The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 54. The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 56. The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19120-03) November 11, 2019 Page 14 of 21 57. The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 58. The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the Work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 60. The CONTRACTOR shall ensure that all goods and/or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19120-03) November 11, 2019 Page 15 of 21 performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and/or services under this Agreement and date of final payment for said goods and/or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 16 of 21 written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73. The CONTRACTOR shall coordinate the provision of goods and/or services and Work product of any CITY approved subcontractors, and remain fully responsible for such goods and/or services and Work under the terms of this Agreement. 74. Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the CONTRACTOR's duties commensurately with the CONTRACTOR's duties to the CITY under this Agreement, it being understood that nothing herein shall in any way relieve the CONTRACTOR from any of its duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies of all subcontracts. 75. The CONTRACTOR shall reasonably cooperate at all times with the CITY and other CITY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. 77. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 78. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. 79. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. III (IFB 19120-03) November 11, 2019 Page 17 of 21 80. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. 81. This Agreement may only be amended, supplemented or modified by a formal written amendment. 82. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. 83. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or -remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e-mails and message boards) shall not constitute proper written notice under the terms of the Agreement. 84. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 85. In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 86. The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. 87. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 18 of 21 88. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. 89. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 90. All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. 92. The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. 93. In the event that CITY procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 94. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. K. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONTRACTOR must: Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03) November 11, 2019 Page 19 of 21 2. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and 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 public records disclosure requirements are not disclosed except as authorized by law. 4. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. 5. If the CONTRACTOR does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. 6. Failure by the CONTRACTOR to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. the CONTRACTOR shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the CITY with a copy of the CONTRACTOR's response to each such request. 7. The CONTRACTOR shall note the following: IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, HOUCHINT@SANFORDFL.GOV. Road & Trail Construction AGREEMENT W. Seminole Blvd. Riverwalk Ph. III (IFB 19/20-03) November 11, 2019 Page 20 of 21 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Masci General Contractor. Inc. Name of Firm C��3 �-t - A By (Signature) Date Printed Name and Title ATTEST: By (Signatur) 4 Date Printed Name and Title PONT"; Printed Name and Title ATTEST: (A� k By (Signature) Date Traci Houchin. Citv Clerk Printed Name and Title Approv d as to form and IiR, Psuffificiepcy. William L. Colbert Date City Attorney (SEAL) F02b Road & Trail Construction AGREEMENT W. Seminole Blvd. RiverWalk Ph. 111 (IFB 19/20-03) November 11, 2019 Page 21 of 21 1KNe AIC 0000287516 THIS POWER OFATTORNEYIS NOT VALID UNLESS ITIS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Leiter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Cheryl Foley, Gloria A. Richards, Jeffrey W. Reich, Kim E. Niv, Lisa Roseland, Robert P. O'Linn, Sarah K. O'Linn, Susan L. Reich and Teresa L. Durham of Maitland, FL (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power, so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. t Xn 3 1 m E¢ o` d ! i CL €¢ o m i o`n o w° �� I " %alCatc �=n3UOna C tl I '; c�aon«a�' � I as c�nom«'Q E' 1 X a O v y Q a ; ( Y« V O U a °'p In Testimony Whereof, the Comparjy,�,h4N!�eg gp,Ls�nstrumant to be signed and its corporate seal to be affixed §(RheRt q@Wfq� a officers, this 20`" day of August, 201'9` Attested and Certified Arch Insurance Company tkJXr[7KATE 'C Vi t SrJtt rM WTI Patrick K. Nails, Secretary David M. in a stein, Executive Vice President STATE OF PENNSYLVANIA SS �SOYf� COUNTY OF PHILADELPHIA SS I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CotatnottwEwt-m OF FfrcrtatrLVxnttA NOTARIAL SEAL MlCNEU TRIPODt, Notary POMIC j City of 1u1w tp ia,ire juts. , 2M1 My Cunmhstor� Exprres.iuty 3t, iDxt Michel Trip di, Notary Public My com ission expires 07/31 2021 CERTIFICATION 1, Patrick K. Nails, Secretary of the Arch Insurance Company!,do hereby certify that the attached Power of Attorney dated August 20, i 2019 on behalf of the persori(s) as listed above is a gue and correct copy and that the same has been in full force and effect since these date thereof and is in full force and effector4 Recepte of this certificate; w'io and I do further certify that the said David M. Finkelsl6M,-. executed the Power of Attorney as Exec(itivd',V&Pesident,�was on the date of execution of the attached Power of Attorg eAtqeU elected Executive Vice President Alto A€.c'1=ai�j&%e Company. Y a r e 3 n- n a c o CL ei�o�«cm cgnon«'cam 0 a`o oU�3o9 ' �« u�SU �'�ij� IN TESTIMONY WHEREOF; I haves bere=t &6'§gbt IIpd my}name and affixed the corporate seal of the Arch Insurart�e EBrVbrW a i Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 �y11va7— WXn)Myf Philadelphia, PA 19102 ,4� OOMLOO 13 00 03 03 Page 2 of 2 Printed in U.S.A. CITY OF 'WS_ RMX n.:Znnr �SkNO �U a Uii'iJ t! i�� F LO R iWD Item No. CITY COMMISSION MEMORANDUM 20-022 JANUARY 2i, 2020 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Jeff Davis, Public Works and Utilities Pr JV Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Award Construction Contract for Riverwalk Phase III Trail and Roadway Improvements Construction (Base Bid Plus Alternative Bid No.2 and No.3), Retain CPH, Inc. for Post -Design Services and Approve Budget Amendment Resolution No. 2845 STRATEGIC PRIORITIES: ® Unify Downtown & the Waterfront Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: A recommendation has been prepared to amend the budget in an amount of $1,588,500 to award a construction contract in the total amount of $12,045,287.37 to Masci General Contractor, Inc. (Masci) and retain CPH, Inc. (CPH), the engineer of record for the project, for post -design services in the amount of $840,000. FISCAL/STAFFING STATEMENT: Construction funding for the entire Sanford RiverWalk Phase III project (for which this is the second phase of construction to be awarded), is funded and available from the City and County portion of the Third Generation Sales Tax and Florida Department of Transportation seawall and maintenance funds. BACKGROUND: On December 19, 2019 the City received two (2) bids for the Sanford RiverWalk Phase III Trail and Roadway Improvements Construction Project. This phase of the Sanford RiverWalk generally consists of the construction of approximately 13,192 linear feet of a new multi -use trail along with trail lighting, parking, hardscape, landscaping and irrigation. Roadway improvements consist of new streetlights, four roundabouts, landscaping, hardscape, and irrigation. The overall construction is located along North French Avenue and Seminole Boulevard from West First Street (State Road 46) to County Road (CR) 15 (United States Highway 17- 92)JInterstate Highway 4 (I-4) eastbound off ramp intersection. The lowest responsive bid is from Masci. Typically, the City would prefer to receive three (3) or more bids. However, re -bidding the project is no guarantee that the new bid will result in more than the two (2) bids received and there is risk that a re -bid could result in a higher bid price. Based on overall funding, City staff is recommending award of the "Base Bid" ($10,011,393.83) plus "Alternate Bid No. 2 - Street Lighting" ($1,919,246.08) plus "Alternate Bid No. 3 - Extension of the Multi -Use Trail" ($114;647.46) for a total construction cost of $12,045,287.37. Alternate Bid No. 1 allowed closure of the road for 240 days during construction. City staff has determined the cost savings offered by the low bidder ($188,310) for the road closure is not enough to offset the inconvenience to the travelling public, and therefore, is not part of the proposed construction award (more limited closures for the road construction may be revisited in the future). Alternate Bid No. 4 was for construction of the roundabout at the CR 15/I-4 off ramp intersection. Due to the high cost ($1,380,000), the City does not have available funding for this construction. The overall cost from the second low bidder (Cathcart Construction, Inc.) is $18,762,309.07, significantly higher than the low bidder's overall cost of $12,045,287.37. As the Construction Engineering & Inspection (CEI) costs for a project of this size and nature are generally in the range of 12%-15% (of the overall construction cost), City staff will be self - performing the CEI services with the assistance of CPH qualified staff as required. CPH will provide project administration, limited construction observation and supplement City Staff inspections as determined necessary by the City. Through this partnership, the cost of CEI services will be reduced from the general percentage of 12%-15% to under 7% of the overall construction cost, providing the City with a substantial cost savings. The post -design services will be performed through amendment of the current contract with CPH. CPH will provide support for City staff's self -performed inspection of the Sanford Riverwalk Phase III Trail and Roadway Improvements Construction. Thus, City staff will ensure quality control and conflict issues that may arise from design versus construction inspection. LEGAL. REVIEW: The Assistant City Attorney has reviewed this administrative and procurement activity and has no legal objection to the procurement activity being implemented in accordance with the City's Purchasing Policies and Procedures and with the scope of services being appropriately drafted by the City. The practice for construction contracts is that City Purchasing personnel and CPH provide a contract for review, in accordance with the bid documents, after contract award by the City Commission. It appears that City staff has implemented appropriate safeguards with regard to CEI work and design work being accomplished by the same consultant. RECOMMENDATION: City staff recommends that the City Commission approve Resolution No. 2845, amending the budget in the amount of $1,588,500. City staff and CPH recommend that the award of the Sanford RiverWalk Phase III Trail Construction bid in the amount of $12,045,287.37 be awarded to Masci as set forth above. Further, City staff also recommends retaining CPH for post -design services in the amount of $840,000. SUGGESTED MOTION: "I move to approve Resolution No. 2845 and the related procurement activities." Attachments: (1). Masci bid response. (2). Scope of Services (modified). CPH for CEI services. (3). Bid opening minutes with bid tabulation. (4). Bid tabulation spread -sheet. (5). Resolution No. 2845 (6). Budget Amendment MASCGEN-01 JFA ACG►RC) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) `---''� 2/11/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ASSOCIATES AGENCY, INC. 11470 N 53rd St Temple Terrace, FL 33617 INSURED Masci General Contractor Inc 5752 S Ridgewood Ave Port Orange, FL 32127 3) 988-1234i IA c- N014813) 988-0989 Mutual Fire Insurance :National Union Fire Insurance Co of Pittsburgh PA COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 25445 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR TYPE OF INSURANCE �ADDL'SUBR pOL1CY NUMBER TR INS D WV ' -. POLICYEFF POLICY EXP LIMITS /DD DD YY i A X !COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE $ CLAIMS -MADE X `; OCCUR TB2-Z51-292487-029 8!8!2019 8/8!2020 DAMAGE TO RENTED _PREMISES.(Eaoccurrence) 100,000 -- 5'000 MED EXP (Any one person) $ - -- 1'000'000 _ PERSONAL & ADV INJURY $ LIMIT AGGREGATEAFPLIES PER LAGGREGATEEN'L - 2,000,000 XPOLICY PRO- JECT LOC PRODT 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 2,000,000 X ! ANY AUTOAS7-Z51-292486-039X 8/8/2019 8/812020 BODILY INJURY (Per pe ;OWNED SCHEDULED _ r AUTOS ONLY AUTOS BODILY INJURY Per accident $ X ;HIRED X 'NON -AWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE (Peraccident) $ _ `PIP -� 10,000 C UMBRELLA LIAB X OCCUR 'EACH OCCURRENCE $ 4'000'000 X EXCESS LIAB CLAIMS MADE EBU015060208 8/8/2019 8/8/2020 'AGGREGATE 4'000'000 , ! $ Ol` DED X RETENTION $ _ $ ___-- A WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY{ ! 0TH X ! ST_A,T_UTE!ER YIN WC2-Z51-292487-019 ANY PROPRIETORlPARTNER/EXECUTIVE 8/812019 ", 8/8!2020 E L EACH ACCIDENT 1,000,000 OFFICER/MEMBER EXCLUDED? HNIA (Mandatory in NH) - 1,000,000 If yes, describe under E.L. DISEASE -EA EMPLOYEE' $ , , _ 1'000'000 DESCRIPTION OF OPERATIONS below E.L. DISEASE POLICY LIMIT $ D !''Pollution Policy 004164400X 8/8/2019 ! 8/8/2020 'Occ $2,000,000/Agg i 4,000,000 A Installation Floater YM2251-292486-049X j 8/8/2019 8/8/2020 'Builders Risk 5,200,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. III (IFB 19/20-03) The City of Sanford; Florida Dept. of Transportation; CPH, hic.; and their directors, officers, managers, agents and employees are included as additional insureds under the general liability, auto liability and umbrella liability coverage on a primary and non-contributory basis. A waiver of subrogation applies in favor of the additional insured with regard to the general liability, auto liability, umbrella liability and workers compensation coverage. Umbrella liability follows form of the underlying policies. The City of Sanford 300 North Park Avenue Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD REQUEST FOR BUDGET TRANSFER Fiscal Year 2020 Department: DECREASE BUDGET I EXPENDITURE ACCOUNT NUMBER Fund DpttDiv Activity Obj Eie Project # Division: Stormwater Date: 1114/2020 ($50,000 OR MORE) Entry Date: Batch Number: 1122/2020 Document #: pW 1405 itormwater neeas $ - $ - $ 1,253,000 $ 1,253,000 452 0000 389 98 00 PW 1406 Utility needs 335,500 335,500 TOTAL DECREASE $ 1,588,500 INCREASE BUDGET EXPENDITURE ACCOUNT NUMBER Fund DpVDIv Activity Obj 402 4045 541 63 Current Eta Projectli Expenditure Account Title Budget 00 PW 1406 Stormwater needs Current Balance $ Amount of Increase 1,253,000 Remaining Balance $ 1,253,000 452 4530 541 63 00 PW 1406 Utilty needs 336,500 335,500 TOTAL INCREASE $ 1,588,500 REASON FOR AMENDMENT: Budget for storm and utility needs Riverwalk Phase III DIRECTOR APPROVAL:Lfz� FINANCE APPROVAL: r CITY MANAGER APPROVAL: ($5,000 TO $48,999) {� CITY COMMISSION AGENDA DATE: �+ APPROVED? DATE: DATE: DATE: ZZ 2-0 ry i oC a 6 ($50,000 OR MORE) Entry Date: Batch Number: 1122/2020 Document #: CITY OF SANFORD ROAD AND TRAIL CONSTRUCTION - W. SEMINOLE BLVD. RIVERWALK PH. III (IFB 19/20-03) IFB 19/20-03 BID TABULATION - Bid Opening Date: 12/19/19 Base Bid Summary Based on Funding, the City Has Determined it Will Award Alternate Bid 2 and 3 (Pending City Commission Approval) Alt. Bid No. 3 Base Bid Part 3 Alt. Bid No. 2 Base Bid Part 1 Base Bid Part 2 Roadway Hardscape, Bidder(Roadway Lighting) Use Path) Roadway Multi -Use Path Landscape and $1,919,246.08 Rank Bidder Construction Construction Irrigation Total Base Bid 1 1 Masci General Contractor Inc. $5,171,223.97 $4,419,344.63 $420,825.23 $10,011,393.83 11 2 lCathcart Construction Co. $10,174,351.65 $5,693,382.70 $458,817.05 f $16,326,551.40 Based on Funding, the City Has Determined it Will Award Alternate Bid 2 and 3 (Pending City Commission Approval) BID SUMMARY - BASE BID PLUS ALTERNATE NO. 2 AND 3 Rank Bidder Total 1 1 Masci General Contractor Inc. $12,045,287.37 2 ICathcart Construction Co. $18,762,309.07 Award Recommendation: Pending Alt. Bid No. 3 Alt. Bid No. 2 (Extension of Multi Total Alternate Bid Rank Bidder(Roadway Lighting) Use Path) No. 2 and No. 3 1 Masci General Contractor Inc. $1,919,246.08 $114,647.46 $2,033,893.54 2 Cathcart Construction Co. $2,257,389.67 $178,368.00 $2,435,757.67 BID SUMMARY - BASE BID PLUS ALTERNATE NO. 2 AND 3 Rank Bidder Total 1 1 Masci General Contractor Inc. $12,045,287.37 2 ICathcart Construction Co. $18,762,309.07 Award Recommendation: Pending CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) Solicitation Title: Road and Trail Construction - W. Seminole Blvd. RiverWlk Phasse III Number: IFB 19/20-03 Opening Date: December 19, 2019 Opening Time: 2:00 p.m. Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.com Location of Opening: Commission Chambers 1. On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. x IFB - Announced the name of each bidder and the amount of their bid RFP - Announced the name of each respondent _ RFQ - Announced the name of each respondent _ If any submission was not opened and/or announced: check this item and indicate on tabulation below specific information as to why the submission was not opened or announced x All submussions were opened and read. The tabulation below reflects the information read 2. Name of Cieloyeho a nounced t e bids/: Marisol Ordonez Certification (1) Marisol Ordonez, Purchasing Manager at ate Printed Name & Title Certification (2) ti l�cLindsey Bojadzijev, Purchasing Analyst ture 0 Date Printed Name & Title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note: City of Sanford Procurement Procedure 6-500 mandates that as applicable to on IFB: the name of each bidder and the specific amount of the bid will be shared at the opening; for an RFP or RFQ the name of each person or firm will be shared at the opening. (Florida Statures may be found at: http://www.leg.statefl.us/statutes/) Tabulation Bidder Bid Total r initial nere it taoulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page 1 of 1 pages NOTICE OF AWARD To: Masci General Contractor, Inc. 5752 S. Ridgewood Ave. Port Orange, Florida 32127 Project Name: Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III Bid No.: IFB 19/20-03 The OWNER has considered the BID submitted by you, dated December 19 2019 for the above described WORK in response to the Invitation for Bids and Bidding Documents. You are hereby notified that your BID has been accepted for BID items consisting of the Base Bid Plus Alternate Bid Item A2 (Alternate Bid Part A2 - Roadway Lighting) and Alternate Bid Item A3 (Alternate Bid Part A3 - Extension of Multi -Use Path if C-15 / 1-4 Roundabout is not Constructed) in the amount of $12.045,287.37. You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an n wledged copy of this NOTICE OF AWARD to the OWNER. Dated this day oZ44" 1?lb OWNER: Cit of nford (Name of ONER) By (Signature) Norton N. Bonaparte. Jr. - City Manager (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance oft b ve NOTI OF AWARD is hereby acknowledged by Masci General Contractor. Ing--ti�i�. ' gay pf,: ��.�.�`1,1_�c. ,._-f- Y Printed Name and Title Road & Trail Construction NOTICE OF AWARD W. Seminole Blvd. RiverWalk Ph. III (IFB 19120-03) Page 1 of 1 63;V&t1*Iz1 r • u PROPOSAL (BID FORM) PART1 GENERAL 1.01 Description I he tollowing tied, for the Koad & I rail Gonstructlon - W. Seminole Blvd. KlyerWalk Ph. III (IFH 19/20-03), is hereby made to the City of Sanford, hereafter called the Owner. This Bid is submitted by Masci General Contractor, Inc., 5752 S. Ridgewood Avenue, Port Orange, FL 32127, (386) 322-4500, leticiamasci(a)mascigc.com (1) Name, address, telephone number, and e-mail address of Bidder 1.02 The Undersigned: A. Acknowledges receipt of: 1 Project Manual and Drawings identified within the Project Manual. 2 Addenda: Number 1 Dated 11/18/2019 Number 2 Dated 12/16/2019 Number Dated Number Dated Number Dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1 To hold this Bid open for 90 calendar days after the bid opening date. 2 To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3 To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. 4 To accomplish the Work in accordance with the Contract Documents 5 To begin Work after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the Work within 455 calendar days of the date of the Notice to Proceed. 6 To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 1.03 Bid Schedule — Base Bid The Bidder hereby agrees to perform all Work as required by the Contract Documents for the following Unit Prices. All Work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the Project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 PROPOSAL (BID FORM) Rev. Per Add. No. 111/18119 NAME OF BIDDER: 00410-1 Rev. Per Add. No. 212/16/19 Part 1 - Roadway Construction ITE NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 101 101-1 Mobilization LS 1 $ 672,900.00 $ 672,900.00 102 102-1 Maintenance of Traffic LS 1 $ 401,200.00 $ 401,200.00 103 104-10-3 Sediment Barrier LF 32,097 $ 1.10 $ 35,306.70 104 10411 Floating Turbidity Barrier LF 326 $ 10.95 $ 3,569.70 105 10418 Inlet Protection System EA 50 $ 112.00 $ 5,600.00 106 110-1-1 Clearing & Grubbing AC 11.6 $ 17,800.00 $ 206,480.00 107 110-4-10 Removal Of Exist. Concrete Pavement (Sidewalks And Curbs) SY 1,194 $ 17.25 $ 20,596.50 108 120-1 Regular Excavation CY 6,130 $ 12.15 $ 74,479.50 109 120-6 Embankment CY 4,366 $ 14.73 $ 64,311.18 110 160.4 Type B Stabilization SY 28,882 $ 5.35 $ 154,518.70 111 285-704 Optional Base Group 04 SY 5,809 $ 16.15 $ 93,815.35 112 285-709 Optional Base Group 09 SY 12,296 $ 19.23 $ 236,452.08 113 327-70-6 Milling Exist. Asph, Pavt, 1.5" Avg. Depth SY 56,923 $ 2.35 $ 133,769.05 114 3341-13 Superpave Asphaltic Cone, Traffic C (Type SP 12.5) TN 1,529 $ 119.57 $ 182,822.53 115 337-7-83 Asph Cone FC, Traffic C, FC - 12.5, Pg 76-22 TN 6,350 $ 135.90 $ 862,965.00 116 339-1 Miscellaneous Asphalt Pavement SY 584 $ 27.54 $ 16,083.36 117 350-30-13 Concrete Pavement for Roundabout Apron, 12" Depth SY 754 $ 117.69 $ 88,738.26 118 400-0-11 Concrete Class NS, Gravity Wall CY 278.1 $ 1,237.00 $ 344,009.70 119 400-1-2 Concrete Class 1, End Walls CY 6.6 $ 1,573.00 $ 10,381.80 120 425-1-311 Inlets, Curb, Type P-1, <10' EA 3 $ 7,780.00 $ 23,340.00 121 425.1-331 Inlets, Curb, Type P-3, <10' EA 3 $ 6,982.00 $ 20,946.00 122 425-1-335 Inlets, Curb, Type P-3, Partial EA 2 $ 2,875.00 $ 5,750.00 123 425-1-341 Inlets, Curb, Type P-4, <10' EA 3 $ 6,854.00 $ 20,562.00 124 425-1-345 Inlets, Curb, Type P-4, Partial EA 2 $ 3,745.00 $ 7,490.00 125 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 $ 5,693.00 $ 5,693.00 126 425-1-412 Inlets, Curb, Type J-1, >10' EA 1 $ 7,560.00 $ 7,560.00 127 425-1-431 Inlets, Curb, Type J-3, <10' EA 1 $ 7,743.00 $ 7,743.00 128 425-1-432 Inlets, Curb, Type J-3, >10' EA 1 $ 8,174.00 $ 8,174.00 129 425-1-441 Inlets, Curb, Type J-4, <10' EA 1 $ 7,994.00 $ 7,994.00 130 425-1-521 Inlets, Dt Bot, Type C, <10' EA 3 $ 3,490.00 $ 10,470.00 131 425-1-910 Inlets, Closed Flume EA 3 $ 4,737.00 $ 14,211.00 132 425.2-61 Manholes, P-8, <10' EA 1 $ 4,925.00 $ 4,925.00 133 425.2-63 Manholes, P-8, Partial EA 1 $ 2,875.00 $ 2,875.00 134 425-2-91 Manholes, J-8, <10' EA 2 $ 7,712.00 $ 15,424.00 135 425-2-92 Manholes, J-8, >10' EA 1 $ 9,462.00 $ 9,462.00 136 430-175- 118 Pipe Culvert, Optional Material, Round, 18" S/Cd LF 593 $ 93.20 $ 55,267.60 137 430-982- 125 Mitered End Sect, Optional Rd, 18" Cd EA 3 $ 1,700.00 $ 5,100.00 138 515-1-2 Pipe Handrail - 42" Guiderail, Aluminum LF 1,406 $ 39.10 $ 54,974.60 139 515-2-311 Ped/Bicycle Railing, Alum, 42" Type 1 LF 86 $ 92.31 $ 7,938.66 140 520-1-7 Concrete Curb And Gutter, Type 'E' LF 4,021 $ 26.75 $ 107,561.75 141 520-1-10 Concrete Curb And Gutter, Type 'F' LF 8,485 $ 26.75 $ 226,973.75 142 520-2-1 Concrete Curb, Type A LF 10,806 $ 23.69 S 255,994.14 143 520-2-4 Concrete Curb, Type D LF 192 $ 23.69 $ 4,548.48 144 520-2-8 Concrete Curb, Type RA LF 679 $ 34.15 $ 23,187.85 145 520-5-11 Traf Sep Conc-Type I, 4' Wide LF 1,022 S 57.81 $ 59,081.82 146 520-70 Concrete Traffic Separator, Special- Variable Width SY 23 $ 91.20 $ 2,097.60 147 522-1 Concrete, 4" Thick (Sidewalks) SY 2,688 $ 45.20 $ 121,497.60 148 522-2 Concrete, 6" Thick (Driveway / Ram /Open Flumes) SY 902 $ 57.30 $ 51,684.60 149 522-5 Concrete, 8"-12" Thick, Reinforced (Raised Crosswalks) SY 554 $ 118.69 $ 65,754.26 150 526-1-1 Pavers, Architectural, Roadway SY 198 $ 115.45 $ 22,859.10 151 527-2 Detectable Warning SF 1,022 $ 31.50 S 32,193.00 Road Trail Construction W. Seminole Blvd. RiverWalk Ph. Ill November 11, 2019 NAME OF BIDDER: 00410-2 PROPOSAL (BID FORM) Rev. Per Add. No. 111118/19 Rev. Per Add. No. 212/16/19 152 536-1-1 Guardrail - Roadway, General TI - DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 201 3 LF 1,078 $ 34.20 $ 36,867.60 153 536-6 Pipe Rail For Guardrail LF 313 $ 25.30 $ 7,918.90 154 536-73 Guardrail, Removal LF 1,534 $ 6.00 $ 9,204.00 155 536-85-24 Guardrail End Treatment - Parallel Approach Terminal EA 13 $ 3,800.00 $ 49,400.00 156 538-1 Guardrail Reset LF 546 $ 16.00 $ 8,736.00 157 550-10-212 Fencing, Type B, 5.0', W/ Vinyl Hardscape & Irrig.) LS 1 $ 152,300.00 $ 152,300.00 203 Coat LF 44 $ 27.30 $ 1,201.20 158 570-1-2 Performance Turf, Sod SY 29,724 $ 2.55 $ 75,796.20 159 700-1-11 Single Post Sign, F&I, <12sf AS 51 $ 395.00 $ 20,145.00 160 700-1-50 Single Post Sign, Relocate AS 6 $ 880.00 $ 5,280.00 161 700-1-60 Single Post Sign, Remove AS 33 $ 25.00 $ 825.00 162 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf Traffic C (1.5") TN 1,326 $ 119.57 $ 158,549.82 208 400-0-11 EA 5 $ 200.00 $ 1,000.00 163 700-3-601 Sign Panel, Remove Up To 12 Sf Concrete Class IV, Miscellaneous CY 160 $ 931.75 $ 149,080.00 210 415-1-1 EA 3 $ 25.00 $ 75.00 164 711-11-123 Thermoplastic, Sid, White, Solid, Pipe Handrail - Guaerail, 12" LF 1,346 $ 3.16 $ 4,253.36 165 711-11-124 Thermoplastic, Std, White, Solid, Ped/Bicycle Railing, Aluminum, 18" LF 136 $ 4.72 $ 641.92 166 711-11-125 Thermoplastic, Std, White, Solid, Concrete Curb, Type D LF 82 $ 23.69 $ 1,942.58 214 24" LF 81 $ 6.33 $ 512.73 167 711-11-141 Thermoplastic, Std, White, Dot Concrete Parapet, Ped. Bicycle, Guide, 6" GM 0.268 $ 4,025.00 $ 1,078.70 168 711-11-144 Thenno., Std, While, 2-2 Dot Ext Concrete, 6" Thick SY 789 1 $ 57.30 $ 45,209.70 Line, 12" For Roundabout GM 0.064 $ 8,625.00 $ 552.00 169 711-11-160 Thermoplastic, Std, White, Message EA 12 $ 143.75 $ 1,725.00 170 711-11-170 Thermoplastic, Std, White, Arrow EA 54 $ 86.25 $ 4,657.50 171 711-11-224 Thermoplastic, Std, Yellow, Solid, 18" LF 327 $ 4.72 $ 1,543.44 172 711-11-241 Thermoplastic, Std, Yellow, Dot/Ga , 6" GM 0.728 $ 4,025.00 $ 2,930.20 173 711-15-101 Thermoplastic, Std -Op, White, Solid, 6" GM 6.700 $ 4,600.00 $ 30,820.00 174 711-15-131 Thermoplastic, Std -Op, While, Ski /Dot, 6" GM 0.228 $ 1,150.00 $ 262.20 175 711-15-201 Thermoplastic, Std -Op, Yellow, Solid, 6" 1 GM 6.188 $ 4,600.00 $28,464.80 ttb Tt�talBaise Rio $"8rt f -Roadway Conahtir4tktn ` $ '.. a�.171` 23.97' Part 2 - Multi -Use Path Construction (including Landscape. Hardscape, Irrigation, and Lighting for the Multi -Use Path) ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 201 101-1 Mobilization (Includes Trail Lighting, Landscape, Hardscape, & 1mg.) LS 1 $ 414,870.00 $ 414,870.00 202 102-1 Maintenance Of Traffic (Includes Trail Lighting, Landscape, Hardscape & Irrig.) LS 1 $ 152,300.00 $ 152,300.00 203 120-1 Regular Excavation CY 2,602 $ 12.15 $ 31,614.30 204 120-6 Embankment CY 974 $ 14.73 $ 14,347.02 205 160-4 Type B Stabilization SY 21,170 $ 4.97 $ 105,214.90 206 285-701 Optional Base Group 01 SY 16,066 $ 14.27 $ 229,261.82 207 334-1-13 Superpave Asphaltic Concrete, Traffic C (1.5") TN 1,326 $ 119.57 $ 158,549.82 208 400-0-11 Concrete Class NS, Gravity Wall CY 4.7 $ 1,237.00 $ 5,813.90 209 400-4-15 Concrete Class IV, Miscellaneous CY 160 $ 931.75 $ 149,080.00 210 415-1-1 Reinforcing Steel LBS 16,000 $ 1.00 $ 16,000.00 211 515-1-2 Pipe Handrail - Guaerail, Aluminum LF 64 $ 39.10 $ 2,502.40 212 515-2-311 Ped/Bicycle Railing, Aluminum, 42" Type 1 LF 1,514 $ 92.31 $ 139,757.34 213 520-2-4 Concrete Curb, Type D LF 82 $ 23.69 $ 1,942.58 214 520-2-5 Concrete Curb, Ribbon Curb LF 22,967 $ 25.75 $ 591,400.25 215 521-6-2 Concrete Parapet, Ped. Bicycle, 42" Ht. LF I168I $ 479.57 $ 80,567.76 216 522-2 Concrete, 6" Thick SY 789 1 $ 57.30 $ 45,209.70 Road Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 19_Tii14eTj7L77:1c1; 00410-3 PROPOSAL (BID FORM) Rev. Per Add. No. 111118/19 Rev. Per Add. No. 212/16/19 217 570-1-2 Performance Turf, Sod SY 36,276 $ 2.55 $ 92,503.80 218 710-11-290 Painted Pavt Mark, Std, Yellow, Island Nose SF 90 $ 7.00 $ 630.00 Hardscape 301 Bench, Keystone Ridge, Schenly, SC26C, 6 feet EA 19 $ 3,270.00 $ 62,130.00 302 Coquina Cut Stone Bench EA 2 $ 8,320.00 $ 16,640.00 303 — Trash Receptacle, Keystone Ridge, Midtown MT3-32 Elev Leg, Elev Lid EA 10 $ 2,100.00 $ 21,000.00 304 -- Ash Tower, Keystone Ridge, Midtown MT5 EA 6 $ 1,180.00 $ 7,080.00 305 Bike Rack, Keystone Ridge, Harbor, HR -2 EA 4 $ 2,780.00 $ 11,120.00 306 -- Tables, Keystone Ridge, Breakwater, ADA 8 feet, C-BW6- 8ADA EA 2 $ 5,217.00 $ 10.434.00 307 — Tables, Keystone Ridge, Breakwater, BW6-6 EA 3 $ 4,899.00 $ 14,697.00 308 Dogipot, Model 1003A -L EA 5 $ 1,029.00 $ 5,145.00 309 Boulder, Tennessee Field Stone EA 19 $ 789.00 $ 14,991.00 310 Relocated Boulder EA 1 $ 520.00 $ 520.00 311 — Decorative Pylons, 11" Dia. EA 121 $ 375.67 $ 45,456.07 312 4" Thick Concrete for Site Fumishings, Broom Finish (Light) SY 133 $ 53.21 $ 7,076.93 313 1 ICrushed Coquina 4" Depth CY 12 $ 191.93 $ 2,303.16 314 Stone Base 6" Depth CY 12 $ 135.50 $ 1,626.00 Landscape and Irrigation 315 --- Bulbine frutescens'Hailmark' / Hallmark Bulbine - 1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non- IDianella native EA 20 $ 6.95 $ 139.00 316 tasmanica'Variegata'/ Variegated Flax Lily - 1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 155 $ 6.95 $ 1,077.25 317 Helianthus debilis / Beach Sunflower- 1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 1,562 $ 6.95 $ 10,855.90 318 -- Juniperus conferta'Blue Pacific' / Blue Pacific Juniper -1 Gal., 3" Ht., Full Container, 15" O.C., Non- native EA 1,272 $ 6.95 $ 8,840.40 319 — Muhlenbergia capiilaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 1,080 $ 6.95 $ 7,506.00 320 Miscanthus sinensis'Adagio' / Adagio Maiden Grass - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Non- native EA 11 $ 15.30 $ 168.30 321 Paspalum quiadrifarium / Crown Grass - 1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 529 $ 6.50 $ 3,438.50 322 Rosa 'Knockout Red'/ Red Knockout Rose - 3 Gal., 12" Ht., Full, 24" O.C., Native EA 22 $ 29.50 $ 649.00 323 — Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 124 $ 15.30 $ 1,897.20 324 Tdpsacum floridanum / Dwarf Fakahatchee -1 Gal., 12" Ht., 6" Sprd., 48" O.C., Native EA 68 $ 6.90 $ 469.20 325 — Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 269 $ 29.50 $ 7,935.50 326 Serenoa repens'Silver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 4 $ 99.40 $ 397.60 Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-4 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 327 – Cortaderia selloana / White Pampas Grass - 7 Gal., 20" Ht., 20" Sprd., 36" O.C., Non-native EA 9 $ 57.29 $ 515.61 328 Acer Rubrum'Florida Flame'/ Florida Flame Red Maple - 100 Gal., 4" Cal., 12' Ht., T Sprd., Spacing as shown, Native EA 7 $ 1,270.00 $ 8,890.00 329 – Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 10 $ 1,270.00 $ 12,700.00 330 Betula nigra 'Dura Heat' / Dura Heat River Birch - 100 Gal., 4" Cal., 12' Ht., 3-5 Trunks, 7' Sprd., Native EA 12 $ 599.75 $ 7,197.00 331 -- Sabal palmetto / Cabbage Palm - Refer to Plans for CT Ht., Regan. heads, Native EA 90 $ 712.00 $ 64,080.00 332 — Sabal palmetto / Cabbage Palm - 20' CT., Straight trunk, Regan. Head, Min. 5 fronds, Native EA 1 $ 850.00 $ 850.00 333 -- Lagerstroemia indica'Natchez' / Natchez Crape Myrtle - 65 Gal., 3" Cal., 8' Min. Ht., Standard, Native EA 16 1 $ 735.00 $ 11,760.00 334 — Mulch, 3" Avg. Depth CY 215 $ 49.90 $ 10,728.50 335 irrigation System (1.2 ac) LS 1 $ 329,679.00 $ 329,679.00 336 630-2-11 Conduit, Furnish & Install, Open Trench LF 12,917 $ 11.78 $ 152,162.26 337 630-2-12 Conduit, Furnish & Install, Directional Bore LF 120 $ 19.18 $ 2,301.60 338 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 131 1 $ 845.10 $ 110,708.10 339 715-1-11 Lighting Conductors, F&1, Insulated,:5 No. 10 LF 16,050 $ 0.87 $ 13,963.50 340 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 3,510 $ 1.50 $ 5,265.00 341 715-1-13 Lighting Conductors, F&I, Insulated, No. 4-2 LF 54,745 $ 2.09 $ 114,417.05 342 715-1-15 Lighting Conductors, F&I, Insulated, No. 1/0 - 3/0 LF 1,050 $ 5.99 $ 6,289.50 343 715-1-16 Lighting Conductors, F&I, Insulated, No. 4/0 Or Larger LF 600 $ 7.23 $ 4,338.00 344 715-4-20 Light Pole Complete, F&I, Spec Found, Wind Spd 130, Custom Ht EA 79 $ 9,279.35 $ 733,068.65 345 715-4-21 Light Pole Complete, F&I, Spec Spd 130, 30' EA 25 $ 10,069.52 $ 251,738.00 346 715-423 e Complete, F&l, Spec LFound,ind ind Spd 130,40' EA 3 $ 10,069.52 $ 30,208.56 347 715-7-11 nter, F&I, Secondary EA 3 $ 17,300.00 $ 51,900.00 348 715-10-5 e Foundation, Remove EA 1 $ 1,425.70 $ 1,425.70 b>%ta) rasa Etk# Part 2 mow-use Path GonstCvctiott (1t}ckrdirl#t Landscape, Hardscape, irrigation and, Road Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-6 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 Part 3 - Roadway Hardscape, Landscape and Irrigation ITEM NO. JFDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Hardscape 01 Boulders, Tennessee Field Stone EA 23 $ 789.00 $ 18,147.00 402 -- Decorative Pylons, 11" Dia. EA 199 $ 375.67 $ 74,758.33 403 Brick Pavers (Including Sanded Jts., Conc. Fines Bedding, Filter Fabric, 4" Aggregate Base) SF 6,780 1 $ 18.49 $ 125,362.20 Landscape and Irrigation 404 Buibine frutescens 'Hallmark'/ Hallmark Buibine - 1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non- native EA 73 $ 6.90 $ 503.70 405 Dianella tasmanica'Variegata'/ Variegated Flax Lily- 1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 217 $ 6.90 $ 1,497.30 406 Helianthus debilis / Beach Sunflower -1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 375 $ 6.90 $ 2,587.50 407 --- Juniperus conferta'Blue Pacific' / Blue Pacific Juniper - 1 Gal., 3" Ht., Full Container, 15" O.C., Non- native EA 2,758 $ 6.90 $ 19,030.20 408 Muhlenbergia capiliaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 725 $ 6.90 $ 5,002.50 409 Paspalum quiadrifarium / Crown Grass -1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 463 $ 6.90 $ 3,194.70 410 -- Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 410 $ 15.30 $ 6,273.00 11 -- Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 488 $ 29.50 $ 14,396.00 412 — Serenoa repens'Siiver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 52 $ 99.40 $ 5,168.80 413 -- Acer Rubrum'Florida Flame'/ Florida Flame Red Maple - 100 Gal., 4" Cal., 12' Ht., T Sprd., Spacing as shown, Native EA 2 $ 1,270.00 $ 2,540.00 14 — Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 3 $ 1,270.00 $ 3,810.00 415 Phoenix sylvestris / Sylvester Palm - Refer to Pians for CT Ht., Classic cut, Clean straight trunks free of debris and cuts, Non- native EA 24 $ 4,600.00 $ 110,400.00 416 — Lagerstroemia indica'Natchez' / Natchez Crape Myrtle - 65 Gal., 3" Cal., 8' Min. Ht., Standard, Native EA 20 $ 735.00 $ 14,700.00 417 — Mulch, 3" Avg. Depth CY 50 $ 49.90 $ 2,495.00 418 — Sand, 4" Avg. Depth CY 260 $ 42.15 $ 10,959.00 4_0UTOtal-BMWdid„i?art>3:= Roadwa t ardsca ,;Landaca and trri anon' Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-6 PROPOSAL (BID FORM) Rev. Per Add. No. 111118/19 Rev. Per Add. No. 212/16/19 1.04 Bid Schedule — Alternate Bid Items Part Al - Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Alt. 102 Alt. 102-1 Maintenance Of Traffic Note: UNITS QUANTITY UNIT PRICE TOTAL PRICE 501 630-2-11 The Alternate Bid Maintenance of Traffic (Roadway) Allows W. LF 18,580 $ 11.78 $ 218,872.40 502 630-2-12 Seminole Blvd. to be Closed Up to 240 Calendar Days) LS 1 $ 212,890.00 $ 212,890.00 The formula for incorporating Alt. 102-1 into the Base Bid is: Sub -Total Base Bid Part 1 - Roadway Construction Minus Base Bid Item No. 102 Plus Altemate Bid Item Alt. 102 = New Sub - Total Base Bid Part A - Roadway Construction PART A2 - ROADWAY LIGHTING ITEM JFDOT NO. JITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 501 630-2-11 Conduit, Furnish & Install, Open Trench LF 18,580 $ 11.78 $ 218,872.40 502 630-2-12 Conduit, Furnish & Install, Directional Bore LF 1,427 $ 19.18 $ 27,369.86 503 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 163 $ 844.10 $ 137,588.30 504 715-1-11 Lighting Conductors, F&1, Insulated, s No. 10 LF 18,600 $ 0.78 $ 14,508.00 505 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 7,395 $ 1.50 $ 11,092.50 506 7i5 4-21 Light Pole Complete, F&I, Spec Found, Wind Spd 130, 30' EA 49 $ 10,487.43 $ 513,884.07 507 7154-23 Light Pole Complete, F&1, Spec Found, Wind Spd 130,40' EA 75 $ 11,567.91 $ 867,593.25 508 715-4-70 Light Pole Complete, Remove Pole And Foundation EA 74 $ 1,110.90 $ 82,206.60 509 715-7-11 Load Center, F&I, Secondary Voltage EA 1 $ 2,332.20 $ 2,332.20 510 715-10-5 Light Pole Foundation, Remove - No Existing Pole EA 18 $ 1,825.05 $ 32,850.90 511 715-550- Light Pole Complete - Special 000 Design (Concrete Poles), Remove EA 10 $ 1,094.80 $ 10,948.00 Part A3 - Extension of Multi -Use Path if CR -15 11-4 Roundabout is not Constructed Note: The Alternate Bid Items in this Bid Schedule are for the Extension of the Multi -Use Path From the Base Bid West End (Near Sta. 171+27) to Sta. 175+82 (+/-), Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-7 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 Part A4 - CRA 511-4 ROUNDABOUT CONSTRUCTION ITEM NO. FOOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 701 101-1 Mobilization LS 1 $ 79,300.00 $ 79,300.00 702 102-1 Maintenance of Traffic IClearing& LS 1 $ 132,000.00 $ 132,000.00 703 104-10-3 Sediment Barrier LF 2,381 $ 1.10 $ 2,619.10 704 10418 Inlet Protection System EA 13 $ 112.00 $ 1,456.00 705 110-1-1 Grubbing AC 1.61 $ 17,800.00 $ 28,658.00 706 110-4-10 Removal Of Exist. Concrete 1725 19,665.00 Pavement Sidewalks And Curbs SY 1,140 $ $ 707 120-1 Regular Excavation CY 695 $ 9.23 $ 6,414.85 708 120-6 Embankment CY 1,685 $ 14.73 $ 24,820.05 709 1604 Type B Stabilization SY 3,686 $ 5.35 $ 19,720.10 710 285-701 Optional Base Group 01 SY 485 $ 14.73 $ 7,144.05 711 285-704 Optional Base Group 04 SY 37 $ 16.15 $ 597.55 712 285-709 Optional Base Group 09 SY 1,463 $ 19.23 $ 28,133.49 713 327-70-1 Milling Exist. Asph. Pavt, 1" Avg. Depth SY 5,754 $ 1.97 $ 11,335.38 714 3341-13 Superpave Asphaltic Conc, Traffic C (Type SP 12.5) TN 508 g 119.57 $ 60,741.56 715 337-7-83 Asph Conc FC, Traffic C, Fc -12.5, Pg 76-22 TN 600 $ 135.90 $ 81,540.00 716 350-30-13 Concrete Pavement For Roundabout Apron, 12" Depth SY 403 g 117 69 $ 47,429.07 717 425-1-321 Inlets, Curb, Type P-2, <10' EA 1 $ 7,751.00 $ 7,751.00 718 425-1-335 Inlets, Curb, Type P-3, Partial EA 1 $ 2,875.00 $ 2,875.00 719 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 $ 9,395.00 $ 9,395.00 720 425-1-521 Inlets, Dt Bot, Type C, <10' EA 4 $ 4,275.00 $ 17,100.00 721 430-175- Pipe Culvert, Optional Material, g 93.20 $ 3,075.60 118 Round, 18" S/Cd LF 33 722 430-982- Mitered End Sect, Optional Rd, 1,700.00 125 18" Cd EA 1 $ 1,700.00 $ 723 520-1-7 Concrete Curb And Gutter, Type E' LF 1,552 $ 26.75 $ 41,516.00 724 520-1-10 Concrete Curb And Gutter, Type 'F' LF 687 $ 26.75 $ 18,377.25 725 520-2-5 Concrete Curb, Ribbon Curb LF 731 $ 25.75 $ 18,823.25 726 520-2-8 Concrete Curb, Type RA LF 350 $ 34.15 $ 11,952.50 727 522-1 Concrete, 4" Thick (Sidewalks) SY 226 $ 45.20 $ 10,215.20 728 522-2 Concrete, 6" Thick (Driveway / Ram / Open Flumes) SY 195 $ 57.30 $ 11,173.50 729 527-2 Detectable Warning SF 165 $ 31.50 $ 5,197.50 730 536-73 Guardrail, Removal LF 19 $ 6.00 $ 114.00 731 536-85-24 Guardrail End Treatment - Parallel [Approach Terminal EA 1 $ 3,800.00 $ 3,800.00 732 570-1-2 Performance Turf, Sod SY 4,903 $ 2.55 $ 12,502.65 733 700-1-11 Single Post Sign, F&I, <12sf AS 23 $ 395.00 $ 9,085.00 734 700-1-50 Single Post Sign, Relocate AS 4 $ 880.00 $ 3,520.00 735 700-1-60 Single Post Sign, Remove AS 4 $ 25.00 $ 100.00 736 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf $ 200.00 $ 400.00 EA 2 737 700-3-601 Sign Panel, Remove Up To 12 Sf $ 25.00 $ 50.00 EA 2 738 711-11-123 Thermoplastic, Std, White, Solid, 12" LF 198 $ 3.16 $ 625.68 739 711-11-124 Thermoplastic, Std, White, Solid, 18" LF 162 $ 4.72 $ 764.64 740 711-11-160 Thermoplastic, Std, White, DOT Guide, 6" GM 0.013 g 4,025.00 $ 52.33 741 711-11-170 Thermoplastic, Std, White, 2-2 DOT EXT Line, 12" for $ 8,625.00 $ 362.25 Roundabout GM 0.042 742 711-11-101 Thermoplastic, Std, White, Message EA 10 g 143.50 $ 1,435.00 743 711-15-241 Thermoplastic, Std, White Arrow $ 86.25 $ 1,638.75 EA 19 Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-8 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 Rev. Per Add. No. 212/16/19 744-- Thermoplastic, Std, Yellow, Solid, ITOTAL BID PRICE DESCRIPTION TOTAL BID PRICE Base Bid Part 1 - Roadway Construction $ 5,171,223.97 18" LF 7 $ 4.72 $ 33.04 745 711-15-101 Thermoplastic, Std -Op, White, Alternate Bid Item A4 — CRA 5 / 1-4 Roundabout Construction 1,378,310.2 Solid, 6" GM 0.424 $ 4,600.00 $ 1,950.40 746 711-15-131 Thermoplastic, Std -Op, White, Solid, 8" GM 0.275 $ 6,135.25 $ 1,687.19 747 711-15-133 Thermoplastic, Std -Op, White, Ski IDOT, 6" GM 0.102 $ 1,150.00 $ 117.30 748 711-15-201 Thermoplastic, Std -Op, Yellow, Solid, 6" GM 0.295 $ 4,600.00 $ 1,357.00 M' a „., x�., � Hardscape 749 — 1 Decorative Pylons, 11" Dia. EA 97 $ 375.67 $ 36,439.99 Landscape and Irrigation Florida Flame Red Maple; 100 750 Gal; 4" Cal., 12' Ht., 7' Sprd; $ 1,270.00 $ 2,540.00 Native EA 2 Dura Heat River Birch; 100 Gal.; 751 — 4" Cal., 12 Ht., 3-5 Trunks, 7' s 599.75 $ 599.75 S rd.;Native EA 1 Phoenix sylvestris, Sylvester Palm- Refer to plans for CT Ht., 752 - Classic cut, Clean Straight trunks $ 4,600.00 $ 50,600.00 free of debris and cuts, Non- native EA 11 753 Natchez Crape Myrtle; 65 Gal.,3" $ 735.00 $ 3,675.00 Cal., 8' Min. Ht., Standard; Native EA 5 754 Mulch, 3" Av . Depth CY 50 $ 49.90 $ 2,495.00 -'�'�. 755 630-2-11 Conduit,F&I Open Trench LF 100 $ 11.78 $ 1178.00 756 630-2-12 Conduit, F&I, Directional Bore LF 470 1 $ 19.18 $ 9,014.60 757 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 44 $ 845.08 $ 37,183.52 758 715-1-11 Lighting Conductors, F&I, Insulated, 5 No. 10 LF 450 $ 1 24 $ 558.00 759 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 2,250 $ 1 77 $ 3,982.50 760 715-4-13 Light Pole Complete, F&I, Spec Found, Wind Spd 130, 40' EA 14 $ 15,300.00 $ 214,200.00 761 715-4.60 Light Pole Complete - Relocate EA 27 $ 5,323.06 $ 143,722.62 762 715-11-211 Luminaire, F&I- Replace Exist Luminaire On Exist Pole/Arm, $ 8,120.00 $ 121,800.00 Roadway, Cobra Head EA 15 BASE BID SUMMARY DESCRIPTION ITOTAL BID PRICE DESCRIPTION TOTAL BID PRICE Base Bid Part 1 - Roadway Construction $ 5,171,223.97 Base Bid Part 2 - Multi -Use Path Construction (including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path $ 4,419,344.63 Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation $ 420,825.23 TOTAL BASE BID $ 10 011 393.83 SUMMARY OF ALTERNATE BID ITEMS DESCRIPTION ITOTAL BID PRICE Alternate Bid Item Al — Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days. Note: This item is to show the total cost for Maintenance of Traffic if W. Seminole Blvd. is Closed During Construction. The Total Base Bid Amount Adjustment Calculation will be made by the City after Bid Opening if the City decides to allow W. Seminole Blvd. to be closed $ 212,890.00 Alternate Bid Item A2 - Roadway Lighting $ 1,919,246.08 Alternate Bid Item A3 - Extension of Multi -Use Path if CRA 5 / 1-4 Roundabout is not $ 114,647.46 Constructed Alternate Bid Item A4 — CRA 5 / 1-4 Roundabout Construction 1,378,310.2 Road Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: 00410-9 PROPOSAL (BID FORM) Rev. Per Add. No. 111/18/19 Rev. Per Add. No. 212/16/19 1.05 Miscellaneous Requirements and Affirmations A. Proposals (Bids) must be on the Bid Form, B. The Bidder acknowledges the receipt, execution, and return of the following forms and required information with the Bid (the Bidder is to fill out the far right column in the below Table): Section Form / Information Submitted by Bidder with Bid Y/N 00410 Proposal (Bid Form) Including Acknowledgment of All Issued Addenda Y — Acknowledge of Receipt of Addendum (Form Issued by the City with each issued Addendum Y -- Bid Security in Accordance with the Instructions to Bidder Y - Bidder Completed W-9 Form Y - Bidder Officer Signatory Authorization Information Y 00430 Trench Safety Form Y 00432 Non Collusion Affidavit Y 00434 Conflict of Interest Affidavit Y 00436 Florida Statutes on Public Entity Crimes Affidavit Y 00438 Compliance With the Public Records Law Affidavit Y 00440 Bidder Information and Affidavit Y 00450 Certification Of Non -Segregated Facilities Form Y 00452 Disputes Disclosure Form Y 00454 Drug Free Workplace Form Y 00455 Certification Regarding Non -Scrutinized Companies Y 00456 Unauthorized (Illegal) Alien Workers Affidavit Y 00458 E-VerifyCompliance Form Y 00460 Americans With Disabilities Act Affidavit Y 00464 Schedule Of Proposed Subcontractors Y 00622 City of Sanford Insurance Requirements and Affidavit Y - Copies of Licenses Issued by the State of Florida Dept. of Business and Professional Regulation Construction Industry Licensing Board Y Copies of the Bidder's or proposed Subcontractor's FDOT Prequalifications as required per Section 00200 of the Project Manual Y Road & Trait Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11!18/19 Rev. Per Add. No. 212(16/19 NAME OF BIDDER: Masci General Contractor, Inc. 00410-14 1.06 RESPECTFULLY SUBMITTED, signed and sealed this 19th December 2019 Masci Geperal Contractor, Inc. NmrBjtA December 19, 2019 By 'gnature) Date Leticia M. Ferreira, Vice President Printed Name and Title 5752 S. Ridgewood Avenue Business Address Port Orange FL 32127 City State Zip Code (386) 322-4500 (386) 322-4600 Telephone No. Facsimile No. leticiamasci@mascigc.com -58115.11ll_�`f 17M. I_Xi0K r 4 December 19, 2019 By ignatu(e) Date Maria Eloisa Masci, Secretary Printed Name and Title END OF SECTION Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-15 day of SEAL rF 2004 i '�.�.ZOR14,. 0 �� PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 2 12/16/19 SECTION 00420 Executed in 1 Counterpart BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) Masci General Contractor, Inc. as Principal, and (2) Arch Insurance Company as Surety, are hereby and firmly bound unto (3) City of Sanford as Owner, in the penal sum of (4) Five Percent of Amount Bid-------------- -��---'-------- Dollars ($ ----------------5%------------- ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to (3) _ City of Sanford a certain Bid for Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. III (IFB 19120-03), attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) Owner 4) Amount of Bond as Required in the Instructions to Bidders NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and dor the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 00420-1 171fl sir •;,i 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. Signed and sealed this 17th day of December 2019 ATTEST: r er�' By (Pr' cipal � icer) Vol' asc S'e-Cm Typed Name and Title 5A Q <v. 4p r�•:C�. J Adriana Melendez, Witness Typed Name and Title (SEAL) Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 gnature of Officer) Via, re.lre.ca-, � P Typed Name and Title 5752 S. Ridgewood Avenue Address Port Orange, FL 32127 City, State, Zip Arch Insurance Comoany Surety By: 15� -� Attorney -in -Fact Teresa L. Durham, Attorney -in -Fact and Florida Licensed Resident Agent Typed Name and Title Harborside 3, 210 Hudson St., #300 Address Jersey City, NJ 07311-1107 City, State, Zip (201) 743-4000 (866) 637-5861 Telephone No. Facsimile No. END OF SECTION 00420-2 c c�� •zN, Form ® Request for Taxpayer Give Form to the resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other — M1 Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov1FormW9 for instructions and the latest information. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. m10 � —I 2 Business name/disregarded entity name, if different from above 0 4I Masci General Contractor, Inc. I8 0'0 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see CL instructions on page 3): ❑ Individual/sole proprietor or ✓❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate p c single -member LLC Exempt payee code (if any) CL 2 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `o =Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting a LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code(if codeif an another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that n w is disregarded from the owner should check the appropriate box for the tax classification of its owner. d ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) CL 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 5752 S. Ridgewood Avenue cn 6 City, state, and ZIP code Port Orange, FL 32127 7 List account number(s) here (optional) 9*7 Mit Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a Social security number _M resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other — M1 m — entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number 12 m10 � —I 2I 0 4I 5 I8 0'0 j Number To Give the Requester for guidelines on whose number to enter. Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividg34s, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. aryrl Signature of12/19/2019 Here I U.S. person 10,Date 10 - General General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1F6rmW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Florida Department of State o +:( rJ fpr p_r'_ Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation MASCI GENERAL CONTRACTOR, INC. Filing Information Document Number P04000169369 FEI/EIN Number 20-2045800 Date Filed 12/17/2004 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/01/2010 Event Effective Date NONE Principal Address 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FL 32127 Mailing Address 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FL 32127 Reaistered Aaent Name & Address MASCI, MARIA 5751 WHITE ACRES LN PORT ORANGE, FL 32127 Name Changed: 04/09/2012 Address Changed: 02/12/2007 Officer/Director Detail Name & Address Title President MASCI, LEONEL 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FL 32127 Title VP MASCI, ANDRES DIVISION of CORPORATIONS 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FL 32127 Title S MASCI, MARIA 5751 WHITE ACRES LANE PORT ORANGE, FL 32127 Title VP Ferreira, Leticia Maria Masci 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FL 32127 Annual Reports Report Year Filed Date 2017 01/06/2017 2018 02/02/2018 2019 02/07/2019 Document Images 02/07/2019 —ANNUAL REPORT View image in PDF format 02/02/2018 —ANNUAL REPORT View image in PDF format 01106/2017 —ANNUAL REPORT View image in PDF format 01/15/2016 —ANNUAL REPORT View image in PDF format 04/09/2015 —AMENDED ANNUAL REPOR View image in PDF format 01/09!2015 — ANNUAL REPORT View image in PDF format 04/03/2014 — AMENDED ANNUAL REPORT View image in PDF format 01/10/2014 —ANNUAL REPORT View image in PDF format 07/25/2013 —AMENDED ANNUAL REPORT View image in PDF format 02119/2013 — ANNUAL REPORT I View image in PDF format 04/0912012 —ANNUAL REPOR I View image inPDF format 01/06/2012 — ANNUAL REPORT L View image in PDF format 01/20/2011 —ANNUAL REPORT View image in PDF format 06/01/2010 — Amendmen I View image in PDF format 05/17/2010 — Amendment I View image in PDF format 01/14/2010 —ANNUAL REPORT I View image in PDF format 01/27/2009 —ANNUAL REPORT I View image in PDF format 01/14/2008 —ANNUAL REPORT I View image in PDF format 02/12/2007 —ANNUAL REPORT View image in PDF format 01/19/2006 — ANNUAL REPORT I View image in PDF format 04/29/2005 — ANNUAL REPORT I View image in PDF format 12/17/2004 — Domestic Proll I View image in PDF format Honda Derartment of State, Ciais—,, of CwWatfons Bidder acknowledges that included inthe various items of the proposal contained on the Bid Form are costs for complying with the Florida Trench Safety Act (FS 553.60-553.84). The Bidder further identifies the cost of compliance with the applicable trench safety standards for the project aafoUowm/BiddertoaUachadditioOo|sheeiuooDeceasarytoideDtifvaUoosta\: Trench Safety Measure Units of Measure Unit Unit Cost (Description) (LF, SF, SY) Quantity Extended Cost A Trench Box LF 50 $5.00 $250.00 TOTAL $ 250.00 The total cost shown herein is already included inthe various items on the Bid Form and is not additional tothe pricingshown onthe Bid Form. Bidder, bxsignature below, assures that the contractor performing trench excavating will comply with the applicable Trench Safety Standards. Submitted, signed and sealed this 191h day ofDecember 2019 Masci ja�nerai Contractor, Inc. Signature' *xw' Leticia M. Ferreira, Vice President Printed Name and Title =Z5- 2004 ATTES December 19,2019 Signafire Date FJ Road& Trail Construction TRENCH SAFETY FORM W.Seminole Blvd. Riva,Wa|hPh. III November 1i.3O1S OD4304 The undersigned, bvsigning this document hereby certifies that the company named below hereby is or does: States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He ksfully informed respecting the preparation and contents ofthe attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder orproposer nor any of its officers, partners, owners, agents, repnaeentotvea, employees or parties in intereot, including this offiun[ has in any way cn||uded, conspired, connived or ogneed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement orcollusion or communications orconference with any other bidder, proposer, firm orperson tofix the price or prices in the attached bid or pnopoao|orofonyotherbidderofpropooer.ortofixanyoverhemd.profitorcoatR|Gno8nt of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or un|ovv[u| agreement any advantage against the Owner or any person interested in the proposed Contract. 5. The price or prices quoted inthe attached bid orproposal are fair and proper and are not tainted by any cn|ueion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agerta, representatives, ovvnero, employees, or parties in interest, including the individual signing this document. MasciGeneral Contractor, Inc. er December 1Q.2O10 Signature of Authorized Representative (Affiant) Date Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) Road & Trail Construction W. Seminole Blvd. RiverWa|kPh. III November 11, 2019 NON COLLUSION AFFIDAVIT COUNTY Op\/UlusjQ STATE 0FFLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia K0.Ferreira as Vice President of________ xxoao/General Contractor, Inc.whose name(s) is/are subscribed tothe xvithin instrument, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn to before me this 19th � 24A tA,"_ Si n re of Ndtary Public Cuissioned State of Florida ~/ Personally Known �, day of December 2010 Jennifer J. Gaw Print, Type orStamp Name ofNotary MY COMMISSION # GG 191313 Or, Produced Identification ______ 0 EXPIRES:Namh 1, 2022 OK TvoenfIdentification Produced Road & Trail Construction W. Seminole Blvd. Rive,Na)hPh. Ill November 11, 2019 0��� NON COLLUSION AFFIDAVIT Project Name: Rood &Trai| Construction -VV Seminole Blvd. Riveh8Adk Ph. U| Bid No.: |FB 19/20-03 The Affiant identified below deposes and states that: 1. The below nornad Bidder is submitting an Expression of Interest for the City of Sanford project named above. 2. The /\ffimnt hes made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 3. The Affiant states that only one submittal for the above project is being submitted and that the below named Bidder has no financial interest in other entities submitting proposals for the same project. 4. Neither the Affiant nor the below named Bidder has directly or indirectly entered into any agreement, participated in any collusion, orotherwise taken any action in restraint offree competitive pricing in connection with the Bidders submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution ofthe Agreement for this project 5. Neither the Bidder nor he affi|iotes, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, orfederal agency. 6. Neither the Bidder, nor its afh{iates, nor any one associated with them have any potential conflict of interest due to any other o|ientm, contracts, or property interests for this project. 7. | certify that no member of the Bidder's owmerehip, manaQennent, or staff has a vested interest iOany aspect oforDepartment ufthe City ofSanford. 8. | certify that no member of the Bidder's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. S. In the event that a conflict of interest is identified in the provision of services, [ on behalf of the below named Bidder, will immediately notify the City of Sanford in writing. Rnad& Trail Construction CONFLICT OFINTEREST AFFIDAVIT W.Seminole Blvd. Rivnhma|hPh. III November 11.2O1g Masci General Contractor, Inc. Bicicl,(::��A A December 19, 2019 Signature of Authorized Representative (Affiant) Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OFV0luSia STATE OF FLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia M.Ferreira as Vice President of______ N1aso|General Contractor, Inc.whose n@nne(a) ieJonaaUbsohbed tothe within iDStruno*nt, who poroOn8|(y Sxxon* or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn tobefore methis 19th day of []eCeOlbe[ 2019 . Jennifer j.G@VV ofA0otoryPublic Print, Type orStamp mioa|uned State of Florida Name of Notary Public MY COMMISSION # GG I " Apa�--' Personally Known v (Jr. Produced Identification Type ofIdentification Produced END CJFSECTION Road& Trail Construction W. Seminole Blvd. RivorNa|k Ph. U| November ii.2U1g CONFLICT OFINTEREST AFFIDAVIT Project Name: Ruud & Trail Construction -VK Seminole Bbd. RiverVVa|k Ph. U| The Affiant identified below attests to the following: | understand that a "public entity Qinn8^ as defined in Section 287.133(l)(o), Rohde Statutes, means o violation of any Skate or Federal |mvv by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United Gtates, ino|uding, but not |innibad to, any bid orcontract for goods orservices to be provided to any public entity or an agency or political subdivision of any other state ornfthe United States and involving antitrust, fraud, theft, bribery, co||uaion, racketeerinQ, nonspinaoy, or material misrepresentation. 2. | understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)Ob\, Florida Statutes, means a finding of guilt or a conviction of public entity crimes, with or without an adjudication of gui|t, in any Federal or state trial court of record na|oding to charges brought by indictment or information after July 1. 1989, as a result of a jury verdict, non jury trig|, or entry of plea of guilty or nolo contendere. 3. | understand that an "affiliate" as defined in Section 287.133(1)bd, Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or an entity under the control of any natural person who is active in the nnmnogennerd of the entity and how has been convicted ofepublic entity crime. The term ''afh|igte"includes those officers, directors, executives, partners, shareho|dens, ennp|oyeem, mambers, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting m controlling interest in another person' or a pooling of 8qUipnn8Dt or income among persons when not for fair market value under on ann'a length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into o joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall baconsidered anaffiliate. 4. | understand that a "person" as defined in Section 287j33(1)(e). Florida Statutes, moomRe any natural person or entity organized under the |Gvva of any state or of the UD|bsd States with the legal power to enter into 8 binding contract and which bids Or applies to bid on contracts for the provision of goods or services let by o public entity, or which otherwise transacts nropp|ieototransact business m/ith o public entity. The term "person" includes those ofDomrs` d|nactore, executives, padnern, shareholders, employees, members, and agents who are active in management of an entity. Road &Trail Construction VKSeminole Blvd. RiverWa|kPh. IIIPUBLIC ENTITY CRIMES AFFIDAVIT October 28, 2019 FLORIDA STATUTES OM 5. Based on information and bohef, the statement which | have marked below kstrue in relation to the entity submitting this sworn statement. (Note: indicate which of the b8|oxv statements apply) ./ , Neither the entity submitting this sworn statement, nor any officens, directors, exeoutiven, partnera, shonaho|dena, emp|oyeea, rnannbers, nragents who are active in management of the entitv, nor the 8MiUoto of the entity has been charged with and convicted ofapublic entity crime subsequent tuJuly 1.1S89. The entity aubnlhdOg this oxvonn etatennerd, or one or more of the ufficern, d|naotora, axenUUves, pmrtnena, sherehu|ders, ennp|oynes, members or agent who are active in management of the erdih/, or an affiliate of the entby, has been charged with and convicted uf8public entity crime subsequent 10July 1.1SOS. The entity submitting this svvonl Stete[n8nt, or one or more of the officers, direchonu, exeoutwso, portne,a, ohonaho|derS, ennD|oyema, members or agents who are active in management of the enthv, or an effi||mta of the entity, has been charged with and convicted of public entity nhrne subsequent to July 1, 1989. Hom/aver, there has been a subsequent proceeding before an Administrative Law Jury of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Administrative Law Jury determined that it was not in the public interest to place the entity submitting this oxvOrn statement on the convicted vendor |iSL (You nnVs( attach a copy of the final order.) | understand that the submission of this form to the City of Sanford is for the City only and, that this form is valid through December 31. of the calendar year in which it is filed. | also understand that i am required to inform the City prior to entering in to a contract in excess of the threshold amount provided in section 287.017. Florida Statues, for category two of any change in the information contained inthis form. M8sciGeneral Contractor, Inc. 20-2045800 Bidj��A FEIN No. December 19, 2019 Signature of Authorized Representative (Affiant) Date Leticia M.Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) Before me, the undersigned Notary Public of the State ofFlorida, personallyo Leticia M. Ferreira as Vice President nf_______ Masci General Contractor, Inc. —whose name(s) is/are subscribed to the within instrument, Road & Trail Construction W. Seminole Blvd. Rjve,ma|hPh. III October 28.20i9 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT who penaono|k/ avvoFe or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn t0 before me this 19th � day of December 2019 Jennifer J. Gaw Print, Type orStamp(g�issioned State of Florida Name of Notary Public Personally Known Or, Produced Identification Type of Identification Produced Road & Trail Construction W. Seminole Blvd. Rivm,Wa|kPh. IIIPUBLIC ENTITY CRIMES AFFIDAVIT October 28, 2019 FLORIDA STATUTES ON my commtssioNI 1�GG '191313 EXPIRES: March 1, 2022 FLORIDA STATUTES ON Upon axxenJ recommendation nr3Odays after opening, it in understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119. Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Lnvve"). |fthe City ofSanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the ao|initat|on, the replies remain exempt from diao|oaUna until the City provides m notice of intent to award or withdraws the reissued solicitation. If no award is mado, responses are not exempt for longer than 12months after the initial notice rejecting a||reeponnea. Proposers/Bidders must invoke the exemptions to disclosure provided by law os applicable to the response tothe so|icitmton, must identify the data orother materials to be prntected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/8|dderaubnoita information exempt from public disclosure, theProposer/Bidder must specifically and indetail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Lovva, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted tothe City in o separate envelope marked accordingly. By submitting @ response tothis solicitation, the Proposer/Bidder agrees todefend, indemnify and hold the Qb/ honnhaso in the evert the City litigates the public records status of the Propose r'a/Bidde/s documents. This provision obligates the Proposer/Bidderto pay the full legal costs of the City indudin0, but not limited to, attorneys fees, court comta, and any and all other charges, regardless 0fwhat level oftrial orappeal. Masci Genen� Contractor, Inc. `~"~~A *r December 19, 2010 Signature of Authorized Representative (Affiant) Date Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) Before me, the undersigned Notary Public ofthe State of Florida, personally appeared Leticia M. Ferreira as...... -Vice -President of________ Masci General Contractor, Inc. whose name(s) is/are subscribed to the within instrument, Road & Trail Construction VuSeminole Blvd. RiverWa|kPh. IIILAW AFFIDAVIT November 11, 2019 COMPLIANCE WITH THE PUBLIC RECORDS who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn tobefore methis 19th dayof December 20 19 � Jennifer j.G8VV Oftan/Public PhnL.Type n[St8nnp tig6'a lDmiieK�eionedState ofFlorida Name ofNotary Public My COMMISSION # Go 191M Personally Known « Or, Produced Identification 2 EXPIRES: March 1, 2022 Type ofIdentification Produced - Rood & Trail Construction W. Seminole Blvd. RiverWa|kPh. IIILAW AFFIDAVIT November 11, 2019 COMPLIANCE WITH THE PUBLIC RECORDS State the true, exact, correct and complete name ofthe company, partnership, corporation,tnade or fictitious name under which the Bidder does business and the address of the place of business. K8GSCiGeneral Contractor, Inc. Name ofBidder 5752SRidgewood AvPort OFL 32127 Address ofBidder (386) 322-4500 (386) 322-4600 |ttici8mn8Sci@nla8CigcC0R1 Phone No. ofBidder Fax No. of Bidder Bidder E -Mail Address The Bidder io(check one ofthe foUoxvnQ\: ( )An Individual ( )A Partnership (\,4 A Corporation Principal Office Address: 5752SRidgewood AvePort OFL 32127 Officer Information and Key Personnel: Each Bidder must ensure that the officer information provided below is in suoordenoa with the Bidder's corporate registration supplied to the Secretary of State. The Bidder must providevvith its bid submittal the necessary information to verify the individual signing the bid and or any contract document has been authorized to bind the corporation. For example, provide either: A copy of the Articles of Incorporation listing the approved signatories of the corporation, A letter from the President listing the members of staff that are authorized signatories for the company; or A copy of a corporate resolution listing the members of staff as authorized signatories for the company. President's Name: Leonel Andres K42sci�E. Address: 5752 S. Ridgewood Avenue, Port Orange, FL 32127 Phone No.: (386) 322-4500 E -Mail Address: leorO Rood& Trail Construction BIDDER INFORMATION AND AFFIDAVIT W. Seminole Blvd. RivorVKoU'Ph. III November 11.2O18 Vice President's Name: Leticia M. Ferreira & Andres Masci Address: 5752 S. Ridgewood Avenue, Port Orange, FL 32127 Phone No.: (386) 322-4500 E -Mail Address: leticiamasci@mascigc.com & andresmasci@mascigc.com Secretary's Name: Maria Eloisa Masci Address: 5752 S. Ridgewood Avenue, Port Orange, FL 32127 Phone No.: (386) 322-4500 E -Mail Address: mariamasci@mascigc.com Treasurer's Name: Address: E -Mail Address: Project Manager's Name: Address: Phone No.: E -Mail Address: Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 n/a n/a n/a n/a Lenny Witkowski 5752 S. Ridgewood Avenue, Port Orange, FL 32127 (386) 322-4500 lenn)Mitkowski@mascigc.com BIDDER INFORMATION AND AFFIDAVIT Project Superintendent's Name: Doug Cain Address: 5752SRidgewood AvenPort OFL 32127 Phone No.: (386) 322-4500 E -Mail Address: Dougcain360@gmail.com 2. How many years has the Bidder been inbusiness as Contractor under its present name? 15 years 3. Under what other former names has the Bidder operated? 4. How many years of experience in construction work has the Bidder had as a Prime Contractor? 15 years 5. List below information concerning projectsthe Bidder has completed in the last five (5) years aaaPrime Contractor for the type ofWork required for this project(attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Bidder named above. The {)vVDer reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Bidder. Road & Trail Conntnucbnn VKSeminole Blvd. Rive,Wa|kPh. III November 11, 2019 BIDDER INFORMATION AND AFFIDAVIT Name ofProject See attached Name VfOwner Owner Reference Contact Name E -Mail Address and Phone No. Start and Completion Dates Construction Contract Amount Major Construction Items Such as Pipeline Length and Diameters and Type (Water Main, Storm Sewer, etc.); Lift Station Size (No. of Pumps and Hp): Name of Project Name ofOwner Owner Reference Contact Name E -Mail Address and Phone No. Start and Completion Dates Construction Contract Amount Major Construction Items Such as Pipeline Length and Diameters and Type (Water Main, Storm Sewer, etc.); Lift Station Size (No. of Pumps and Hp): Name of Project Name ofOwner Owner Reference Contact momm E -Mail Address and Phone No. Start and Completion Dates Road& Trail Construction BIDDER INFORMATION AND AFFIDAVIT W.Seminole Blvd. Rkmrma|kPh.III November 11, 2019 Construction Contract Amount Major Construction Items Such as Pipeline Length and Diameters and Type (Water Main, Storm Sewer, etc.); Lift Station Size (No. of Pumps and Hp): Name of Project Name ofOwner Owner Reference Contact Name E -Mail Address and Phone No. Start and Completion Dates Construction Contract Amount Major Construction Items Such as Pipeline Length and Diameters and Type (Water Main, Storm Sewer, etc.); Lift Station Size (No. of Pumps and Hp): Name of Project Name ofOwner Owner Reference Contact Name E -Mail Address and Phone No. Start and Completion Dates Construction Contract Amount Major Construction Items Such as Pipeline Length and Diameters and Type (Water Main, Storm Sewer, etc.); Lift Station Size (No. of Pumps and Hp): Road& Trail Construction BIDDER INFORMATION AND AFFIDAVIT NiSeminole Blvd. RivorWa|kPh. III November 11, 2019 G Has the Bidder ever failed to complete any work awarded to it? Uso, state when, where and why (attach additional sheets as necessary). 7. Has any officer or partner of your organization ever been an officer orpartner nfsome other organization that failed to complete o construction contract? If ao, state name of indixidua!, name ofother organization, and reason therefore (attach additional sheets as necessary). n/a 8. State the names, addresses and the type of business of all firms that are partially or wholly owned bvthe Bidder (attach additional sheets oaneoessam): Masci General Contractor, Inc., 5752 S. Ridgewood Avenue, Port Orange, FL 32127 Ei What isthe Bidder's bonding capacity? 50,000,000 single / 100,000,000 aggregate 10. What amount of the Bidder's bonding capacity has been used as of the date of this bid? 11. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Surety: Arch Insurance Company Agent: Florida Surety Bonds, Inc., 620 N. Wymore Road, Suite 200, Maitland, FL 32751 12. Has the Bidder been in disputes or litigations in the last five (5) yoona over o0nGdnJCtion projects which are completed or still pending for completion? Kso, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount ofdisputes nrlitigations (attach additional sheets anneceasary). Yes. Information tObe disclosed upon award. Road & Trail Construction BIDDER INFORMATION AND AFFIDAVIT VV.Seminole Blvd. RivnrNa|kPb.III November 11.2019 The Bidder acknowledges and understands that the information contained in response tothis qualifications form shall be relied upon by the Owner in awarding the contract and such information is warranted by Bidder to be true. The discovery Of any omission or misstatement that materially affects the Bidder's qualifications to perform under the contract shall cause the Owner to reject the bid or propooa|, and if after the award to cancel and terminate the award and/or contract. Provided along with this document is con1nkstsd IRS form V\-9 and information on authorized signatories for the Bidder. K8asciGeneral Contractor, Inc. WrA��� Signature of Authorized Representative (Affiant) Date Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF \/olUsio STATE OF FLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia [N.Ferreira as Vice President of________ N1aan/ General Cuntnyntor, Inc. whose name(s) is/are subscribed tothewithin )natrunnent, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn to before me this 19th "I aawAi�-- k4h--/, Ugr6la ure -of *tary rublic 0 issioned State of Florida day of [}8C8nlbeF 2019 . Jennifer j.G8vv Print, Type orStamp Name nfNotary Public Personally Known V Or, Produced Identification Type VfIdentification Produced Road & Trail Construction W. Seminole Blvd. RiverWa|kPh. III November 11, 2019 JENNIFERJ�wW MY COMMISSION 191313 EXPIRES: March 1. 2022 � Bonded nmwmunpubficondepm«nn |O BIDDER INFORMATION AND AFFIDAVIT The Bidder certifies that no segregated facilities one maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services otany location, under his control, where segregated facilities are maintained. Asused inthis certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment aneaa, tnanaportabon, and housing facilities provided for employees which are segregated by explicit directive o, are in fact segregated on the basis of reoe, creed, color or national origin. because ofhabit, local custom, nrotherwise. The Bidder agrees that (except VVh9n3 it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain idandoe} certifications from proposed subcontractors prior to the award of subcontract exceeding $10.000 and that it will retain such certifications in its files. Masci General Contractor, Inc. NaGw--af Bidder December 1Q.2O19 Signature ofAuthorized Representative Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative Road & Trail Conetnuction NLSeminole Blvd. Rkm,0a|kPh. IIIFACILITIES FORM November 11, 2019 CERTIFICATION OF NON -SEGREGATED SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? N (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? N (YIN) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Y (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. Information to be disclosed upon award. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Masci General Contractor, Inc. Signature of Authorized Representative Date Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 END OF SECTION 00452-1 DISPUTES DISCLOSURE FORM The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1. Publish a atetennart notifying employees that the unlawful nn8nufmctupo, disthbution, dispensing, poeaeeaion, or use of controlled substance is prohibited inthe workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseUng, rehabilitation, and Employee assistance prognanno, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities nrcontractual services that are proposed a copy of the statement specified in item 1. 4. In the statement specified in item 1, notify the employees that, as m condition of working on the commodities or contractual services that are under bid. the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance !avv of the United States or any etote, for a violation occurring in the workplace nolater than five (5) days after such conviction. 5. Impose osanction on, mrequire the satisfactory participation inadrug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 0. Mahe e mood faith effort to continue to maintain o d through implementation of this section. Masci General Contractor, Inc. `~__'L/ December 19, 2010 Signature of Authorized Representative Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative Road & Trail Construction W.Seminole Blvd. PDverma0rPh. III November i1.zV1g TIUM Date Section 287]35, Florida Statutes' prohibits local governments from contracting with :ornpaniea, for goods or services of One Million and 00/100 Dollars ($1.000.000.0[) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473. Florida Statutes, As the person authorized to sign on behalf of the Bidder. | hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. | understand that pursuant to section 287.185. Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded AgrS8nnent, civil peno|tian, attorney's feeo, and/or costs. By the signature(s) bak]vv Vvve, the undersigned, as authorized signatory to oonnnnb the firm, certify that the information as provided in this nertUicaton, is truthful and correct at the time of submission. MasCiGeneral Contractor, Inc.20-2045800 Name Of Bidder /Contractor Nome FEIN S. Ridgewood Avenue, Port Orange, FL 32127 Mailing Address (386) 322-4500 (386) 322-4600 leticiamasci@mascigc.com December 19, 2019 Signature of Authorized Representative Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative Road& Trail Construction W. Seminole Blvd. Rivehmo|kPh. IIICOMPANIES November 11, 2019 CERTIFICATION REGARDING NON -SCRUTINIZED SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City ofSanford will not intentionally evvord publicly -funded contracts to any Contractor who knowingly employs unauthorized alien vvorhero, constituting m violation of the employment provisions contained in 8 U.S.C. Section 1324a/e\ Section 274A(e) of the Immigration and Nationally Act (INA). The City of Sanford ohmU consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274/\(a) of the INA aho|| be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1. The ba|ovv identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien vvurharo or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jubaita associated with any work orproject resulting from this solicitation. Masci General Contractor, Inc. � = December 19.201Q Signature ofAuthorized Representative (Affiant) Date Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Volusia STATE OF FLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia M. Ferreira as Vice President of_____ K0aoc|General Contractor, Inc.vvhuee name(s) |a/ane subscribed tothe within inetnunnent. who personally evvnns or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn tobefore noethis 1 9t day of DeC8[Ub8[ .2019 . (~ (ZYAM'a�'4A V-,) Jennifer j.G@VV V, oture of Notary Public Print. Type or Stamp Romd& Trail Construction UNAUTHORIZED (ILLEGAL) W. Seminole Blvd. RiverWa|hPh. III ALIEN WORKERS AFFIDAVIT November 11.301V D0456-1 Commissioned State ofFlorida Name ofNotary Public Personally Known v `/ Or, Produced Identification _______ Type ofIdentification Produced Road & Trail Construction W.Seminole Blvd. River%a|kPh. III November 11.2O1g U (ILLEGAL) ALIEN WORKERS AFFIDAVIT Project Name: Road & Trail Construction -VKSeminole Blvd. RiverVVa|kPh. III Bid No.: IFB 19/20-03 The Aff iant identified below attests to the following: That the Bidder is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02' issued by the Office of the Gov*rnor. State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Bidder's subBidder/ Contractors performing work under the above -listed Contract are legally permitted \owork in the United States, 2. Each Bkddar/ Contractor that performs vvodv under the Project referenced above shall provide the City of Sonford. Florida, a copy of the "Edit Company Profile" screen indicating enrollment inthe E -Verify Program. 3. The Bidder / Bidder / Contractor will register and participate in the work status verification for all newly hired employees of the Bidder/ Biddmr/ Contractor and for all aUbBiddar/Contractors performing work onthe above -listed Contract. 4. The Bidder / Bidder / Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, |nc|uding, but not limited to, the State of Florida, agrees to provide o copy of each such verification to that Authority. 5. That all persons assigned by the Bidder/ Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Bidder / Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Bidder / Contractor further understands and agrees that in the event ofeuoh termination, the Biddmr/ Contractor shall be |imb|a to the City for any costs incurred bythe City aaoresult Ofthe Bidder / Contractor's breach, 7. That for the purposes ofthis Ajfidavk the following definitions apply: Road & Trail Construction E-VERFYCOMPLIANCE AFFIDAVIT W. Seminole Blvd. Rive,Wb|kPh. III November 11`2n1g 0U458-1 "Em—Any person who is hired to perform work in the State of Florida. "Status Verification —thoprocedVres developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996. operated by the Deportment of Homeland Security and known as the "E -Verify Prognarn", orany successor electronic verification system that may replace the E-V*rifvProgram. Masci General {toctor, I December 1Q.2D1Q Signature ofAuthorized Representative A\ffiont Le1Cj8 M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF \/Olusi8 STATE OF FLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia M.Ferreira as ViQe Preaident of_______ Masci General Contractor, Inc. whose name(s) is/are subscribed tothe within instrument, who personally avvoFe or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn to before me this 19th day of December .2019 A-YA v Jennifer j.G8VV 9ture Of0otoryPUbUc Phn['Type Or8tannp fni�sionedState ofFlorida Namneoftarv-Public--------------- Personally Known ~/ Type of Identification Produced Road & Trail Construction W. Seminole Blvd. Rivahmo|kPh. D| November 11, 2019 E -VERIFY COMPLIANCE AFFIDAVIT JENNIFERJGAW MY COMMISSION# GG 191313 Or, Produced Identification EXPIRES: Mwch 1, 2022 Type of Identification Produced Road & Trail Construction W. Seminole Blvd. Rivahmo|kPh. D| November 11, 2019 E -VERIFY COMPLIANCE AFFIDAVIT SECTION 00460 AMERICANS WITH DISABILITIES ACT AFFIDAVIT By executing this Certification, the undersigned Bidder certifies that the information herein contained is hue and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford, The Bidder will not discriminate against any employee orapplicant for employment because of ohvaioa| or mental handicap in regard to any position for which the employee orapplicant for employment is qualified. The Bidder agrees to comply with the ru|ew, regulations and relevant orders issued pursuant to the Americans with Disabilities Act LAOA>, 42 USC e. 12101 eteeq. It is understood that in no event ahmU the City of Sanford be held liable for the actions or omissions of the Bidder or any other party or parties to the Agreement for failure to comply with the ADA. The Bidder agrees to hold harmless and indemnify the City of Sanford, its agento, officers or employees from any and all doims, demands, debts, liabilities or causes of action of every hind or character, whether in |avY or equity, naoU|Ung from the Bidder's acts or omissions in connection with the ADA. Masci General Contractor, Inc. Bidder � []eCerDbe[ 19, 2019 Signature ofAuthorized Representative (Affiant) Leticia M. Ferreina, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Volusia STATE OF FLORIDA Before me, the undersigned Notary Public ofthe State of Florida, personally appeared Leticia as Vice President cn________ Masci General Contractor, Inc. whose name/o\ is/are subscribed tothe within instrument, who personally avvone or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn tobefore 0ethis 1 9th � Migh fure of N6tary Public 0 issioned State of Florida day of [)eCeDlbe[ Jennifer J. Gaw Print, Type urStamp Name of Notary Public Personally Known V or, Produced Identification Type of Identification Produced Road & Trail Construction W. Seminole Blvd. Rkmrma|kPh. III November 11.2V19 END OFSECTION O04GO- JENNIFER JNVWV -WOoWmI$SI0N#G818i3i3 EXPIRES: March 1.%O2& Bor&dmmNotojy Publicmndewbrs AMERICANS WITH DISABILITIES ACT AFFIDAVIT Project Name: Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III Does the Bidder propose touse Subcontractors onthe above identified Project P/8V\: Y Identify for the following major work items the name of the construction company that will be performing the Work: Work Item Name of Construction Company Performing the Work Striping McShea Contracting, LLC Electrical Chinchor MOT I Acme Surveying CPC FeDcg btr8|gkt-]p Fence Signs Traffic Control Products |fthe Bidder proposes bouse Subcontractors, provide information oneach Subcontractor (attach additional sheets osnacemsary): Subcontractor Name McSheaContracting, LLC Subcontractor Address 508Owen Ave N..Lehigh Acres, FL33Q71 Subcontractor Contact Name Chris Shea Contact Phone No, (239) 368-5200 Contact E -Mail Address chris@mcsheacontracting.com Proposed Subcontract Work striping o/Q Approximate Dollar Value of Work $105'000 |sSubcontractor KUBE/VVBE (Y/N)? N Road & Trail Construction NiSeminole Blvd. Rive,0a|hPh. U! November 11, 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS Subcontractor Name Acme Subcontractor Address 9800 Normandy Blvd., Jacksonville, FL 32221 Subcontractor Contact Name Mike Moore Contact Phone No. (904) 781-1950 Contact E -Mail Address mmoore@acmebarricades.com Proposed Subcontract Work MOT Approximate Dollar Value of Work $20,000.00 Is Subcontractor MBE/WBE (Y/N)? N Subcontractor Name Straight Up Fence Subcontractor Address 5749 Young Pine Rd., Orlando, FL 32829 Subcontractor Contact Name Mike DeFabbio Contact Phone No. (321) 438-8833 Contact E -Mail Address straightupfence@yahoo.com Proposed Subcontract Work Fence and guardrail Approximate Dollar Value of Work $330,000 Is Subcontractor MBE/WBE (YIN)? MBE Subcontractor Name Subcontractor Address Subcontractor Contact Name Contact Phone No. Contact E -Mail Address Proposed Subcontract Work Approximate Dollar Value of Work Rainpro, LLC 6302 Engram Road, New Smyrna Beach, FL 32169 Mike Gaw (407) 908-2367 mrainpro@aol.com Landscape/Hardscape/Irrigation '�/I Ii1 11 Is Subcontractor MBE/WBE (Y/N)? N Road & Trait Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS Subcontractor Name Subcontractor Address Subcontractor Contact Name Contact Phone No. Contact E -Mail Address Proposed Subcontract Work Approximate Dollar Value of Work |sSubcontractor K8BE/VVBE (\/N)7 Subcontractor Name Subcontractor Address Subcontractor Contact Name Contact Phone No. Contact E -Mail Address Proposed Subcontract Work Approximate Dollar Value ofWork |sSubcontractor K8BE/VVBE (Y/N)? Masci General ContractOr, Inc. Name ofBidder ChinchorElectric, Inc. 1440/1460 S. Leavitt Ave., Orange City, FL 32763 Tim Chinchor (386) 774-1020 tChinCho[@chiDchOnSlectric.conl electrical CPC 604 Courtland St Suite 101 Orlando, FL 32804 David Sullivan (407) 960-5980 dsullivan@cpc-eng.com Surveying 5752 SRidgewood City State Zip Code Sidnature Leticia M. Ferreira, Vice President Printed Name and Title END 0FSECTION Road & Trail Construction SCHEDULE OFPROPOSED SUBCONTRACTORS W. Seminole Blvd. Rive,Wa|hPh. U! November 1i.2V1g 0W464-3 SECTION 00462 Ifrequested by the City ofSanford, the following information is to be providedby the Bidder es part ofthe City's evaluation of the Bidder after Bids have been received by the City: 1. Bank References: C�A Name of Bank Bank Address Contact Name and Title Contact Phone 2. Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: A. Current Assets (e.g, cooh, joint venture accounta, accounts receivable, notes receivable, accrued |noome, depoaite, rnmtero|s, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses), B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g,accounts payable, notes payable, accrued expenses, provision for income taxeo, accrued oa|aheG, naa| estate encumbrances and accrued payroll taxes) Road & Trail Construction FINANCIAL INFORMATION FORM W. Seminole Blvd. RiverWa|h Ph. U| November ii.2V1S 004G2-1 E. Other Liabilities (e.g, capital, capital stock, authorized and outstanding Shares par values, earned surplus, and retained earnings) F. State the name of the firm preparing the financial statement and date thereof: G. This financial statement must be for the identical organization named on page one If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject hDonoia| statement(s) submitted byother than the organization named onpage one. 3. State the names and addresses of all businesses and/or individuals who own an interest ofmore than five percent (5Y6) of the Bidder's business and indicate the percentage owned ofeach such business and/or individual: Name Address Percentage Owned eral Cfpntractor, Inc. )A - Signature of Authorized Representative Leticia M. Ferreira, Vice President Printed or Typed Name and Title of Authorized Representative Road & Trail Construction W. Seminole Blvd. Rivo,m/a|kPh. III November 11.%019 December 19, 2O1Q FINANCIAL INFORMATION FORM SECTION 00622 CITY OF SANFORD INSURANCE REQUIREMENTS AND AFFIDAVIT The following insurance requirements are required to be met, in addition to requirements defined in Sections 00700 (General Conditions) and 00800 (Supplementary Conditions). Any conflict between the requirements contained in this section and any other section, it is hereby noted that the requirements of this section as amended shall prevail. The successful bidder will be required to provide to the City of Sanford plus all Additional Insureds which are the Florida Department of Transportation and the Engineer (CPH, Inc.), prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. 2. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. 3. The insurance limits indicated below and otherwise referenced are minimum limits acceptable to the City. Such policies shall be endorsed to provide primary and non- contributory coverage to the City and all of the Additional Insureds in relation to any and all other liability insurance and shall not contain co-insurance provisions. 4. All policies are to provide a Waiver of Subrogation endorsement in favor of the City and all of the Additional Insureds. 5. All policies, except for professional liability policies and workers compensation policies are to be endorsed to include the City of Sanford and the Engineer as Additional Insured. 6. Professional Liability Coverage, when applicable, will be defined on a case by case basis. 7. Builder's Risk ("All Risk") insurance is required for all projects that include above grade construction, installation of structures, pipeline installation, and for all projects where the Contractor proposes to be paid for stored material. 8. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. 9. All limits are per occurrence and must include Bodily Injury and Property Damage. 10. All policies must be written on occurrence form, not on claims made form, except for Professional Liability. 11. Self insured retentions shall not be allowed on any liability coverage. Road & Trail Construction CITY OF SANFORD INSURANCE W. Seminole Blvd. RiverWalk Ph. 111 REQUIREMENTS AND AFFIDAVIT November 11, 2019 00622-1 12. In the notification of cancellation: The City of Sanford and the Engineer shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered to the City of Sanford in accordance with the policy provisions. 13. All insurers must have an A.M. Best rating of at least A -VII. 14. It is the responsibility of the Contractor to responsible to ensure that all Subcontractors retained by the Prime Contractor shall provide coverage as defined herein before and after and are the responsibility of said Prime Contractor in all respects. 15. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford Risk Manager. 16. Address of "Certificate Holder" is: City of Sanford; Attention: Purchasing Manager; 300 N. Park Avenue); Sanford, FL 32771 Phone: 407-688.5028; Fax: 407-688-5021; Florida Department of Transportation, 719 South Woodland Blvd. MS 4-520, Deland, Florida, 32720; CPH, Inc., 500 West Fulton St., Sanford, FL 32771. 17. All certificates of insurance, notices, etc. must be provided to the above addresses. 18. Insurance requirements are as follows: A. For construction projects where the total construction cost is $500,000 or higher; or the Contract Time exceeds 180 days; or unusual hazards exist: Required Minimum Policy Limits -Coverage Workers' Compensation Employers Liability $1,000,000.00 *Certificates of exemption are not acceptable in lieu of Each Accident $1,000,000.00 Disease $1,000,000.00 workers compensation insurance Commercial General Liability shall include- Bodily Injured Liability and Advertising Injuring Liability Coverages shall include: Premises / Operations; Products/Completed Operations; Contractual Liability; $1,000,000.00 Per Occurrence Independent Contractors, Explosion; Collapse; $5,000,000.00 General Aggregate Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, CSL, shall include "any $1,000,000.00 Combined Single Limit auto" or shall include all of the following: owned, $1,000,000.00 General Aggregate leased, hired, non -owned autos, and scheduled autos. Professional Liability when required) $1,000,000.00 Minimum Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 00622-2 CITY OF SANFORD INSURANCE REQUIREMENTS AND AFFIDAVIT 19 Required Minimum Policy Limits -Coverage Builder's Risk (when required) shall include theft, sinkholes, off site storage, transit, installation and equipment breakdown. Permission to occupy shall be 100% of completed value of additions included and the policy shall be endorsed to cover the and structures interest of all parties, including the City of Sanford, all contractors and subcontractors. Certification: A. It is noted that in the event the City enters into contract with the Bidder, applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not, the City has no such contractual relationship with the Bidder's insurance carrier. Therefore, the onus is on the Bidder to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Bidder's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier not withstanding, the City will expect relief from the Contractor. B. The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certification (s) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim. Certified By: Masci General Contractor, Inc. Name of Bidder 5752 S. Ridgewood Avenue Port Orange FL 32127 �ss City State Zip Code Signature Leticia M. Ferreira, Vice President Printed Name and Title Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 11I1I:fr*&3 CITY OF SANFORD INSURANCE REQUIREMENTS AND AFFIDAVIT ����� COUNTY ��F_____STATE OF FLORIDA Before me, the undersigned Notary Public of the State of Florida, personally appeared Leticia as Vice President of_____ Masci General Contractor, Inc. whose name(s) is/are subscribed tothe within inetn|rnent, who personally evvona or mfhmnaTthmt he/she is authorized to execute this document and thereby bind the Corporation. Subscribed and sworn to before me this 19th MM4---6 kj t!Ligr�it?re. of Nbtary Public Om issioned State of Florida day of December 2019°. Jennifer J. Gaw Print, Type mStamp Name of Notary Public Personally Known Or, Produced Identification ~/ MY COMMISSION# GG 191313 Type of Identification Produced END OF SECTION Road & Trail Construction CITY OfSANFORD INSURANCE m\Seminole Blvd. HivarVVa|kPh. III REQUIREMENTS AND AFFIDAVIT November 11.2019 J 00 _Ln h h h N Lr) N Ln N d• otD 0 J 00 " tD 00 - C Op J Q � V d' c}' h h h C N .-I LL m p m p c.1 LL �+ d' cY CD a) N a) a) tDD OD to W W N Ep O M O � C .N C +�+ C O C C @ Z >-W O O O N 0 0 h O O O O 0 0 h p c a M p v v CD U p 0 U 0 0 *' r t' Ln L' O O C O O C Lr) a L m c on O OD o to o .�> c h .� c h .N c h O �, O O p �O Ln a Q a CL o a Ln \ H U +-' "m 0 O0 L C m Q1 C m 01 C tT m = p 00 O p r- O p 00 .� U 'O d t0 o a1 O Y- O �J �- O tD o ai o W •�, t, cn 0 �t O v O 4 U rn U rn v rn a7 QOi p w a1 U) > y > .'-' �, L Ln Q O p 0 0 N N N w CCD CCD N m T` U 00 U Y= U W U U 00 Q > Nvi U m m m O U v L Sao L v m I E E E O O O oc v L Ln Z U = >— V A U iJ U M" lU N N E -O O. a v C '� h (,7 '... h (DN n. a) U 3 >, >1 T m m CO O E al >- �- y_ to LDLn L Y_ LL LL ca CO m CL Or t0 Lb 00 t O O CD `D to p. 00 W .-, M E Ln M a 00 to h m 0 0 N LL a� Q QJ Ln 00 LO LU w E m C V �.'� E O c r. CO o tb u ¢ — m o tb u W LL v' = d' M 00 = J O LJ (EO Ln d' m L_ LL H O lD C lU ON J O �( N p�7'� o C C C Q C- S O Q 0) 6 S O 4-;' O .` O O e 1 C to S lJ c0 c >. m C m Q1 y" N O W N = C O Oko O d Oh O C O C 0 = N 0 l7 n° a Z d s Z W(,� N E E (U0, t tD �. m E = m ," a t m° 3 n $ o` �c Q S 3 Y O Ln C Q mm w Y c`a cY'a L n U) m ca m co C L m O = O Z m O > > > > O0 C m 'c F•• m m D c C m C m C m C m C m C m C m C m a) CD a) CD a1 0A a) CO 06 o 0 0 0 0 0 0` o o m ° ° c J 0` 0 o` 0 Q N + O O O O c a n_ a a. O U OJ W O W E 0 0 0 0 O v M c U C :3m uZ M C a) C m:3 ZE O a1 ino �c E E C O u — > c m a , a' E v O 3 m o a, a, > E � } D O L m _ + rn m v a� c E o u .L a� m ° E m u C O L 0 m+ Q1 L 3 o m a� 3 p Q) m Y > w Q T m �c u o C G'� ri m U w CD V u N m E- N- C 3 CL >i m LL y' = 'm CL U, __°' m0(D a)- F� �� v �_ m O c9 `q c 0: a1 c m m ai tw oo w 0 aJ 0 m O a1 cc d LL. 1- c .m m ., Y n`D C o v N E LL ' D � N c p c .a: d O \ ...� N an (D `- .` O > > c/Oi C O C m m m co �' w c c o^�� c o _ LU o I?mm I LL a) w m ^ w -I w a °' 00 � � ° � m N p m `� c +' c E `�° v o 00 E U Q '�' v °c° 3 v Q m$ m E c a, ,u w 'o > O Q a, c_ c o M �- > <( m O m c o u m a p o°'D m a v nn a o o f -+ > cn Q o a m S Hv oo c x v a ami co a O m E E _ m p m w M m v Z E o_ m p in a; C7 o ami c T> m E E v `° c m u a ca > = cn N L Ln J M O. v _ V) z 0 o ONO O rn Q Ln o m N Ln N d' Q0000 0 L00n Fri tmi� O v J O0 O O N 000 N O O N N O0 C Q ii n p c-i M •C Q CL m O S O^ M L J ^ O e-i M U a1 °U O N _C SZ O- E W O N N O O O N p 1 LL 4a OWl y,, O. of N N O LU fC�II fN-Y'1 >> �^ — h M 6 CO U p M O � V v C c � >> vi tc O L c s c O O c a� M m v v a cfl rri O O) OD rn co C U o c_ O O n t Ln❑ M O U c C p m 00 M O m O 1* ti 0 cf ° C Ln � LO n U C O LCL CL d d ��tv Ol > :3 Lb❑ m m M O N C `^ p U Q] 0 CU N In d > N O O N OV ° (D ❑ J O M� +�•' ° N U @� 'v� N L C7 O N O O +�.� N m° V' N c LL. 4- 4.4- O w E O O '�. N m O i h O v O .O __ M °^ C9 N v v �t c y i _ W ❑ O d O m 0 aT _ LJ T O T LO ❑ ° C WOC) L a O O> L aYi N -� N ++ N J i C C) � C.J N �T, N lJ M C a U 00 M E cn Y N LL +T+ U �••� N //M�� U Y LL @j a) a) ❑ a) V U Y N - E T ` � L /`uL' U Y v W d. U a) = __ C � O m M N M m m vi N _ = — d _O m � m O U ~ LL LL — C = z C > C > OC cD S m > tL0 lV C L v „� oA O > N Y In CLD *- -O U O v Y 0 J LL N J ~ W N N Y Q O N -C U N M N M W 1p E tD 00 E UN! - m00 a) OA vi p t LL V C c O �4 a0.+ W C O V Y L M E ,ac, W r-4 E 11 M o o 1i M o O E u o 0 025 r m a m O •5 m � E N C rn e-1 O w O o O O Q, ct 0a U 'I c v Q 0A V �! c O V N i L a/ O O E M e-i l0 m CI] N m is on O p^ O L? r; >, v= * Cl VO * 0p V O V Y L OQ m m e m m s r Q v m O CO o m v M B c -o ° ❑❑ s N J o m c J LL O cLo c = O s� Q L v a W = O (,0- J LJ = O (c J �:J o6 d L w O �: '� OO N 0 M � O� E lD �� O O 0 O= N v o N° Y Qi T_ u � 'a (� J t-' G 06 m L � Y 'V! O c U O c O � do E v N m ❑ .j E p L M N 2°� v N cu v _m C7 O c �w E LL. C 0- C C c C m m C !'' v- LL `'~ lD O > N C m ° C d C m ip " � C C c m m C C •c m m + L p E 1i m E T Y O Y � aT M > c> @J i0 U O° C c tTa tO L +' O W m on m ao a o J @J v n c Lp U O 1p m Q J L C m 3 ea f3 Z C7 Y Om N Q S Y N LL N N N M a ° M M O LL 06 p N s C7 3 a 3 a a v ea m m y j m m 2 -aCL) 3 a -+ aj 00 Q W 00 t tD 00�'o - t to ,� j p ctio a 5� _ ^ Z sem, -p '6 0 a- — U LLO C p a a lD C 0 4 a LO N M e-i o m V O .0 > c O C C p L O C O l0 C ''{ Q Q N c O O v > -C N -C N _C U Y a� L Ol Q 4., Op p' W W f6 00 Q Y= ° N N O lD -•. 4Y O S U N W N 00 N N r-i V) > m m m C m y�of O > > = O dD m � CA w z OT O W •` mm LL 0 s m , p 0 > C •c c Q CO ❑ N __ T UQ N ° N O A 025 V m > 0) ca � U •p > u O OL O U c 410 ❑ mo cca lV m U t+ N C m ❑ O m O ❑ C 0 ao E L O (U `O v ui 0) N W a E W Q -j 00 O 00 O 01 O m O M O m O m O 0) O 01 O Q1 O m O O WCL O O O O O O O O O O O U } 2 N N N N N N N N N N N O V L _ > N Y N 00 C ° EO ++ 00 a- 11 a2S Y =3 C cz cu ti O 'N c N N N C CD E O N ^ C r,Q. C E m O_ m W C U ° N m O1 C m a) C ELcu a m EL 'A ❑ ' v c c c E o cu m CO nn m `- 3 m v = CL m Oci lD E p W ma) c c O O aEi m .Q ami E- m> p V)O Wu C m m C _ _ O O •L Yi p a s v c c o a Y m a) O.0 6 C N p E ❑ 5 m Q OD t ° o m -a > — 3 z 'A E C cu mQ. = Q � ° o � Y -0 m .Q C 0 •Q l0 LL N N Q > X w =3m 'm U,+yJ 111-4 N N V Y m m = O � N ❑ — O c v_' s Y to > m N O O 1i m ❑ Q H z O ko O O N O O O O O N O Q W lD W N � rl N N N cf' N 01 d' N M � M Lrl O M rn aW-1 d' -Ln -tn Q')• 0a1 i/? Ln V} N in z iU) O v J 000 M N N t 00 LO " lD w 0o � 00 � lD - 00 O LO 00 N m Lo 7 O- M N Co 00 m O N 0) ^ `� rn m 'N M S -C U U M O 0) a1 M U v '�'' M O E 0 a1 00 U }' m N m W s -r U fG m M 00 00 C C 00 0, m m a) 00 to C C m m N CL .t.+ u p E V) lD O W CL ° m M Ql Q) N 00 U Z o E O o c> v c O° 'a c a L�7Er D 3 00 E y OM \ C O O w h U m N m CL u N E L O d Q. E L p '* y a) >. m N 0- M U M '� n Q .� N O @j p@j O @j Q 000 m U C LL W U U �" 0 p to '+"' 3 O E *' O _ m to -r- pG 0 m 'C 'N CL U 00 Ol > U `� p N .) C U ` C -�/ Z O N O .L! 0 o C 'C OD v- N W 0 ��+ C p OA `�- +�_+ C U: VOy N L 0 a f6 C N ° � U „Q\ cc O LO > CD w 0 a) a-� o s M a1 ? N m C p C (n M ` c O C Ol m O 00 O- tO m c v C a O O E 0- uj U F... N Ln to In N Y 3 1°n Q) t1') D N co Lf1 Lo N m Lo h U Lo O ° cco -0 o a1 o � r p 0 Y m 0 o m 0 0 E O O Ln LL U m Ln to w w m rn o N a M .-i � N 00 ,�.., m u1 ° d' C co N 00 O� CZ 00 00 00 0� Q 00 '�'' E t E O N N m 6 00 00 00 i Q) m N O O O LD 0 O O Ln 0 U 0 ,T m m a1 m t0 a) m 00 +�� c !L' � E a) = w - E N �r tiA `� v as �,' w lD E CL *' m N a1 s Q +-' m N () N a) E O C ...t LL Q r' o S� c- m toN� C)1 O Ln t. U t� •-i o o�D u c m m s q L o- c m m s Q �— 'D 'i o opo u m °° W C m °D .0 w e v m corn v U v J oo C m m m C7 �t 00 rd d' m O = p "t 00 m -a m �J (3j oa lD WD: m n W U N .5 I o W M �J CY M .0 O .. D O .� LL lD LL Q 7 a b.0 D_ E M 0� J lD W m LD N q a) O' b0 = V _ O C_ [L C C O C C O_ C q a1 O' OD S may' t O d' t' O .L] S A Ln m �' w p Y >> n N CL N C Uc .m CE M Uc m m CL O o i m @j O a ccu 3 m 3 O a o > o Y m Z N O O ° -Ln mo — W ° t E (7 O ° t E UN 3 00 d 00 O° J U C mm n U +-' U N ami a a/ N O, O m D_ O m a .�+ O m O 3 0- p. O m CL f6 i W` lD f9 u .,., LL U N W G "6 3 0 "' 0 L m ? E t+ l_ 00 m i• m a CO a N 0 C U +, o, > m U O ` Q q Q Y co m �n un p m N m a O m m m `m m m m m Z a CL w w S` 01 m m m m N m m N UD C 3 a) 3 3 N m m >° ° >° >° >° o > >° > O > CC �= Q w as m > +' v to > m m a1 °D m a) °�) m co V O c O U c u CO C 0D m O N J O E on O m O E m oa 1 O E O p E w d O n o_ O O a O CL 0 O O c D a) O' E w 0: W01 CA Q1 01 Ol Cil O D1 o O 4 O O Q J O O o O o O O o O 0 0 O � o 1-4-4 o O u } CL O v a1 C C m D E E CL D on m C u C C Q (Up CL O ++ . C C O m r-+ C m (1 o m m G m m a + E w, c m c m C a c c o V) p 0 N o '' aci a aa)i E m E m pc a m u o2i aa)) E a m C CL m U o v � v, � w CL W �L CL O w w 0 0) m m O c C N - LL a > Q m Za J U ''? N C) 00 v (n 0 'C O m lD > Q W W O 3 f0 C O a) �.+ > cN C 3 N N c m m Y a) Q U V) m cr N m .i J CD Z O C71 O o Ln O Lri 0 M u1 ut N O O o Q OLn W W 0 ONl ^ lND N ice!? t�/> Z O v J_ N + %? w Lotxo W 00 CLO` O O O Ql N L O N :3m LD Q O N 00 4-; U = CT M O N M O N (� uJ. W ql to 0m ON . N O O N N c0' p a) 00 .�.; U '_' 0)M m ui E N 00 O to C CCD C 00 CCA O v `� N ko Q N 00 E to p W m to M E @ m y tT C W O LD CD m O T co T M v CO 0 d w 3 00 W m O o O o C O N m v- n U C LD m 00 N Y d' 00 N N O Ln E -� vi LL D_ 3 00 O Y t t� 'C 'C +' 0 O L O O M Lt N M E Y tD m Q. t1 M Q. D_ Q. n' CL c-1 Q m= Q LL O O V S N T m N Ln U �+ J LL O� p C M~ U a1 p -� N m lL O aT+ w lD U _I Lt.to W 0A L T ++ T N ri �+ � CL T C d. M �.. 0) m C O to 0A -06- ms v v o v v v o" N 'L •tc Y O. CW .ti Q m :3 Ln �= Z d Q w U L L �� co OQ CL a T N N U M O T N tNii U W Y T m Y N ^ 3 U F- Q O a) < C CL Z U D_ ( Ln ( In �+- p -0 N T L ,�, "6 W L¢ p N Lt- N Y V D- O 00 O m p O O p 0 ++ O ~ Y p ,-+ >. m m LD O O O^ e-1 1. Ln V Ln U LL LA- In Y to �{ r -I O m t o O C o O t o O co Ln 0 CL 00 tD 00 Q w '.0N E r�N tL � E til Ltd O C CL CL N tL kDD E OC aJ CU m.-, 0 n i O tD N_ p p Ou u C CD CC' D u C6 0 -t 00 u > Q Q ( O� I ui bbo Ln y K' M V' M= Q y W t o ty M00 � LL UJ = >• to Q 0) 0' Q pip am�u,, J N Q• N N Q a) �!c�r' J C v a" a.U 3 LD J c O C Eb m O O O a) c N c Cf `~-° c N' v W T Y 00 O O Y C OD OD w � Oui c m Z a `n YO t E t E c Lli z m ++ LL m m Q O m En L 0_ O m E�-c as n O c a c a O cEo E° L W L O m E m> E a, N o $ m >; E a U mY m Q Q to Ln S m m EY- Fu CL a a a u C s a) v OCA v 0CA m T -p Y sT+ T m �- m Z m `�° `�° a m c E 0 e) O u O O 0 CL M CNO _� v o o O cn � E' m o o Q ~ U Q ' ' U 3 m 66 0 u CL CL O O cA O o cu CL {- o =3 m ✓ Y CU LL O U � (n +3 N > ++ C U U u v O U '0 G a1 CL W WO O O O O EQ 0L J vi O e -I O e q O r -f O r -I o .--I O .•-I O e -i O e-1 O e-1 O e -i O a -I O N N N N N N N N N N N N O v OA F o 0 O p N N Q D_ c :4+ to e -i C N C m — -p a' 00 x w E 'S E CLL m m 0 tw "6 m m m Gi > E C N N D_ C ++ m O Q m N D_ O - Z cu > p T N L '.. m N i 0 Ln C L]. — p 0A N tl m N J m O N m C CL E cc i"' p a N LL m v c o m y w w u vui O a + m T v a) m e c O Y Y •co �L Em p •m m '00 p Q z +� a� @ d' 0u Q C m OA Q cn Ln v c aaii u N Of Q o2S sC = F o C c 0 —O d N m � m o O N ai aJ m N O a.m. m Q> m Q Ln i•+L m m O Y N Y Q N VI — a) Q F-' Z O O O N O OCD M M 00 m Ot.0 O O `i 06 ui N N C lD O cn N 06 LD O o0 OC tD to N W 1O O I-- d' tn• (3) i!! Ln i/} -i~ i/} i/) ih . LO V} yN!? ice!? O v 0 LO J > O e-I h l0 to DO L D O h 00 O t-1 h OD W L UO 00 L 0 0 h 00 Q co N N m O h O N N M O m O h O o E O v co Lv ai -+ m �t co m ai v 6 �-1 M uj ~" U ZO 000 a m c M p O m Z W c a) C+ = Ln E -' cca O o p 5 Ln m cmn E -' m Lca O o m Lca O o 0 LO p S -+ — U o M n '+ "' " m m C p m oo C p m o Ln 11 m C o C 0 m m c p m O CL " % "t v_ v"i to .� oo ^ d �° 3 v E 0 a Q v s m 3 v E a Q a° Q s m h � a0 co O Q W N D O Z E LD L3! �-% O Z tD @j (aj � O W =C m U .L.+ p m .0 0 O Ln m -) O > >, Y }+ +�c'' 0 Ln m >, �,,, >. N }+ i D L J O _E Ln N z cm•L ' 3 4- O CJ S ° m m o 0 o 3 Y �_ y'c•� a.' �_ m o o O D Cf O L L) N 0 _� U (, Q) z y L Y_ U >• Ln (�• ++ U QJ z L p L > N �1 Y V Q m p CO 4- �'' Y W �" ? U L 4-00 h T 4-7 W 19 .a j, a-1 >,Ri ++ L Y (!� a) Ln OD > a) Q 4- Ln �, h Vf - _ ? Ll0 > N Q 4- Ln i, h V_ Ln L h to _ > bn z 3 m m LD Y h U L,1_ Ln E C7 Ln — m cJ L L.L. L„ E Ln L u1 — V L O mL L m u a) ? m Y Ln v m a) O L Ln N m j, m Y Ln a) O L Ln v m a) O L Ln N J a cr LL J ta) LL LL N E o c m t t o t of co o o rH r+ J O O u O_ 00 t0 u N O U O 00 Q LO O 0o SZ LD Ln M J O oo Y LO � N u. .-, -p' Q me e,;.i w u F- to E Y � �+ � N N LL � w N p D at a) 00 — m E h co m m m E W h m m E W h s C m E h u C O O LN cr -4 p O to u N — u to c m J LL O IH LO u O 'i Lo u � w 4 O O LD u V; u w 0OCNJ �rm00 c m oN N ems oo Dvm mm �m m v Ln Gi V) u. cit _ t m _ Q v a o2t � o c Ln o rn Ln v— w cu — a c s Q m a c v rJ O a m = on @1 E c O Lm u LO = °c° (aJ m = m Caj = ° rn = ao @J 00 z � Q S C7 L O O Q c E LLOO J p J p U L- N p w m W J m 0 C Q c �" U th a) -FaU •OA m 0 o Cl vui Y Y O lD C° O. O L c a ccu 00 C: t O UO C a) O C • E lD La r1 iZ !° L E Q E Lu = N Y a .mC Y d t Z Q d a .mm E j Y w moa Lo m E c a >, 3> E 3> E s m j. E L V = 00 i Y C u c c Y S 3 L- Lb m 2 m W z m a m Q m v 2 m C O — Y N u Yvl C C UO m O 00 UD m O Z N U m L E C O m m m ! O O > E o o v) O v D Z O O D F= L Q W a 3 .�-. ..c 0 0 s �m W V LYO n' ++ y. a) w a) O y) ° 0 u o 3 a) O p Y 0 m J O N v) 4- v 4a- O 4a- O L° cLo -a > Y ate+ u U �T V O T y Y o c W U lJ U U u L) U Y u p v -o D a) 41 W n• G' rH N N N N N N N NE JW aH -1 Iq 14 aH a- rH Lu M O O O O O O O O O O O OV N N N N N N N N N N N N N N O v a)C m m m c O O n .' C > c O 2 .=1 ra LMo t0 a' L v o m Lhn Ln cn v a) m m c a)rq m o E N N m E E a) o L m ° Lr a) -+ *' o m E a) v oo — m a a a o N CL m v Ln V) m c ° g Lu <c CL LnE u m Q `� cu tw a) O C L° =- m E L c e c O m D m d m = D m m 3 a +-� LL m m O h O m p -a Ln > u 0 u" U. `o C4 m v— E CL 3 L Caj m O p Y a n oo Y Ln m E v Q o m L m y C 3L c° v m to C C o > w Ln L Ln m O ,' -O Ln C- o a 0 E m m p > Q Q m O m m .O z N ON�1 LO N v ~ L a Lz OC_,0 p ++ C C vYi mm y >~ 'L a) f0 a) m N C O cr on Q) O LL O N m 2� m a c + 3 0 c u v m i.+ p_ L' a) u w L O > i W o E cr too mY N 2 v)N ~00 Q (n O L% m H Z O O Oh 0 0 O LD o0 O M O O0 O 00 QOhl N 00 h O n to Ln mm lD O l0 O L71 00 LT 1.0 .'i Cl) � h 00 00 6) h O Lr w N Ln LO M 00 h LO o M O1 O O N a M' O O� Lr d' Oi In N' N Ln N V? Ln VY V? W V? N V} .N-1 to V? V} zin• V} {fin. V> illi O u 0 LO J 'v O 00 tip O^ O O O 00 0 m s O N m Ll- CQ 00 LD J u" M N NN W J LL LD J LL L F"' N N N m' O a1 C \ to C O 0D 0D C C "0 C lO C O U C O u p O aj Y p p -a "O N C m `0 W 4 m N '� aj `° @ m m '- W >. M N " a) `° m aj a.+ N `° N m -O > s u m M p O Z rn Y O o E J LL N o > U N m v > J 0 = h v O C C m N m O L O : O O vO m c c d m h Ll- i .c a O c E m- m N O O 3 c m- m N m L m_ m NCL E O� v v -fl m cii c cu m u `�° I- p CL�J > m H O H O (L3J m v v C Y C v> - c LAJ w 'B U 41 `+- fJ �'' U O N �-i I- N m 4.. c j O E c > m j m. c m LL m = V O a U O aj ,�>+ u O N O aj U Y w V O` S>' >� T QL cu C C u z O. C Q C +�+ C U ca -p O -6 U O -p M > C C C = m J a) aj C - m C y, aj C aj C C L Y i- O >. �-+ �- > O p ''� m > o m 3 rl O } > Q O m 3 O p m 3 C = m m �_ v m m m z O N u Z m -O m In (v LL_ N m -O m o m 'p 3 'DD O N a>j - a>i a.. a>j i 'O >. .F.. 3 aj L (/i C7 6 v E L f/i Y 'c Ln m m C m v m m E m m 'v Y u.. Y Ln Li LL a) LLto kD W m E 00 m M In O CD <0 00 LD 00 D- J J 00 Q ,4d r•i m a) e•i m O g � EL m v M u a nD E Q' N N N m ai M N W N p �- <' o O C C d' V Ou Q W C O aj U t+ N m O S N e-1 O U CD 00 m M ,� a) cmp Q `- m O S 00 C i .-� "O (NN Q m J L cc E CL _C a) ch L V fyD W U m U1j m Ln LO C O U C m 0 C Q l7A .G, C a) O V 'c n N O m J O V O N � C a m W > w (D m I- I- aD c (aj m c m- Y m >_ O m .0 T� c c w LL m c a m .0 T N m 4i w J Q O Q O C W Ln O a p 0 ~ p O = O '� m 3 O w N J 3 O Z > V U m � v m Ln 00 C c n t- C� Y v m i m �t C9 00 C7 v ao Y aQi c Y a s U E ao LD 0) p m a w p am �O Y 3 a a)- m 3 :2 Lj m 3: 3 .+-' O V 5 t^O C LL 2 m C O m. N a Y Q CL Q O C a m Q v LL W W u C O c Ln m -0 >^ N N >• >• T Ln - a) O m O i3 co to •` ,,,,, m 3 N co aj :3 :3.` >• F Q O t m w IYI'1 Q O I U Y U U O U N O 016 N Q m n_ m LL t I- O LL O > O Ln > > m ~ O u J O U .v .N a) Y O 6i w 0i p s ,� LL CV U m V .�• m m m U_ ,4>+ V 0 0 F°- v v o CU W CL aW N N N N m M M M M M Mm co M M M M M M V' J ri a--1 1-4 1-1 V-1 .-I -1 -q .-i 14 i-i -1 .-•i -1 i-i e-i e q eq -1 e-1 O W a O O O O O O O O O O O O O O O O O O O O U }. 2 N N N N N N N N N N N N N N N N N N N N O M vi m m m 0 O D Z r` Lmn m vrn m aa)j mc v =3-i LL: ren _ c7 o cu E —mi "t Ln m 3 c Ln l5 w m °� � N iw aj Q p c m v C 4t" J r g W C O Q rn U m _- >- N> aj O a a) p v, m H O m +N+ a) -, O aj G cc Y p U L m. 0) 1� i It � .-i � �-i aj u � r F Q�1 o n E ` p o � N > O to L N aj c c > W 'L o Li m a Ln v p to + N -6 a v `i c o L O v a 'Q m O �' > -0 Q ` Y N O v m O O m ,m, c U 3 u v 42> E 'm \ -1 Q to O 0G O_ O_ >- E m N to ?, Q. u tOD .� 2 cu > Q oD Q N ) o N ` m t1W C �' p m- ' J E Ln Z m c m v C o H (V J m Z C m N N cep v+'i m ,_C„ Q- N O V) L0/j m m Ln - v M O_ ^ > Q LL m y Q c`a n. m O O C C p O Ln Ln j Q N >' ±' L O Ln c O O m Ln `^ O V d 00 m m �Y p m N m cn m � w fl c3D Ln fD aj _r_ w Q O O U z Z O O O W 6t O h Ln N N O Ln W Ln �% O n O O O O O 00 `'1 t� V O tO O O O O 2 N i 111 Q1 M N 01 Ln M lO O O O O (� M O ^ O1 aP M N N O n Ln at M O .-i d' M M O 01 �t Ln d' O M CY ^ e-i l0 M lO M LD 00 ZD N O1 V' n to Ln ^ 01 rj Qa„ N 01 M M Iq M N LD I`� O V 00 N M m 1 m Lf1 O Ln Ln Lr Lt'f N cf W 1, LO 00 N c q Ct 00 M d' 01 00 e-i e-1 Ch LO m N N O) Ln N M N r-i {-, e-I N {n 1.6 N .�. �. .-i i/1. a-i {f} N Z th Ln t/? t/? t/} t11 V} to V)- V*} v J �, lD M tD M Dl '� O 3 to �r-i U O t10 Q `0 .m > a) 0 tD CO om � v N OCA O N N m p � t0 i C �"' U E O 00 M O 0a M u N d, O O ,n to c m +..+ c o d' C •_. ,nCD N w a) OD W \ M o N O +�+ i aJ m C O m U U m V ca ..c a) U (B j C a) O c 00 O C C Z tD L, m,� Lo Lo cCo 00 0 N co w C Y E m O _ J H M aJ @) m a) m 0 0> _> 0 _> 0 co - C:O t to v 00 a) N^ w v O LL m m O a O t 'C d O N aJ c m a) c J m , tD tD > ZT 0� c u M > u O 4 s p N c (D + M m CL 3 c O O \ y �=- M tv�=t�� Oc0 V � p a) a) l.7 t o N C �- p0 N C 1-� E p o J m LL c .0 c m 3 v a� C O N J a) •,n +T+ F- u- l7 m c a) m a �` tD i C CO CL CL '�' to W , O n w CO m d @j O O x f0 r, o O x Y m r, L. O > ai O C -j O> in c -� � B c Y p w O h "' .1 D- 3 O s > y m U N tD U lD aJ � C C N Y t O W .0 >� ?� () p a.+ 0 m a;,, Q• 3 L a) �j ++ C C p a) m tr') m -, O to N p 7 N > p O d U , C Q U O '+- aJ N O C Y m Q to a) tj Z c U V ' 00 Q m O U' ?, U 0 N > c a) > c .Q Z o u bA v, a O .1 u O N p Y a 1 >- a) ai -c �- + W Q @j @J c Z a d a E _ M Z m 0 a) ) O m O u ao fm C ?� O (m C O s C O s S p N D t=o J , O 4- r` O T"{ N Q W 0 T N rj~'r Y _m d .N Q J A ++ Y O ,° O c aJ In T () E u O LL 'N V CJ m co .3 N ro� o a) u Y V) i OA c ` N c — � m -a .� m o on N N m m n C� @ N C c U - W O 00 �' m O -� J W G LLI0) i c v 'W v — 0) Q O m U Ln O O 3 , ^ ro O O m U W E y c_ c c L Y w (v u u p E m CO 0) �L — c.{ L Lv L L co m Z N 7 00 \ O1 +-' n W t`. Ln d C C M `�' m O = ("' d' 0 e-1 E m T 'O m m N N O _ a c +� > (V h Ln > L11 N U') N O a v nn c y Y o0 O L D m u W '' m m O L c m n O ..O -p W tD CL +L+ Ln cu N to Lnc LC O 'i'' '�'' .-i 'IT j Ln LJO� *' LL E > 0 E O >, _L LO w O 'C LL LD m c N O O ai s �'`� m LO i0 N e N M O LL `"{ >> _' 7 O N O O E m E `D N c ,� L% ^ .a" a _ O tom• O W �P O .O e�-I W N r•+ O � m m d' �, c 0) -L ^t.• m ID O O X -O m r, Y O1 �n _ = — T E O ` W O O t, O X m i, Y O C O) OJ O �' o a v �' Ln CL 0! L.L_ l0 to v �^ tD cn Ln c Q o S S T W v o u-8 m x o v � rn v o ?= 3 u Ln o Ln O c N O Li 0 @J N S S S> Y �1 Z p u.i c d v Q N L» O O Ol LcLo y? d o tmD O m 0�1 M m > t- 0 > O ,a O 00 O) ?,, O 00 m O •f c N +T C¢7 't X m u O aEi m LL 00 0 m Q v u n- N Q o m CL LD 3 Ln 3 m W tin L10 c � m O C °�' O O p m � TN 2' c LOD, CLi M v C ` E m Ln v c LU ❑. -jLL- L ,� u L y vmiD " O o 0 0 a—� 4 00 W = ~ Ln > = T T � '� m Ln Ln 0 U S 3 E N U o O m N m W 0 m m tL O 6y T Q 00 O O > vi U J N U O) hto u o O L OA C O L 01 Y U U m O CL ? m m cc Ln > m m = = m m O CLO m m' O T - T o2S U O E Y m O T v O _ O = O E Ln u° Q � 0 O N c V D_ Z LU W CL W Ln Ln Ln Ln Ln Ln Ln Ln Ln EQ O W O. ,-L O .-L O .-i O ri O ,-L O .-, O 1-4 O ,-4 O .-1 O U N N N N N N N N N O U m > _0 v d v d :3 + . m m m O L j j O ~ m CO_ W U c Qcu i 0O m m ;, m E > > 76> c o O OB to CL m >LD N v L rn LL c c O Y N f9 Li O Y t 41 Ln m W Q > > m O c Z c LL a 5 Ln o v v N N S m O W 3t0 m m ++ Ly NO O � K Ln m tl 0 0 O O P4 eq H Z O OCV w m0 O c -L O O p Ln O 0) O Ln 00 Q Ln n p^p n O N 00 O�j G 00' w ch w N Ln N 00 00 N co r, m N n N n N' cl N O 00 Ln Ol th tJ1 rW-i V1 V? ih T zim/? O v 0 m m > v 00 aAi m 0) Q c O W a> > CO 00 N oo N ai Q +� d W n- u D C m N m a) vi V >• m >, U E O a1 u y ; ^ _ O O C O Lt1 (D U7 LA Y 00 m Y 0000 aa, _ o •4J o v N O ZZ o N A> U m u U V m 00 C U �mr CL \ Co m O 41 N m OD N OD N C OV +' •4+ y Y d E j CY O a1 LJi +m+ cU0 C E m N Y u C A J N LL C 0 X to M N — - rn in m O OD N C i v m O —> L) W m� N q0 c O C p 1-i "6 ON m^ 0) -0 D a -I C O U u N m u C p v- u C-0 L 'O Q DSD h o W p V 'N lD to m m 'i F" Vt I-. I- ? N f9 I� Y •N � o h Ln O C O> O O O O O -' Ln o tn ~ Q m ao•+ al aJ m N j �1 .` N > m y LL Ln A :: O c> U in 3 W O E > m C 0 v 000 u u z m O v Z aU _ t u v �^ O L� o�'� o v = c E a u In > O m o m `� CO �� v v c Y > C O 00 In � m .-r M E O O p LO ai Q al c cu -O a1 V u ac0 CL y Q O' c `- o d O O m m m W _m n0 C O A O Q' 1p O W LU C E- . N V) m = @1 O M p � OCD J m , LL OCD ` as.+ OD Ql 'B O d_ ,� � � OA p c Q" N N N a) C >� m 'C = (i3j V7 � W W Won C O Y C W Q CL m •� m J O Cl O m Lnt V) z m .V m O C OD o ;[ O m z LU O m O m 3 a c a m Y Z a) W O C O � Ll 00 a) Q. @ C n. � > 3 3 a Q 2 Q m pm LL W to C LL Z m w m m E > C al •- O m m m C c n a� a) — m m c c N 3 Q 0 u ° � cu j u aooI m� V) o m E O E zO co o z c N z v 'S p u v LU O1 W CL E d" W Ill Ln Ln Ln W LO LD w LO LO LO l0 1.0 N r - O Q W a O O O .-I O -, O -4a O O �q O -4 O 11 O 1-1 O �-i O ,-.i1-4 O O 1-1 O u N N N N N N N N N N N N N O V C Oc0 O u C o N cto co m v Y cum v a, c o o — - m m m - o u do LU ~o v f0 v ° c � O m m o v v Ln -a °' o ° E m m In a� : Q m � m 00) � O o C U D' > Q LD N o O cu > N a n -o W u L N CL u N lD V) m O m O O 'C O. a K to aJ .moi Ln c m N o O — m E Z CC G CC L In Y Q 00 00 Ln c m u m C � c 'x .-; zx 3 3 Ln m c Q c Ll -F- Ln p m in F- u = W O 0 LL H Z O m o 0 0 0 LD 0 o O o O O o Ln 0 tD CD Q 00 O r4�-r I -i .fli N O N O e j O 00 O r -i I, ni 00 06 O O m O m O O r- I� Ln .-i _q m m h Ln O 00 r4 m O C6 Ln m M Ol O 0) N m IH O M 1 O0 M N 00 O Olco lD N .-I O W 00 -i �^-i CP N e -I e -I r -i N rl a -i' e -q cq -Ln 06 4^ V} O ,I U 0 m wZ LJL Ln J m 0 0) T O m J LL O -O 00 Cc�'0 Imo. O t!1 u v1 C �n V) O �n O ca O 0) L— 0> a) N LL. O W W ,4; N 0.) +� h N N Ln N (LC — w Ln a+ c N "6 ^ a) > � O m 00 U a) �"'� A cY Z ry }� O Q d m > o -O p u) Ln M Ln 3 M Ln Ln Ln Ln to m m Y W N 0) Ln Q OD �' m E- LL > > -O C N ++ u .N u J v1 ~ ++ V W �('� ++ u i-+ U r.+ cv .,,.� u +.� u m m m 00 S m — — V S d O w u O Ln rn j w t' t- w ^ C• LL M C m i C ` C C p u O a m Q7 > n \. N 4- X p N �- L � N _'' m Iq � 111 1�/I ry a C !� N L m n N _N N_ tY/f p U C O .:N- — Q] p u Vf O y O �' .a > Q >. O N m n O O m C 0 O m 0uj V' 0 0 O 0 O .� O- m 0 0 V N 0 LL d p a C c ,m -r J p LL 0 m O H +� o C 0 N � tl0 , F- C+ � f- F- H E- , h- � O m N C .Q j C O ° h O L o 0> O p L �, O 0 O � +_ c 0 u Ln Lo 0 0 O O O v v- +- }T �T O a 3 v a) U 3 toU c 0 L.L. 0 LL ° ai U O i- s 0 LL T r, m N 0 LL 0 LL 0 LL 0 LL o Li- L o o T N o U U 0 LL O N -2 i m v of 'N C i- s N C � O 4- H °o >. v N U O O mcL o ai >� w LL Vv Z CTJ Z T a� T> E •v E p L OU n , O Q N V > Ln m OCLO ° m u c � Y 7� v � v U p' Q O O C O :3 C pa u L C7 }J CL E d uj N � co c m > m C _ LL O Y W W O bD C O1 w U 0 Z c C ,°J, OL vE O U W 0CL 3 w O N u ° i C J LL J LL J LL J LL J LL 00 L Sm w Q `- u. Z- LL u LL LL a) M O p C N O a) a m N N O N a0.+ m �- cu 'O O ` O -t3 'O 'O "O O E "O O ;F, m0 m m m — —_ 9 Vcu > > E m v 7 0 C T 0 co Q C C 0 N +p+ U O C v O uo tA 1- N O O O 0 ~ Y U E ;) to !- O U O V) c cn z v o N W fl' W r, r, r\ r, r- r� rl 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0) 0) 0) EQ J O. .-i O e -i O ,-i O e-4 O .1 O e-, O 1-4 IH r -r ri r -r e -r 1-4 1-4 14 rq rr ,-, c -r -, 11 O U W `). 2 N N N N N N O N O N O N O N O N O N O N O N O N O N O N O N 00 N N O N O N O N O N O U Q) ) T T 00 C N 0 N c m Y a) > a bA am C > T p U m L m O m a23 v° no u n°o > w > o `�° m m U E K0 Q, m > O .� m s VM' Cl)' O O T 41Lf) M > a f° E m ° N i cc m> m v�'i co v O m CL o U v c a) T m m a > = m a) rr Ln t Ln u � c v� c v O � o u t i m E co rz v OC _0 .O H Ln w ov) N v o rZ c 0: Cal LLw Q L m m m v< > Q m no w -o o ar +� Ln (� E : L a) O a) W � N o°' O w L O D: C m C C O >- Ln in F- d' Ln O vii V�1 N D: O +' D: > Q `'� c/'f 0) m p N Q. w w N O 2k Ln w Y i �+ 0) 00 am, to a) > H 0 Q N Ln Ln L m LL Y N rY Ln N m O �t L U H O F. 0G N N Ln > Q) L ,-.� Q) (] � Q C In Z u Ln x C m Lf) Ln 0^0 0 C O p N O Ln N C CL c U Q m Ln OD Q 0 0 o L6, U �* N Y O N LL 0 LL Lin ,On p Q_ 0 14 E Op CC O 4t Lon O U V) z Lo Ln LU LL O r -f U U- 0 O LL 0 LL 0 0 F- 0 LL Z O ^ 10 LO eq 00 � 0l '! M M0 N r -i O O O Ln O Ln Ln n O as cQ c O m0 M 00 m M O N m Q O O n 0) M 00 Q1 M Op n iw1 l0 00 •'i r` 00 00 0) O O Ln n LD p N O Ln M M n Q1 t` `� t` N �m-I m m N •-� m O N O to ^ M Q Ln 00 a-1 d 14 m m 01 w Ln 00 00 ri Lo � oo m r- m m m Ln Ln � .-i 0) M M L0 ar M O 00 N 00 Lf1 M N W 00 N ry M 00 00 �P n 00 rl 00 N Ln � rq Ln m i -i {%} N '� Ln cq t/? i/D ill- tT <h ih � �' e'•r jp, 4 � A o� v w 0 J � R ` o � s W � Q W Z O Ln 1 N o N (A a !a uj w o B m O o LL W Z m ` 3 O v O O v W 0: m LL O ++ _ I= N W W z z W N C v tto C O o ' o cc u 06 9 c m O 0 o 0 O O V E N m -Fu CD c a O u a °) G 4) Q W H E Q J 1-4 c-i ami a o 0 U } 2 O u m O u E m CL G v m W m C a oz o v LL O U m C �, m j W m m lD Q cc VQ z 06 Q. E cc '^ c O V ro _ �LO N m Ln 00 s to 0 Ln z E- z O M a M m G LLn ^ Ccco M z �* O v w 0 MASCGEN-01 RJONES AcoRc�° CERTIFICATE OF LIABILITY INSURANCE DAT0IYYYY) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 8/26/226/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: ASSOCIATES AGENCY, INC. PHONE FAX ) (A1C, No, Ext): (813) 988-1234 (A/C, No):(813 988-0989 Temple Terrace, FL 33617 %DORIES : certs@associatesins.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Liberty Mutual Fire Insurance Company 23035 INSURED INSURER B: Liberty Insurance Corporation 42404 Masci General Contractor Inc INSURER C: National Union Fire Insurance Co of Pittsburgh PA 19445 5752 S Ridgewood Ave INSURER D: Ironshore Specialty Insurance Co 25445 Port Orange, FL 32127 INSURER E INSURER F: rOVFRA(;FA CFRTIFI(`ATF MI IMRFR• DCtrIQInM All IM12CO. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR B2 -Z51-2924$7-029 8/8/2019 $/8/2020 EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED 100,000 P I a occurrence) $ MED EXP (Any oneperson) $ 5'000 PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY ❑ JECT EILOC GENERALAGGREGATE $ 2'000'000 GEN'L PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER' B AUTOMOBILE LIABILITY EO. NdEDlS INGLE LIMIT $ 2,000,000 BODILY INJURY Perperson) S X ANY AUTO AS7-Z51-292486-039X 8/8/2019 8/8/2020 OWNEDSCHEDULED --- AUTOS ONLY AUTOS BODILY INJURY Per accident S X HIRED X NON WNED AUTOS ONLY AUTO ONLY P�20PERTY DAMAGE r er accident S PIP S 10,0001 C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4'000,000 X EXCESS LIAB CLAIMS -MADE EBU015060208 8/8/2019 8/8/2020 AGGREGATE s 4,000,000 DED X RETENTION $ 0 S A AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ PFFlCERIMEMBER EXCLUDED? (Mandatory in NH) NIA C2 -Z51-292487-019 8/8/2019 8/$/2020 X STAT TE ERH E.L. EACH ACCIDENT $ 1,000,000 1,000,000 E.L. DISEASE - EA EMPLOYEE $ It yes, describe under DESCRIPTION OF OPERATIONS below ______ E.L. DISEASE - POLICY LIMIT S 1,000,000 D Pollution Policy 00416440OX 8/8/2019 8/8/2020 Occ $2,000,000/Agg 4,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) For Bidding Purposes SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY April 23, 2019 MASCI GENERAL CONTRACTORS, INC 5752 SOUTH RIDGEWOOD AVE PORT ORANGE, FLORIDA 32127 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 6/30/2020. However, the new application is due 4/30/2020. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.£l.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: DRAINAGE, FLEXIBLE PAVING, GRADING, HOT PLANT -MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, SIDEWALK, CURB & GUTTER, UNDERGROUND UTILITIES (WATER & SEWER) . 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. 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, ager Contracts inistration Office AA:cj www.fdot.gov DATE: 11/18/19 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFS 19/20-03 FROM: MarisolOrdonez City of Sanford Purchasing Division ADDENDUM #1 Page 1 of 2 (Plus Attachments) SUBJECT: Addendum No. 1 - Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFB 19/20-03 This Addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This Addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. This Addendum consists of a total of 3 pages plus the following attached items: A. Section 00410 - Proposal (Bid Form) - Total of 15 Pages B. Acknowledgment of Receipt of Addendum No. 1 Form - Total of 1 Page I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: I .Question: Is there a Pre -Bid meeting for this project? Response: No. 2.Question: Please clary — the bid documents require the Contractor- to be FDOT prequalified. Is this correct? Response: With this Addendum No. 1, language has been added to the Instructions to Bidder to indicate the FDOT prequalification of the Bidder or subcontractor applies to construction performed in FDOT Right of Way (R/W). PUR-F-212 I �" "I - — rrFINANCE DEPARTMENT City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. III - IFB 19/20-03 II. CHANGES TO THE PROJECT MANUAL: ADDENDUM #1 Page 2 of 2 (Plus Attachments) Section 00410, "Proposal (Bid Form)" has been revised to add FDOT prequalification information which is to be submitted with the Bid. Therefore, remove existing Section 00410 in its entirety and replace it with the attached revised Section 00410. Note: with this Addendum No. 1, the City is also making the Bid Form (in both Word and Excel format) available for download on VendorLink. 4. Section 00200, "Instructions to Bidder", replace subparagraph 2 under Paragraph 1.20.13 with the following: 2. For road and trail construction in FDOT RM (defined as areas west of Sta. 174+80 W. Seminole Blvd.), the Bidder (Contractor) or subcontractor performing the road and trail construction shall be certified by the Florida Department of Transportation as qualified to bid for the performance of road, bridge, or public transportation construction contracts, in excess of $250,000. Additionally, either the Contractor (or the subcontractor) performing the associated work in FDOT R/W shall be FDOT qualified in each of the following classifications of Work: a) Drainage; b) Electrical Work; c) Flexible Paving; d) Grading; e) Grassing; f) Guardrail; and g) Roadway Signing. III. OTHER ITEMS: 5. Attached is the "Acknowledgment of Receipt of Addendum" form for this Addendum No. 1. Bidders are to fill out and sign this form and submit it with the Bid. END OF ADDENDUM NO. 1 PUR-F-212 ? Rev. 11/2016 SECTION 00410 PROPOSAL (BID FORM) PART 1 GENERAL 1.01 Description The following Bid, for the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20_03), is hereby made to the City of Sanford, hereafter called the Owner. This Bid is submitted by (1) (1) Name, address, telephone number, and e-mail address of Bidder 1.02 The Undersigned: A. Acknowledges receipt of: 1. Project Manual and Drawings identified within the Project Manual. 2. Addenda: Number 1 Dated 11/18/19 Number Dated Number Dated Number Dated Number Dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To accept the provisions of the instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. Road & Trail Construction PROPOSAL (BID FORM) W. Seminole Blvd. RiverWalk Ph. III Rev. Per Add. No. 1 11/18/19 November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-1 4. To accomplish the Work in accordance with the Contract Documents. 5. To begin Work after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the Work within 455 calendar days of the date of the Notice to Proceed. 6. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 1.03 Bid Schedule — Base Bid The Bidder hereby agrees to perform all Work as required by the Contract Documents for the following Unit Prices. All Work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the Project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. Part 1 - Roadway Construction ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 101 101-1 Mobilization LS 1 102 102-1 Maintenance of Traffic LS 1 103 104-10-3 Sediment Barrier LF 32,097 104 104-11 Floating Turbidity Barrier LF 326 105 104-18 Inlet Protection System EA 50 106 110-1-1 Clearing & Grubbing AC 11.60 107 110-4-10 Removal Of Exist. Concrete Pavement Sidewalks And Curbs SY 1,194 108 120-1 Regular Excavation CY 6,130 109 120-6 Embankment CY 4,366 110 160-4 Type B Stabilization SY 28,882 111 285-704 Optional Base Group 04 SY 5,809 112 285-709 Optional Base Group 09 SY 12,296 113 327-70-6 Milling Exist. Asph. Pavt, 1.5" Depth SY 56,923 114 —Avg. 334-1-13 Superpave Asphaltic Conc, Traffic C (Type SP 12.5 TN 4,480 115 337-7-83 Asph Conc FC, Traffic C, FC -12.5, Pg 76-22 TN 4,733 116 339-1 Miscellaneous Asphalt Pavement SY 584 117 350-30-13 Concrete Pavement for Roundabout Apron, 12" De th SY 754 118 400-0-11 Concrete Class NS, Gravity Wall CY 278.1 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-2 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 119 400-1-2 Concrete Class I, End Walls CY 6.6 120 425-1-311 Inlets, Curb, Type P-1, <10' EA 3 121 425-1-331 Inlets, Curb, Type P-3, <10' EA 3 122 425-1-335 Inlets, Curb, Type P-3, Partial EA 2 123 425-1-341 Inlets, Curb, Type P-4, <10' EA 3 124 425-1-345 Inlets, Curb, Type P-4, Partial EA 2 125 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 126 425-1-412 Inlets, Curb, Type J-1, >10' EA 1 127 425-1-431 Inlets, Curb, Type J-3, <10' EA 1 128 425-1-432 Inlets, Curb, Type J-3, >10' EA 1 129 425-1-441 Inlets, Curb, Type J-4, <10' EA 1 130 425-1-521 Inlets, Dt Bot, Type C, <10' EA 3 131 425-1-910 Inlets, Closed Flume EA 3 132 425-2-61 Manholes, P-8, <10' EA 1 133 425-2-63 Manholes, P-8, Partial EA 1 134 425-2-91 Manholes, J-8, <10' EA 2 135 425-2-92 Manholes, J-8, >10' EA 1 136 430-175- Pipe Culvert, Optional Material, 118 Round, 18" S/Cd LF 593 137 430-982- Mitered End Sect, Optional Rd, 125 18" Cd EA 3 138 515-1-2 Pipe Handrail - 42" Guiderail, Aluminum LF 1,406 139 515-2-311 Ped/Bicycle Railing, Alum, 42" Type 1 LF 86 140 520-1-7 Concrete Curb And Gutter, Type 'E' LF 4,021 141 520-1-10 Concrete Curb And Gutter, Type 'F' LF 8,485 142 520-2-1 Concrete Curb, Type A LF 10,806 143 520-2-4 Concrete Curb, Type D LF 192 144 520-2-8 Concrete Curb, Type RA LF 679 145 520-5-11 Traf Sep Conc-T e 1, 4' Wide LF 1,022 146 520-70 Concrete Traffic Separator, Special- Variable Width SY 23 147 522-1 Concrete, 4" Thick Sidewalks SY 2,688 148 522-2 Concrete, 6" Thick (Driveway / Ram/ Open Flumes SY 902 149 522-5 Concrete, 8"-12" Thick, Reinforced Raised Crosswalks SY 554 150 526-1-1 Pavers, Architectural, Roadway SY 198 151 527-2 Detectable Warning SF 1,022 152 536-1-1 Guardrail - Roadway, General TI -3 LF 1,078 153 536-6 Pi a Rail For Guardrail LF 313 154 536-73 Guardrail, Removal LF 1,534 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-3 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 155 536-85-24 Guardrail End Treatment - Parallel Approach Terminal EA 13 UNIT PRICE TOTAL PRICE 156 538-1 Guardrail Reset LF 546 157 550-10- 212 Fencing, Type B, 5.0', W/ Vinyl Coat LF 44 158 570-1-2 Performance Turf, Sod SY 29,724 159 700-1-11 Single Post Sign, F&I, <12sf AS 51 160 700-1-50 Single Post Sign, Relocate AS 6 161 700-1-60 Single Post Sign, Remove AS 33 162 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf EA 5 163 700-3-601 Sign Panel, Remove Up To 12 Sf EA 3 164 711-11- 123 Thermoplastic, Std, White, Solid, 12" LF 1,346 165 711-11- 124 Thermoplastic, Std, White, Solid, 18" LF 136 166 711-11- 125 Thermoplastic, Std, White, Solid, 24" LF 81 167 711-11- 141 Thermoplastic, Std, White, Dot Guide, 6" GM 0.268 168 711-11- 144 Thermo., Std, White, 2-2 Dot Ext Line, 12" For Roundabout GM 0.064 169 711-11- 160 Thermoplastic, Std, White, Message EA 12 170 711-11- 170 Thermoplastic, Std, White, Arrow EA 54 171 711-11- 224 Thermoplastic, Std, Yellow, Solid, 18" LF 327 172 711-11- 241 Thermoplastic, Std, Yellow, Dot/Gap, 6" GM 0.728 173 1711-15- 101 Thermoplastic, Std -Op, White, Solid, 6" GM 6.700 174 711-15- 131 Thermoplastic, Std -Op, White, Ski /Dot, 6" GM 0.228 175 711-15- 201 iThermoplastic, Std -Op, Yellow, Solid, 6" GM 6.188 ai)b-t`ot i1 $s e: i4 PaiE 1-';Fto Ct to C:0,Xistruttion Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 201 101-1 Mobilization (Includes Trail Lighting, Landscape, Hardscape, & Irri LS 1 202 102-1 Maintenance Of Traffic (Includes Trail Lighting, Landscape, Hardscape & Irri LS 1 203 120-1 1 Regular Excavation I CY 2,602 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-4 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 204 120-6 Embankment CY 974 205 160-4 Type B Stabilization SY 21,170 206 285-701 Optional Base Group 01 SY 16,066 207 334-1-13 Superpave Asphaltic Concrete, Traffic C 1.5" TN 1,326 208 400-0-11 Concrete Class NS, Gravity Wall CY 4.7 209 400-4-15 Concrete Class IV, Miscellaneous CY 160 210 415-1-1 Reinforcing Steel LBS 16,000 211 515-1-2 Pipe Handrail - Guiderail, Aluminum LF 64 212 515-2-311 Ped/Bicycle Railing, Aluminum, 42" Type 1 LF 1,514 213 520-2-4 Concrete Curb, Type D LF 82 214 520-2-5 Concrete Curb, Ribbon Curb LF 22,967 215 521-6-2 Concrete Parapet, Ped. Bicycle, 42" Ht. LF 168 216 522-2 Concrete, 6" Thick SY 789 217 570-1-2 Performance Turf, Sod SY 36,276 218 710-11- 290 Painted Pavt Mark, Std, Yellow, Island Nose SF 90 IAPB HASCAP ; IIQAiItN {1LIi:-1151= PAfj. , .7777777777 Hardscape 301 - Bench, Keystone Ridge, Schenly, SC26C, 6 feet EA 19 302 Coquina Cut Stone Bench EA 2 303 Trash Receptacle, Keystone Ridge, Midtown MT3-32 Elev Leg, Elev Lid EA 10 304 Ash Tower, Keystone Ridge, Midtown MT5 EA 6 305 Bike Rack, Keystone Ridge, Harbor, HR-2 EA 4 306 Tables, Keystone Ridge, Breakwater, ADA 8 feet, C-BW6- 8ADA EA 2 307 Tables, Keystone Ridge, Breakwater, BW6-6 EA 3 308 Do i ot, Model 1003A-L EA 5 309 — Boulder, Tennessee Field Stone EA 19 310 Relocated Boulder EA 1 311 Decorative Pylons, 11" Dia. EA 121 312 4" Thick Concrete for Site Furnishings, Broom Finish (Light) SY 133 313 - Crushed Coquina 4" Depth CY 12 314 Stone Base 6" Depth CY 12 Landscape and Irrigation Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-5 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 315 Bulbine frutescens 'Hallmark' / Hallmark Bulbine - 1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non-native EA 20 316 Dianella tasmanica'Variegata'/ Variegated Flax Lily -1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 155 317 Helianthus debilis / Beach Sunflower - 1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 1,562 318 -- Juniperus conferta'Blue Pacific' / Blue Pacific Juniper -1 Gal., 3" Ht., Full Container, 15" O.C., Non-native EA 1,272 319 Muhlenbergia capillaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 1,080 320 Miscanthus sinensis 'Adagio'/ Adagio Maiden Grass - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Non- native EA 11 321 Paspalum quiadrifarium / Crown Grass - 1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 529 322 Rosa'Knockout Red'/ Red Knockout Rose - 3 Gal., 12" Ht., Full, 24" O.C., Native EA 22 323 Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 124 324 Tripsacum floridanum / Dwarf Fakahatchee - 1 Gal., 12" Ht., 6" Sprd., 48" O.C., Native EA 68 325 — Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 269 326 Serenoa repens'Silver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 4 327 — Cortaderia selloana / White Pampas Grass - 7 Gal., 20" Ht., 20" Sprd., 36" O.C., Non-native EA 9 328 Acer Rubrum 'Florida Flame'/ Florida Flame Red Maple -100 Gal., 4" Cal., 12' Ht., 7' Sprd., Spacing as shown, Native EA 7 329 Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 10 330 - Betula nigra'Dura Heat / Dura Heat River Birch -100 Gal., 4" Cal., 12' Ht., 3-5 Trunks, 7' Sprd., Native EA 12 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-6 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 ITEM FOOT Conduit, Furnish & Install, Open QUANTITY UNIT PRICE TOTAL PRICE Hardscape NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 331 630-2-12 Sabal palmetto / Cabbage Palm - Refer to Plans for CT Ht., Regen. LF 120 338 635-2-11 heads, Native EA 90 332 Sabal palmetto / Cabbage Palm - EA 131 339 715-1-11 20' CT., Straight trunk, Regen. Head, Min. 5 fronds, Native EA 1 333 715-1-12 Lagerstroemia indica 'Natchez'/ Natchez Crape Myrtle - 65 Gal., LF 3,510 341 715-1-13 3" Cal., 8' Min. Ht., Standard, Native EA 16 334 — Mulch, 3" Avg. Depth CY 215 335 Irrigation Svstem (1.2 ac) LS 1 336 630-2-11 Conduit, Furnish & Install, Open QUANTITY UNIT PRICE TOTAL PRICE Hardscape Trench LF 12,917 EA 23 337 630-2-12 Conduit, Furnish & Install, Directional Bore LF 120 338 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 131 339 715-1-11 Lighting Conductors, F&1, Insulated, <_ No. 10 LF 16,050 340 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 3,510 341 715-1-13 Lighting Conductors, F&I, Insulated, No. 4-2 LF 54,745 342 715-1-15 Lighting Conductors, F&I, Insulated, No. 1/0 - 3/0 LF 1,050 343 715-1-16 Lighting Conductors, F&I, Insulated, No. 4/0 Or Larger LF 600 344 715-4-20 Light Pole Complete, F&I, Spec Found, Wind Spd 130, Custom Ht EA 79 345 715-4-21 Light Pole Complete, F&I, Spec Found, Wind S d 130, 30' EA 25 346 715-4-23 Light Pole Complete, F&I, Spec Found, Wind S d 130, 40' EA 3 347 715-7-11 Load Center, F&I, Secondary Voltage EA 3 348 715-10-5 Light Pole Foundation. Remove EA 1 Part 3 - Roadway Hardscape, Landscape and Irrigation ITEM FDOT NO. ITEM NO. I DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Hardscape 401 __ lBoulders, Tennessee Field Stone EA 23 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-7 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 402 —_ Decorative Pylons, 11" Dia. EA 199 403 Brick Pavers (Including Sanded As., Conc. Fines Bedding, Filter Fabric, 4" Aggregate Base) SF 6,780 Landscape and Irrigation 404 Bulbine frutescens 'Hallmark'/ Hallmark Bulbine - 1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non- native EA 73 405 Dianella tasmanica'Variegata'/ Variegated Flax Lily - 1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 217 406 Helianthus debilis / Beach Sunflower - 1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 375 407 Juniperus conferta'Blue Pacific' / Blue Pacific Juniper- 1 Gal., 3" Ht., Full Container, 15" O.C., Non- native EA 2,758 408 Muhlenbergia capillaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 725 409 --- Paspalum quiadrifarium / Crown Grass - 1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 463 410 - Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 410 411 Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 488 412 Serenoa repens'Silver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 52 413 Acer Rubrum 'Florida Flame'/ Florida Flame Red Maple - 100 Gal., 4" Cal., 12' Ht., 7' Sprd., Spacing as shown, Native EA 2 414 Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 3 415 — Phoenix sylvestris / Sylvester Palm - Refer to Plans for CT Ht., Classic cut, Clean straight trunks free of debris and cuts, Non-native EA 24 416 — Lagerstroemia indica 'Natchez'/ Natchez Crape Myrtle - 65 Gal., 3" Cal., 8' Min. Ht., Standard, Native EA 20 417 Mulch, 3" Avg. Depth CY 50 418 Sand, 4" Av . De th CY 260 _ M 777, I# C1 5°Eit. . ._. �?IC = Ft)d1N3 ..Fir'1iC dSC ,. LtlC(SG1' +"1tdl t Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-8 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 1.04 Bid Schedule — Alternate Bid Items Part Al - Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Alt. Alt. 102-1 Maintenance Of Traffic (Note: The UNITS QUANTITY UNIT PRICE TOTAL PRICE 102 630-2-11 Alternate Bid Maintenance of Traffic (Roadway) Allows W. LF 18,580 502 630-2-12 Seminole Blvd. to be Closed Up to 240 Calendar Das LS 1 The formula for incorporating Alt. 102-1 into the Base Bid is: Sub -Total Base Bid Part 1 - Roadway Construction Minus Base Bid Item No. 102 Plus Alternate Bid Item Alt. 102 = New Sub -Total Base Bid Part A - Roadway Construction PART A2 - ROADWAY LIGHTING ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 501 630-2-11 Conduit, Furnish & Install, Open Trench LF 18,580 502 630-2-12 Conduit, Furnish & Install, Directional Bore LF 1,427 503 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 163 504 715-1-11 Lighting Conductors, F&I, Insulated, s No. 10 LF 18,600 505 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 7,395 506 7154-21 Light Pole Complete, F&I, Spec Found, Wind S d 130, 30' EA 49 507 715-4-23 Light Pole Complete, F&I, Spec Found, Wind S d 130, 40' EA 75 508 715-4-70 Light Pole Complete, Remove Pole And Foundation EA 74 509 715-7-11 Load Center, F&1, Secondary Voltage EA 1 510 715-10-5 Light Pole Foundation, Remove - No Existing Pole EA 18 511 715-550- Light Pole Complete - Special 000 Design (Concrete Poles), Remove EA 10 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-9 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18119 Part A3 - Extension of Multi -Use Path if CR -15 / 1-4 Roundabout is not Constructed Note: The Alternate Bid Items in this Bid Schedule are for the Extension of the Multi -Use Path From the Base Bid West End (Near Sta. 171+27) to Sta. 175+82 (+/-). ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 601 120-1 Regular Excavation CY 56 602 120-6 Embankment CY 570 603 160-4 Type B Stabilization SY 574 604 285-701 Optional Base Group 01 SY 430 605 334-1-13 Superpave Asphaltic Concrete, Traffic C 1.5" TN 36 606 400-0-11 Concrete Class Ns, Gravity Wall CY 40.7 607 515-2-311 Ped/Bicycle Railing, Aluminum, 42" Type 1 LF 114 608 520-2-5 Concrete Curb, Ribbon Curb LF 645 609 522-2 Concrete, 6" Thick SY 199 610 570-1-2 Performance Turf, Sod SY 1,169 Part A4 - CR -15 / 1-4 ROUNDABOUT CONSTRUCTION ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 701 101-1 Mobilization LS 1 702 102-1 Maintenance of Traffic LS 1 703 104-10-3 Sediment Barrier LF 2,381 704 104-18 Inlet Protection System EA 13 705 110-1-1 Clearing & Grubbing AC 1.61 706 110-4-10 Removal Of Exist. Concrete Pavement Sidewalks And Curbs SY 1,140 707 120-1 Regular Excavation CY 695 708 120-6 Embankment CY 1,685 709 160-4 Type B Stabilization SY 3,686 710 285-701 Optional Base Group 01 SY 485 711 285-704 Optional Base Group 04 SY 37 712 285-709 Optional Base Group 09 SY 1,463 713 327-70-1 Milling Exist. Asph. Pavt, 1" Avg. Depth SY 5,754 714 334-1-13 Superpave Asphaltic Conc, Traffic C (Type SP 12.5 TN 710 715 337-7-83 Asph Conc FC, Traffic C, Fc -12.5, Pg 76-22 TN 276 716 350-30-13 Concrete Pavement For Roundabout Apron, 12" Depth SY 403 717 7425-1-321 linlets, Curb, Type P-2, <10' EA 1 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. 111 November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-10 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 718 425-1-335 Inlets, Curb, Type P-3, Partial EA 1 719 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 720 425-1-521 Inlets, Dt Bot, Type C, <10' EA 4 721 430-175- 118 Pipe Culvert, Optional Material, Round, 18" S/Cd LF 33 722 430-982- 125 Mitered End Sect, Optional Rd, 18" Cd EA 1 723 520-1-7 Concrete Curb And Gutter, Type 'E' LF 1,552 724 520-1-10 Concrete Curb And Gutter, Type 'F' LF 687 725 520-2-5 Concrete Curb, Ribbon Curb LF 731 726 520-2-8 Concrete Curb, Type RA LF 350 727 522-1 Concrete, 4" Thick (Sidewalks) SY 226 728 522-2 Concrete, 6" Thick (Driveway / Ram / Open Flumes) SY 195 729 527-2 Detectable Warning SF 165 730 536-73 Guardrail, Removal LF 19 731 1536-85-24 Guardrail End Treatment - Parallel Approach Terminal EA 1 732 570-1-2 Performance Turf, Sod SY 4,903 733 700-1-11 Single Post Sign, F&I, <12sf AS 23 734 700-1-50 Sin le Post Sian, Relocate AS 4 735 700-1-60 Single Post Sign, Remove AS 4 736 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf EA 2 737 700-3-601 Sign Panel, Remove Up To 12 Sf EA 2 738 711-11- 123 Thermoplastic, Std, White, Solid, 12" LF 198 739 711-11- 124 Thermoplastic, Std, White, Solid, 18" LF 162 740 711-11- 160 Thermoplastic, Std, White, DOT Guide, 6" GM 0.013 741 711-11- 170 Thermoplastic, Std, White, 2-2 DOT EXT Line, 12" for Roundabout GM 0.042 742 711-11- 101 Thermoplastic, Std, White, Message EA 10 743 711-15- 241 Thermoplastic, Std, White Arrow EA 19 744 Thermoplastic, Std, Yellow, Solid, 18" LF 7 745 711-15- 101 Thermoplastic, Std -Op, White, Solid, 6" GM 0.424 746 711-15- 131 Thermoplastic, Std -Op, White, Solid, 8" GM 0.275 747 711-15- 133 Thermoplastic, Std -Op, White, Ski /DOT, 6" 1 GM 0.102 748 1711-15- 201 Thermoplastic, Std -Op, Yellow, Solid, 6" 1 GM 0.295 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. ill November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-11 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 II EM IND. NO. I DESCRIPTION I UNITS I QUANTITY I UNIT PRICE TOTAL PRICE II Hardscape 630-2-12 Conduit, F&I, Base Bid Part 1 - Roadway Construction $ 749 __ I Decorative Pylons, 11" Dia. EA 97 $ Directional Bore Landscape and Irrigation 470 757 750 Pull & Splice Box, F&I, Florida Flame Red Maple; 100 13" X 24" Cover Size Gal; 4" Cal., 12' Ht., 7' Sprd; 44 758 715-1-11 Lighting Conductors, F&I, Native EA 2 751 Insulated, 5 No. 10 Dura Heat River Birch; 100 Gal.; 450 759 715-1-12 Lighting Conductors, F&I, 4" Cal., 12 Ht., 3-5 Trunks, 7' Insulated, No. 8-6 S rd.;Native EA 1 760 752 Light Pole Complete, F&I, Spec Phoenix sylvestris, Sylvester Found, Wind Spd Palm- Refer to plans for CT Ht., 130, 40' Classic cut, Clean Straight trunks 14 761 715-4-60 Light Pole Complete - Relocate free of debris and cuts, Non- 762 715-11- Luminaire, F&I- Replace Exist native EA 11 753 Luminaire On Exist Pole/Arm, Natchez Crape Myrtle; 65 Gal.,3" Roadway. Cobra Head Cal., 8' Min. Ht., Standard; Native EA 5 754 ---- Mulch, 3" Avg. Depth I Cyr_ 50 756 630-2-12 Conduit, F&I, Base Bid Part 1 - Roadway Construction $ Base Bid Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) $ Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation $ Directional Bore LF 470 757 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 44 758 715-1-11 Lighting Conductors, F&I, Insulated, 5 No. 10 LF 450 759 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 2,250 760 715-4-13 Light Pole Complete, F&I, Spec Found, Wind Spd 130, 40' EA 14 761 715-4-60 Light Pole Complete - Relocate EA27 762 715-11- Luminaire, F&I- Replace Exist 211 Luminaire On Exist Pole/Arm, Roadway. Cobra Head EA 15 BASE BID SUMMARY DESCRIPTION TOTAL BID PRICE Base Bid Part 1 - Roadway Construction $ Base Bid Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) $ Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation $ TOTAL BASE BID $ Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. 111 November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-12 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 SUMMARY OF ALTERNATE BID ITEMS DESCRIPTION TOTAL BID PRICE Alternate Bid Item Al — Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days. Note: This item is to show the total cost for Maintenance of Traffic if W. Seminole Blvd. is Closed During Construction. The Total Base Bid Amount Adjustment Calculation will be made by the City after Bid Opening if the City decides to allow W. Seminole Blvd. to be closed $ Alternate Bid Item A2 - Roadway Lighting $ Alternate Bid Item A3 - Extension of Multi -Use Path if CR - 15 /1-4 Roundabout is not Constructed $ Alternate Bid Item A4 — CR -15 11-4 Roundabout Construction $ Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-13 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 1.06 Miscellaneous Requirements and Affirmations A. Proposals (Bids) must be on the Bid Form. B. The Bidder acknowledges the receipt, axeouton, and return nfthe following forms and required information with the Bid (the Bidder iatofill out the far rightoournnin the below Table): Section Form / Information Submitted by Bidder 00410 Proposal (Bid Form) Including Acknowledgment of All Issued Addenda Acknowledge of Receipt of Addendum (Form Issued by the City with each issued Addendum --- Bid Security in Accordance with the Instructions to Bidder Bidder Completed W-9 Form Bidder Officer Signatory Authorization Information 00430 Trench Safety Form 00432 Non Collusion Affidavit 00434 Conflict of Interest Affidavit 00436 Florida Statutes on Public Entity Crimes Affidavit 00438 Compliance With the Public Records Law Affidavit 00440 Bidder Information and Affidavit 00450 Certification Of Non -Segregated Facilities Form 00452 Disputes Disclosure Form 00454 Drug Free Workplace Form 00455 Certification Regarding Non -Scrutinized Compan es 00456 Unauthorized (illegal) Alien Workers Affidavit 00458 E -Verify Compliance Form 00460 Americans With Disabilities Act Affidavit 00464 Schedule Of Proposed Subcontractors 00622 City of Sanford Insurance Requirements and Affidavit Copies of Licenses Issued by the State of Florida Dept. of Business and Professional Regulation Construction Industry Licensing Board Copies of the Bidder's or proposed Subcontractor's FDOT Prequalifications as required per Section 00200 of the Project Manual Road & Trail Construction W.Seminole Blvd. Rkm,Wa|hPh. III November 11, 2019 PROPOSAL (BID FORM) NAME OFBIDDER: MaecGeneral Contractor, Inc. 00410-14 Respondents must Acknowledge Receipt of Addendum No. 1 by filling out and signing this form and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum No. 1 Dated 11/18/19 to the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFB 19/20-03. Masci General Contractor, Inc. Name of Finn/Company 5752 S. Ridgewood Avenue Street Address (386) 322-4500 Telephone Number Leticia M. Ferreira Authorized Person Printed Name Authorized Person Signature Rev. 11/2016 leticiamasci@mascigc.com Contact Email Port Orange, FL 32127 City, State, Zip Code (386) 322-4600 Fax Number Vice President Authorized Person Title December 19 2019 Date of Signature City of Sanford I Finance Department ( Purchasing Division ADDENDUM cesvax ORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urchasin-,! s FINANCE DEPARTMENT DATE: .12/16/19 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 Email: Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. III - IFB 19/20-03 FROM: MarisolOrdoflez City of Sanford Purchasing Division ADDENDUM #Y �' Page 1 of 2 (Plus Attachments) SUBJECT: Addendum No. 2 - Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFB 19/20-03 NOTE: PER THIS ADDENDUM NO. 2, THE BID DUE DATE HAS BEEN REVISED TO DECEMBER 19, 2019 AT 2:00 P.M. This Addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This Addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. This Addendum consists of a total of 2 pages plus the following attached items: A. Section 00410 - Proposal (Bid Form) - Total of 15 Pages B. Sheet 2 - Summary of Pay Items (Roadway Construction Plans) - Total of 1 Page C. Sheet 2 - Summary of Pay Items (CR -15 / I-4 Roundabout Construction Plans) - Total of 1 Page D. Breakdown of Asphalt Quantities - Total of 1 Page E. Acknowledgment of Receipt of Addendum No. 2 Form - Total of 1 Page I. QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: 1.Question: We need Bid Documents and the bid results for Phase I and Phase 2. Response: The Phase I project was constructed over 14 years ago. The more recent sea wall construction projects US 17-92 RiverWalk Phase II (IFB 12/13-15) and Sea Wall Construction - W. Seminole Blvd. RiverWalk Ph. III (IFB 17/18-53) are on VendorLink, so if a potential Bidder wants to review the bid tabulation and bid documents, they can found on VendorLink. 2.Question: There are no tables or way to calculate the needed project overbuild. Please provide tables. or summary of quantities to determine how much and where. Response: A breakdown of the asphalt quantities by type of asphalt and usage (e.g. new const., resurfacing, overbuild, trail) is being provided to Bidders as part of this Addendum No. 2. Locations/areas of overbuild are identified within the plan and profile sheets (refer to hatch pattern FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 Email: Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. III - IFB 19/20-03 ADDENDUM #1 Page 2 of 2 (Plus Attachments) key on each sheet). The total overbuild tonnage for the Roadway Plans is 515 Tons. The total overbuild tonnage for the Roundabout Plans is 347 Tons. The volume/tonnage of asphalt quantity for overbuild is based upon volumetric modeling in AutoCad Civil3D. Upon award of contract, ACAD Civil3D files will be provided to the Contractor for use during construction. These files contain profiles for all edges of pavement (proposed and existing) and for all pavement transitions which may be utilized by the Contractor for quantity verification and construction layout purposes. During review of this question, quantity revisions were found to be needed relating to the breakdown of asphalt between asphalt types (e.g. structural vs. friction course). The revised Bid Form and Plan revisions are provided with this addendum adjusting the respective plan quantities within both the Roadway and Roundabout Component Plan sets. 3.Question: Will any lighting, handholes, conduit or conductors be furnished or install by the Utility provider? Response: No. II. CHANGES TO THE PROJECT MANUAL: 4. Section 00100, "Invitation for Bids": Change the Bid Due Date to 12/19/19 at 2:00 p.m. 5. Section 00410, "Proposal (Bid Form)" has been revised to change the quantities to items 114 and 115 and items 714 and 715. These items are the Superpave Asphaltic Concrete and Asphaltic Concrete Friction Course items for the Roadway Construction and CR -15 / I-4 Roundabout Construction. Therefore, remove existing Section 00410 in its entirety and replace it with the attached revised Section 00410. III. CHANGES TO THE CONSTRUCTION PLANS: In accordance with the quantity changes identified in Item 4 of this Addendum No. 2, remove and replace Sheet 2 of the Roadway Plans (Summary of Pay Items) and Sheet 2 of the CR -15 / I-4 Roundabout Construction Plans (Summary of Pay Items) with the attached revised sheets 2 of these two sets of construction plans. Also note Sheet 2 of the CR -15 / I-4 Roundabout Construction Plans reflects a correction to the Type B Stabilization (FDOT Pay Item 160-4) quantity (the Bid Form as previously issued was correct but the plan sheet quantity had a typo which has been corrected in this Addendum No. 2). IV. OTHER ITEMS: 7. Attached is the "Acknowledgment of Receipt of Addendum" form for this Addendum No. 1. Bidders are to fill out and sign this form and submit it with the Bid. END OF ADDENDUM NO.2 SECTION 00410 PROPOSAL (BID FORM) PART 1 GENERAL 1.01 Description The following Bid, for the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III (IFB 19/20-03), is hereby made to the City of Sanford, hereafter called the Owner. This Bid is submitted by (1) (1) Name, address, telephone number, and e-mail address of Bidder 1.02 The Undersigned: A. Acknowledges receipt of: 1. Project Manual and Drawings identified within the Project Manual. 2. Addenda: Number 1 Dated 11/18/19 Number 2 Dated 12/16/19 Number Dated Number Dated Number Dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. Road & Trail Construction PROPOSAL (BID FORM) W. Seminole Blvd. RiverWalk Ph. III Rev. Per Add. No. 1 11/18/19 November 11, 2019 Rev. Per Add. No. 212/16/19 NAME OF BIDDER: Masci General Contractor, Inc. 00410-1 4. To accomplish the Work in accordance with the Contract Documents. 5. To begin Work after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the Work within 455 calendar days of the date of the Notice to Proceed. 6. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 1.03 Bid Schedule — Base Bid The Bidder hereby agrees to perform all Work as required by the Contract Documents for the following Unit Prices. All Work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the Project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. Part 1 - Roadway Construction ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 101 101-1 Mobilization LS 1 102 102-1 Maintenance of Traffic LS 1 103 104-10-3 Sediment Barrier LF 32,097 104 104-11 Floating Turbidity Barrier LF 326 105 104-18 Inlet Protection System EA 50 106 110-1-1 Clearing & Grubbing AC 11.60 107 110-4-10 Removal Of Exist. Concrete Pavement Sidewalks And Curbs SY 1,194 108 120-1 Regular Excavation CY 6,130 109 120-6 Embankment CY 4,366 110 160-4 Type B Stabilization SY 28,882 111 285-704 Optional Base Group 04 SY 5,809 112 285-709 Optional Base Group 09 SY 12,296 113 327-70-6 Milling Exist. Asph. Pavt, 1.5" Depth SY 56,923 114 —Avg. 334-1-13 Superpave Asphaltic Conc, Traffic C (Type SP 12.5 TN 1,529 115 337-7-83 Asph Conc FC, Traffic C, FC -12.5, Pq 76-22 TN 6,350 116 339-1 Miscellaneous Asphalt Pavement SY 584 117 350-30-13 Concrete Pavement for Roundabout Apron, 12" Depth SY 754 118 400-0-11 Concrete Class NS, Gravity Wall CY 278.1 119 400-1-2 Concrete Class I, End Walls CY 6.6 120 425-1-311 Inlets, Curb, Type P-1, <10' EA 3 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-2 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 2 12116119 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 121 425-1-331 Inlets, Curb, Type P-3, <10' EA 3 122 425-1-335 Inlets, Curb, Type P-3, Partial EA 2 123 425-1-341 Inlets, Curb, Type P-4, <10' EA 3 124 425-1-345 Inlets, Curb, Type P-4, Partial EA 2 125 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 126 425-1-412 Inlets, Curb, Type J-1, >10' EA 1 127 425-1-431 Inlets, Curb, Type J-3, <10' EA 1 128 425-1-432 Inlets, Curb, Type J-3, >10' EA 1 129 425-1-441 Inlets, Curb, Type J-4, <10' EA 1 130 425-1-521 Inlets, Dt Bot, Type C, <10' EA 3 131 425-1-910 Inlets, Closed Flume EA 3 132 425-2-61 Manholes, P-8, <10' EA 1 133 425-2-63 Manholes, P-8, Partial EA 1 134 425-2-91 Manholes, J-8, <10' EA 2 135 425-2-92 Manholes, J-8, >10' EA 1 136 430-175- 118 Pipe Culvert, Optional Material, Round, 18" S/Cd LF 593 137 430-982- 125 Mitered End Sect, Optional Rd, 18" Cd EA 3 138 515-1-2 Pipe Handrail - 42" Guiderail, Aluminum LF 1,406 139 515-2-311 Ped/Bicycle Railing, Alum, 42" Type 1 LF 86 140 520-1-7 Concrete Curb And Gutter, Type 'E' LF 4,021 141 520-1-10 Concrete Curb And Gutter, Type 'F' LF 8,485 142 520-2-1 Concrete Curb, Type A LF 10,806 143 520-2-4 Concrete Curb, Type D LF 192 144 520-2-8 Concrete Curb, Type RA LF 679 145 520-5-11 Traf Sep Cono-T e I, 4' Wide LF 1,022 146 520-70 Concrete Traffic Separator, Variable Width SY 23 147 522-1 ,Special- ,Concrete, 4" Thick Sidewalks SY 2,688 148 522-2 Concrete, 6" Thick (Driveway / Ram / Open Flumes) SY 902 149 522-5 Concrete, 8"-12" Thick, Reinforced Raised Crosswalks SY 554 150 526-1-1 Pavers, Architectural, Roadway SY 198 151 527-2 Detectable Warning SF 1,022 152 536-1-1 Guardrail - Roadway, General TI -3 LF 1,078 153 536-6 Pipe Rail For Guardrail LF 313 154 536-73 Guardrail, Removal LF 1,534 155 536-85-24 Guardrail End Treatment - Parallel Approach Terminal EA 13 156 538-1 Guardrail Reset LF 546 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-3 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 157 550-10- Fencing, Type B, 5.0', W/ Vinyl 212 Coat LF 44 158 570-1-2 Performance Turf, Sod SY 29,724 159 700-1-11 Single Post Sign, F&I, <12sf AS 51 160 700-1-50 Sin le Post Sign, Relocate AS 6 161 700-1-60 Single Post Sign, Remove AS 33 162 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf EA 5 163 700-3-601 Sign Panel, Remove Up To 12 Sf EA 3 164 711-11- Thermoplastic, Std, White, Solid, SY 21,170 206 123 12" LF 1,346 165 711-11- Thermoplastic, Std, White, Solid, 124 18" LF 136 166 711-11- Thermoplastic, Std, White, Solid, 125 24" LF 81 167 711-11- Thermoplastic, Std, White, Dot 141 Guide, 6" GM 0.268 168 711-11- Thermo., Std, White, 2-2 Dot Ext 144 Line, 12" For Roundabout GM 0.064 169 711-11- Thermoplastic, Std, White, 160 Message EA 12 170 711-11- 170 Thermoplastic, Std, White, Arrow EA 54 171 711-11- Thermoplastic, Std, Yellow, Solid, 224 18" LF 327 172 711-11- Thermoplastic, Std, Yellow, 241 Dot/Ga , 6" GM 0.728 173 711-15- Thermoplastic, Std -Op, White, 101 Solid, 6" GM 6.700 174 711-15- Thermoplastic, Std -Op, White, 131 Ski /Dot, 6" GM 0.228 175 711-15- Thermoplastic, Std -Op, Yellow, 201 Solid, 6" GM 6.188 Sub,Tot it.8ase 1314 Ps -,1.- Roadwa Construction Part 2 - Multi -Use Path Construction (including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 201 101-1 Mobilization (Includes Trail Lighting, Landscape, Hardscape, & Irri LS 1 202 102-1 Maintenance Of Traffic (Includes Trail Lighting, Landscape, Hardscape & Irri LS 1 203 120-1 Re ular Excavation CY 2,602 204 120-6 Embankment CY 974 205 160-4 Type B Stabilization SY 21,170 206 285-701 Optional Base Group 01 SY 16,066 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-4 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 207 334-1-13 Superpave Asphaltic Concrete, Traffic C 1.5" TN 1,326 208 400-0-11 Concrete Class NS, Gravity Wall CY 4.7 209 400-4-15 Concrete Class IV, Miscellaneous CY 160 210 415-1-1 Reinforcinq Steel LBS 16,000 211 515-1-2 Pipe Handrail - Guiderail, Aluminum LF 64 212 515-2-311 Ped/Bicycle Railing, Aluminum, 42" Type 1 LF 1,514 213 520-2-4 Concrete Curb, Type D LF 82 214 520-2-5 Concrete Curb, Ribbon Curb LF 22,967 215 521-6-2 Concrete Parapet, Ped. Bicycle, 42" Ht. LF 168 216 522-2 Concrete, 6" Thick SY 789 217 570-1-2 Performance Turf, Sod SY 36,276 218 710-11- 290 Painted Pavt Mark, Std, Yellow, Island Nose SF 90 .�iE3SCAPl ittlGJ#91l[([3Cf-1E?ATi!) .. ,` Hardscape 301 Bench, Keystone Ridge, Schenly, SC26C, 6 feet EA 19 302 Coquina Cut Stone Bench EA 2 303 — Trash Receptacle, Keystone Ridge, Midtown MT3-32 Elev Leg, Elev Lid EA 10 304 Ash Tower, Keystone Ridge, Midtown MT5 EA 6 305 - Bike Rack, Keystone Ridge, Harbor, HR-2 EA 4 306 Tables, Keystone Ridge, Breakwater, ADA 8 feet, C-BW6- 8ADA EA 2 307 Tables, Keystone Ridge, Breakwater, BW6-6 EA 3 308 Do i ot, Model 1003A-L EA 5 309 Boulder, Tennessee Field Stone EA 19 310 Relocated Boulder EA 1 311 Decorative Pylons, 11" Dia. EA 121 312 - 4" Thick Concrete for Site Furnishings, Broom Finish (Light SY 133 313 Crushed Coquina 4" Depth CY 12 314 – Stone Base 6" Depth CY 12 Landscape and Irrigation 315 Bulbine frutescens'Hallmark' / Hallmark Bulbine -1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non-native EA 20 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-5 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 316 Dianella tasmanica 'Variegata'/ Variegated Flax Lily -1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 155 317 Helianthus debilis / Beach Sunflower -1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 1,562 318 Juniperus conferta 'Blue Pacific'/ Blue Pacific Juniper - 1 Gal., 3" Ht., Full Container, 15" O.C., Non-native EA 1,272 319 - Muhlenbergia capillaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 1,080 320 Miscanthus sinensis 'Adagio'/ Adagio Maiden Grass - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Non- native EA 11 321 Paspalum quiadrifarium / Crown Grass - 1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 529 322 Rosa'Knockout Red'/ Red Knockout Rose - 3 Gal., 12" Ht., Full, 24" O.C., Native EA 22 323 Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 124 324 Tripsacum floridanum / Dwarf Fakahatchee - 1 Gal., 12" Ht., 6" Sprd., 48" O.C., Native EA 68 325 - Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 269 326 Serenoa repens'Silver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 4 327 Cortaderia selloana / White Pampas Grass - 7 Gal., 20" Ht., 20" Sprd., 36" O.C., Non-native EA 9 328 Acer Rubrum 'Florida Flame'/ Florida Flame Red Maple -100 Gal., 4" Cal., 12' Ht., 7' Sprd., Spacing as shown, Native EA 7 329 Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 10 330 Betula nigra 'Dura Heat'/ Dura Heat River Birch - 100 Gal., 4" Cal., 12' Ht., 3-5 Trunks, 7' Sprd., Native EA 12 331 Sabal palmetto / Cabbage Palm - Refer to Plans for CT Ht., Regen. heads, Native EA 90 Road & Trail Construction W. Seminole Blvd. Riverwalk Ph. November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-6 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM FDOT Conduit, Furnish & Install, Open QUANTITY UNIT PRICE TOTAL PRICE Hardscape NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 332 630-2-12 Sabal palmetto / Cabbage Palm - EA 199 403 Brick Pavers (Including Sanded As., Conc. Fines Bedding, Filter Fabric, 4" Aggregate Base) SF 20' CT., Straight trunk, Regen. LF 120 338 635-2-11 Head, Min. 5 fronds, Native EA 1 333 Lagerstroemia indica 'Natchez'/ EA 131 339 715-1-11 Natchez Crape Myrtle - 65 Gal., 3" Cal., 8' Min. Ht., Standard, LF 16,050 340 715-1-12 Native EA 16 334 -- Mulch, 3" Avg. Depth CY 215 335 — Irrioation Svstem (1.2 ac) LS 1 336 630-2-11 Conduit, Furnish & Install, Open QUANTITY UNIT PRICE TOTAL PRICE Hardscape Trench LF 12,917 EA 23 337 630-2-12 Conduit, Furnish & Install, EA 199 403 Brick Pavers (Including Sanded As., Conc. Fines Bedding, Filter Fabric, 4" Aggregate Base) SF Directional Bore LF 120 338 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 131 339 715-1-11 Lighting Conductors, F&I, Insulated, s No. 10 LF 16,050 340 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 3,510 341 715-1-13 Lighting Conductors, F&I, Insulated, No. 4-2 LF 54,745 342 715-1-15 Lighting Conductors, F&I, Insulated, No. 1/0 - 3/0 LF 1,050 343 715-1-16 Lighting Conductors, F&I, Insulated, No. 4/0 Or Larger LF 600 344 715-4-20 Light Pole Complete, F&I, Spec Found, Wind Spd 130, Custom Ht EA 79 345 715-4-21 Light Pole Complete, F&1, Spec Found, Wind S d 130, 30' EA 25 346 715-4-23 Light Pole Complete, F&I, Spec Found, Wind S d 130, 40' EA 3 347 715-7-11 Load Center, F&I, Secondary Voltae EA 3 348 715-10-5 Liaht Pole Foundation. Remove EA 1 Part 3 - Roadway Hardscape, Landscape and Irrigation ITEM I FDOT NO. ITEM NO. I DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Hardscape 401 _ Boulders, Tennessee Field Stone EA 23 402 _ Decorative Pylons, 11" Dia. EA 199 403 Brick Pavers (Including Sanded As., Conc. Fines Bedding, Filter Fabric, 4" Aggregate Base) SF 6,780 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-7 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM FDOT NO. I ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Landscape and Irrigation 404 Bulbine frutescens'Hallmark' / Hallmark Bulbine -1 Gal., 12" Ht., 6" Sprd., 5 PPP; 18" O.C., Non- native EA 73 405 Dianella tasmanica'Variegata'/ Variegated Flax Lily -1 Gal., 12" Ht., 4" Sprd., 3 Bibs per pot; 24" O.C.; Non-native EA 217 406 Helianthus debilis / Beach Sunflower - 1 Gal.; 6" Ht., Full Container, 15" O.C., Native EA 375 407 Juniperus conferta'Blue Pacific'/ Blue Pacific Juniper -1 Gal., 3" Ht., Full Container, 15" O.C., Non- native EA 2,758 408 Muhlenbergia capillaris / Muhly Grass - 1 Gal., 15" Ht., 8" Sprd., 30" O.C., Native EA 725 409 -- Paspalum quiadrifarium / Crown Grass - 1 Gal., 15" Ht., 8" Sprd., 36" O.C., Native EA 463 410 Rhaphiolepis indica / Indian Hawthorn - 3 Gal., 15" Ht., 15" Sprd., 36" O.C., Non-native EA 410 411 – Zamia pumila / Coontie - 3 Gal., 15" Ht., 10" Sprd., 36" O.C., Native EA 488 412 Serenoa repens'Silver Form'/ Silver Saw Palmetto - 7 Gal., 20" Ht., 20" Sprd., 42" O.C., Native EA 52 413 Acer Rubrum 'Florida Flame'/ Florida Flame Red Maple - 100 Gal., 4" Cal., 12' Ht., 7' Sprd., Spacing as shown, Native EA 2 414 Quercus virginiana / Live Oak - 65 Gal., 4" Cal., 12' Ht.,, 5' Sprd., Spacing as shown, Native EA 3 415 Phoenix sylvestris / Sylvester Palm - Refer to Plans for CT Ht., Classic cut, Clean straight trunks free of debris and cuts, Non-native EA 24 416 - Lagerstroemia indica 'Natchez'/ Natchez Crape Myrtle - 65 Gal., 3" Cal.. 8' Min. Ht., Standard, Native EA 20 417 Mulch, 3" Avg. Depth CY 50 418 — Sand, 4" Av . Depth CY 260 S%at1 Bas+ Bid Fart = Roda °Hardsa a l.ands�ca a and lrri ation 1.04 Bid Schedule — Alternate Bid Items Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-8 PROPOSAL (BID FORM) Rev. Per Add. No.1 11/18/19 Rev. Per Add. No. 212/16/19 Part Al - Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE Alt. Alt. 102-1 Maintenance Of Traffic (Note: The UNITS QUANTITY UNIT PRICE TOTAL PRICE 102 630-2-11 Alternate Bid Maintenance of Traffic (Roadway) Allows W. LF 18,580 502 630-2-12 Seminole Blvd. to be Closed Up to 240 Calendar Das LS 1 The formula for incorporating Alt. 102-1 into the Base Bid is: Sub -Total Base Bid Part 1 - Roadway Construction Minus Base Bid Item No. 102 Plus Alternate Bid Item Alt. 102 = New Sub -Total Base Bid Part A - Roadway Construction PART A2 - ROADWAY LIGHTING ITEM FDOT NO. ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 501 630-2-11 Conduit, Furnish & Install, Open Trench LF 18,580 502 630-2-12 Conduit, Furnish & Install, Directional Bore LF 1,427 503 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 163 504 715-1-11 Lighting Conductors, F&I, Insulated, s No. 10 LF 18,600 505 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 7,395 506 715-4-21 Light Pole Complete, F&I, Spec Found, Wind S d 130, 30' EA 49 507 715-4-23 Light Pole Complete, F&I, Spec Found, Wind S d 130, 40' EA 75 508 715-4-70 Light Pole Complete, Remove Pole And Foundation EA 74 509 715-7-11 Load Center, F&I, Secondary Volta e EA 1 510 715-10-5 Light Pole Foundation, Remove - No Existing Pole EA 18 511 715-550- Light Pole Complete - Special 000 Design (Concrete Poles), i Remove EA 10 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-9 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 2 1 211 611 9 Part A3 - Extension of Multi -Use Path if CR -1511-4 Roundabout is not Constructed Note: The Alternate Bid Items in this Bid Schedule are for the Extension of the Multi -Use Path From the Base Bid West End (Near Sta. 171+27) to Sta. 175+82 (+/-). Part A4 - CR -15 11-4 ROUNDABOUT CONSTRUCTION ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 701 101-1 Mobilization LS 1 702 102-1 Maintenance of Traffic LS 1 703 104-10-3 Sediment Barrier LF 2,381 704 104-18 Inlet Protection System EA 13 705 110-1-1 Clearing & Grubbing AC 1.61 706 110-4-10 Removal Of Exist. Concrete Pavement Sidewalks And Curbs SY 1,140 707 120-1 Regular Excavation CY 695 708 120-6 Embankment CY 1,685 709 160-4 Type B Stabilization SY 3,686 710 285-701 Optional Base Group 01 SY 485 711 285-704 Optional Base Group 04 SY 37 712 285-709 Optional Base Group 09 SY 1,463 713 1327-70-1 Milling Exist. Asph. Pavt, 1" Avg. Depth SY 5,754 714 1334-1-13 Superpave Asphaltic Conc, Traffic C (Type SP 12.5 TN 508 715 337-7-83 Asph Conc FC, Traffic C, Fc -12.5, Pg 76-22 TN 600 716 350-30-13 Concrete Pavement For Roundabout Apron, 12" Depth SY 403 717 425-1-321 jInlets, Curb, Type P-2, <10' EA 1 Road & Trail Construction W. Seminole Blvd. RiverWaik Ph. 111 November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-10 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM NO. FDOT ITEM NO. DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 718 425-1-335 Inlets, Curb, Type P-3, Partial EA 1 719 425-1-351 Inlets, Curb, Type P-5, <10' EA 1 720 425-1-521 Inlets, Dt Bot, Type C, <10' EA 4 721 430-175- 118 Pipe Culvert, Optional Material, Round, 18" S/Cd LF 33 722 430-982- 125 Mitered End Sect, Optional Rd, 18" Cd EA 1 723 520-1-7 Concrete Curb And Gutter, Type 'E' LF 1,552 724 520-1-10 Concrete Curb And Gutter, Type 'F' LF 687 725 520-2-5 Concrete Curb, Ribbon Curb LF 731 726 520-2-8 Concrete Curb, Type RA LF 350 727 522-1 Concrete, 4" Thick (Sidewalks) SY 226 728 522-2 Concrete, 6" Thick (Driveway / Ram / Open Flumes) SY 195 729 527-2 Detectable Warning SF 165 730 536-73 Guardrail, Removal LF 19 731 536-85-24 Guardrail End Treatment - Parallel Approach Terminal EA 1 732 570-1-2 Performance Turf, Sod SY 4,903 733 700-1-11 Single Post Sign, F&I, <12sf AS 23 734 700-1-50 Single Post Sign, Relocate AS 4 735 700-1-60 Single Post Sign, Remove AS 4 736 700-3-101 Sign Panel, F&I Gm, Up To 12 Sf EA 2 737 700-3-601 Si n Panel, Remove Up To 12 Sf EA 2 738 711-11- 123 Thermoplastic, Std, White, Solid, 12" LF 198 739 711-11- 124 Thermoplastic, Std, White, Solid, 18" LF 162 740 711-11- 160 Thermoplastic, Std, White, DOT Guide, 6" GM 0.013 741 711-11- 170 Thermoplastic, Std, White, 2-2 DOT EXT Line, 12" for Roundabout GM 0.042 742 711-11- 1101 Thermoplastic, Std, White, Message EA 10 743 711-15- 241 Thermoplastic, Std, White Arrow EA 19 744 Thermoplastic, Std, Yellow, Solid, 18" LF 7 745 711-15- 101 Thermoplastic, Std -Op, White, Solid, 6" GM 0.424 746 711-15- 131 Thermoplastic, Std -Op, White, Solid, 8" GM 0.275 747 711-15- 133 Thermoplastic, Std -Op, White, Ski /DOT, 6" GM 0.102 748 711-15- 201 Thermoplastic, Std -Op, Yellow, Solid, 6" GM 0.295 Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-11 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 ITEM FDOT NO. ITEM NO. I DESCRIPTION UNITS I QUANTITY UNIT PRICE TOTAL PRICE Hardscape 749 Decorative Pylons 11" Dia. EA 97 Landscape and Irrigation 630-2-11 Conduit, F&I, Open Trench LF 100 750 Base Bid Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) Florida Flame Red Maple; 100 Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation Conduit, F&1, TOTAL BASE BID $ Gal; 4" Cal., 12' Ht., 7' Sprd; 1630-2-12 Directional Bore LF 470 Native EA 2 751 Dura Heat River Birch; 100 Gal.; 13" X 24" Cover Size EA 44 4" Cal., 12 Ht., 3-5 Trunks, 7' 715-1-11 Lighting Conductors, F&I, S rd.;Native EA 1 LF 450 752 Phoenix sylvestris, Sylvester 715-1-12 Lighting Conductors, F&I, Palm- Refer to plans for CT Ht., Insulated, No. 8-6 LF 2,250 Classic cut, Clean Straight trunks 715-4-13 Light Pole Complete, F&I, Spec free of debris and cuts, Non- Found, Wind Spd native EA 11 EA 14 753 Natchez Crape Myrtle; 65 Gal.,3" Cal., 8' Min. Ht., Standard; Native EA 5 EA 27 754 — Mulch, 3" Avg. Depth CY 50 755 630-2-11 Conduit, F&I, Open Trench LF 100 $ Base Bid Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) 756 Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation Conduit, F&1, TOTAL BASE BID $ 1630-2-12 Directional Bore LF 470 757 635-2-11 Pull & Splice Box, F&I, 13" X 24" Cover Size EA 44 758 715-1-11 Lighting Conductors, F&I, Insulated, <_ No. 10 LF 450 759 715-1-12 Lighting Conductors, F&I, Insulated, No. 8-6 LF 2,250 760 715-4-13 Light Pole Complete, F&I, Spec Found, Wind Spd 130, 40' EA 14 761 715-4-60 Light Pole Complete - Relocate EA 27 762 715-11- Luminaire, F&I- Replace Exist 211 Luminaire On Exist Pole/Arm, Roadway. Cobra Head EA 15 BASE BID SUMMARY DESCRIPTION TOTAL BID PRICE Base Bid Part 1 - Roadway Construction $ Base Bid Part 2 - Multi -Use Path Construction (Including Landscape, Hardscape, Irrigation, and Lighting for the Multi -Use Path) $ Base Bid Part 3 - Roadway Hardscape, Landscape and Irrigation $ TOTAL BASE BID $ Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-12 PROPOSAL (BID FORM) Rev. Per Add. No. 111118119 Rev. Per Add. No. 212/16/19 SUMMARY OF ALTERNATE BID ITEMS DESCRIPTION TOTAL BID PRICE Alternate Bid Item Al — Cost for Maintenance of Traffic if W. Seminole Blvd. is Allowed by the City to be Closed for up to a Total of 240 Calendar Days. Note: This item is to show the total cost for Maintenance of Traffic if W. Seminole Blvd. is Closed During Construction. The Total Base Bid Amount Adjustment Calculation will be made by the City after Bid Opening if the City decides to allow W. Seminole Blvd. to be closed $ Alternate Bid Item A2 - Roadway Lighting $ Alternate Bid Item A3 - Extension of Multi -Use Path if CR - 15 /1-4 Roundabout is not Constructed $ Alternate Bid Item A4 — CR -15 / 1-4 Roundabout Construction $ Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 NAME OF BIDDER: Masci General Contractor, Inc. 00410-13 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11118119 Rev. Per Add. No. 212/16/19 1.05 Miscellaneous Requirements and Affirmations A. Proposals (Bids) must be on the Bid Form. B. The Bidder acknowledges the receipt, execution, and return of the following forms and required information with the Bid (the Bidder is to fill out the far right column in the below Table): Section Form / Information Submitted by Bidder with Bid Y/N 00410 Proposal (Bid Form) Including Acknowledgment of All Issued Addenda --- Acknowledge of Receipt of Addendum (Form Issued b the City with each issued Addendum -- Bid Security in Accordance with the Instructions to Bidder --- Bidder Completed W-9 Form --- Bidder Officer Signatory Authorization Information 00430 Trench Safety Form 00432 Non Collusion Affidavit 00434 Conflict of Interest Affidavit 00436 Florida Statutes on Public Entity Crimes Affidavit 00438 Compliance With the Public Records Law Affidavit 00440 Bidder Information and Affidavit 00450 Certification Of Non -Segregated Facilities Form 00452 Disputes Disclosure Form 00454 Drug Free Workplace Form 00455 Certification Regarding Non -Scrutinized Companies 00456 Unauthorized (illegal) Alien Workers Affidavit 00458 E-VerifyCompliance Form 00460 Americans With Disabilities Act Affidavit 00464 Schedule Of Proposed Subcontractors 00622 City of Sanford Insurance Requirements and Affidavit -- Copies of Licenses Issued by the State of Florida Dept. of Business and Professional Regulation Construction Industry Licensing Board — Copies of the Bidder's or proposed Subcontractor's FDOT Prequalifications as required per Section 00200 of the Project Manual Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III November 11, 2019 PROPOSAL (BID FORM) Rev. Per Add. No. 1 11/18/19 Rev. Per Add. No. 212/16/19 NAME OF BIDDER: Masci General Contractor, Inc. 00410-14 1'06 RESPECTFULLY SUBMITTED, signed and sealed this 19th day of December 2019 Masci General Contractor, Inc. Name ofBidder December 19, 2019 By (Signature) Dote Leticia M. Ferreira, Vice President Printed Name and Title 5752S.Ridgewood Avenue Business Address Port Orange FL 32127 city State Zip Code (386) 322-4500 (386) 322-4600 Telephone No. Facsimile No. |etioimrnoaci8Dmnaanigo.conn E -Mail Address ATTEST: December 19, 2019 Bv(Signature) Date Maria Eloisa Masci, Secretary Printed Name and Title END OFSECTION Road & Trail Construction W. Seminole Blvd. RivarWa|hPh. III November 11.XV18 yNasoiGmnene|Contractor' Inc.NAK8E[JFB|D���� 08410-15 (CORPORATE SEAL) PROPOSAL (BID FORM) Rev. Per Add. No. 111M8118 ! c < a �N c w w m tr z o ai w o n ❑ ¢ \w Q ¢ ❑ C G GV � 'l Q F ¢ ❑ ¢ Z O ❑ C'-W = w❑ a ZJr ❑L 4sQ S 3 ¢ uwa '�w' QC O Ual D anI0 J ❑ �Z¢ Ln am 3ui Q= z �wG K w O C 7 V tY N O L U O Q ❑ O U GO Cy Q N Q U J = ❑ d N ti w w v p J ui C VI Z.� C w¢ iA GO QF w0 N\K L KUw ❑ per=? U❑ Q O I W ¢ } 6 y nZ UH` o ZO mow' '- GOx- Nw Ong 50W lo m o\ w n 3 o wW �a z� a`-� zc O N¢ Z `j Z ❑Q G x Z C 1 Q 3 a a ov m? a 0 5o�c �_ ❑NQ aU �s�is zz w a o w o; GN ma J 1 za o Q �w ❑ viF� tnQ ¢¢ ❑Y NNr,K GV Y>N �"K ¢?o SS€?I id H w 'n l i d N g w LL L Z G O U UV O an= tnQNO �11, �jY N =IQ ww W �� it ant- Uc Q ¢��- O g S J 6 W¢> G Z w 0 Z¢ Jfwll (Y Ua =�❑� x ¢W. IU/l Z O Q G ¢¢ 2 I w yJjf _ M1❑ 73 G _.nit �a 'f. gr i 'n `. rn 1❑ Gx >oac_> m araY u -w u= �� ua oo2 -tea �Q w a w <� Yh QCT 4i1 -N QW �L4W -1U QWQ p„ aowQ c� aa¢ as aZJ } ��Y .- N O °Y 3 @s e 'd? w zk�ai b $ E14 i 4 3 o F j i a( r i �O 2 � f 5'� t o .S t r� Z IY Y W LL LL¢ >�❑ N N Q¢ LL LL g g Qi¢ g glg ` s3 J I m ¢ j �Y Z O 11� g O � i¢ < l o i I � W W I m o d f ❑ 'w > � r ` D1 � � ala ❑i� � a uJpi i f �U ¢ r ¢ ¢ ❑❑ O U' r N!O O O N W � 3 � < N � w¢ N❑ F O Q Z O Z O O (0 W �= j z� o¢� w o g �. �� j W old o 0 0 t' U Z❑ Q> m r O N arA b N r Nly h;N lr0 m N g p ti m rlc7 O C� O u u ti v u ti �� Z W a V i N 41 VJ LL K Yl N N N❑ trp � y N uri N tr/f N p m 000ww535Q�+5!53.5355 F¢<� �� aj Aja a w Q� 0 0 0 0 0 OIO Oj0 0 0 0 ✓5^'a ¢¢ U❑ m❑ O❑ Z O� � � � a a g g g g g g; g g g g g E � Z w w m m fY ¢d U (7 O (7 Z Z a (C (C K w m� m K i w K (C K � p Q w � a j 4> > z m!z z z w;w w LL Wx!x F 2 2 U p❑ (7 - (� (� (7 LL N V1 y m m r r r r r I r r r r I-WAI i I W Q N I Z N j W W! i W W W W W W i W �� W W U U IZ- 10 U U I W ❑ i I ' U 2 i r ! < i a , i ❑ Y ( W t 2 F � I � ^ ( I � a � w -�a > W w ! Q o � I ❑ 1 Z&a J ' �> z ' n( a w w y z o ti a¢�a❑ I' al ¢ o wn a❑ a c� o w w o � Z Z I❑ ❑ v J x y W [L m m� � u�w; g N p 0 (? 'U ❑ . d d d W m N I Y � W O¢ p p m y > 4 > O!O r l mU' S O u (mj y ¢ � S�¢ N w 0 1N w wI wa,w w w w w a ❑io ¢�- l o 0 p 0 w z dz < z z m F� ¢ x¢ O .n r y m w m m Q w O w a U U m mm m,m m m i I W Q N I Z N j W W! i W W W W W W i W �� W W U U IZ- 10 U U I W ❑ i I ' U 2 i r ! < i a , i ❑ Y ( W t 2 F � I � ^ ( I � a � w -�a > W w ! Q o � I ❑ 1 Z&a J ' �> n( a w w y z o ti a¢�a❑ al ¢ o wn a❑ a c� o w w o � Z Z I❑ ❑ v J x y W [L m m� � u�w; g N p 0 (? 'U ❑ . d d d W m N Y � W O¢ p p m y > 4 > O!O r l mU' S O u (mj y ¢ � S�¢ N w z_ w wI wa,w w w w w a ❑io ¢�- l o 0 p 0 w z dz < z z m F� ¢ x¢ O y m w m m Q w O w a U U m mm m,m m m m m m mo¢ w � w u u u 0 0 0 m m� O Z w w�� ¢ J X> U Z�>>5 W W U U I U U U U U U U 7 U D � j� U. � N j: w N J � W p Z> U W W W W W W W U W W! W W W W W W W NJ 2 Z g Z K O U U I F O O: O O V��� p U u U U V I m U U U rW- 4 r Q U¢ W T d I a J j uLLi = O O O � � j� w w J w W w m Q Z¢ Z¢ Z¢ a r d❑ O O O O O iI� ¢ O O O g g N LL? U¢ g ¢ W r 0 O g m¢ g U U V Z ZIZ ZIZ z z z z z z i u u u U u .r U U U f mIU o Z z W I i 1 10 � mi N i Iv ii?i iii vNi�vNi i ossm nw_ ' t I I I 1 I I � H -'E°� aq U =U U U U UF L5 !- Jn 72 n I Road & Trail Construction - W. Seminole Blvd. Riverwalk Ph. 111 (IFB 19/20-03) Breakdown Of Asphalt Quantities Roadway Plans Pay Item 334-1-13: SUPERPAVE ASPHALTIC CONC, TRAFFIC C (Type SP 12.5) — Roadway Widening [Area /Thickness / Tonnage] = 12,296 SY / 1.5" / 1,014 TN Overbuild [Area / Thickness / Tonnage] = 7,158 SY /Varies/ 515 TN Total = 1,529 TN Pay Item 337-7-83: ASPH CONC FC, TRAFFIC C, FC -12.5, PG 76-22 — M&R [Area / Thickness / Tonnage] = 49,765 SY J 1.5" / 4,106 TN M&R&O [Area / Thickness / Tonnage] = 7,158 SY / 1.5" / 590 TN Road Widening [Area / Thickness / Tonnage] = 12,296 SY / 1.5" / 1,014 TN Shoulder Widening [Area / Thickness / Tonnage] = 5,809 SY j 2" / 639 TN Total = 6,350 TN C.R. 15 / 1-4 Roundabout Plans Pay Item 334-1-13: SUPERPAVE ASPHALTIC CONC, TRAFFIC C (Type SP 12.5) — Roadway Widening [Area / Thickness / Tonnage] = 1,463 SY / 1.5" / 121 TN Overbuild [Area / Thickness / Tonnage] = 2,921 SY /Varies/ 347 TN Trail [Area / Thickness / Tonnage] = 485 SY / 1.5" / 40 TN Total = 508 TN Pay Item 337-7-83: ASPH CONC FC, TRAFFIC C, FC -12.5, PG 76-22 — M&R [Area / Thickness / Tonnage] = 2,833 SY / 1.5" / 234 TN M&R&O [Area / Thickness / Tonnage] = 2,921 SY / 1.5" / 241 TN Road Widening [Area / Thickness / Tonnage] = 1,463 SY / 1.5" / 121 TN Shoulder Widening [Area / Thickness / Tonnage] = 37 SY / 2" / 4 TN Total = 600 TN Road & Trail Construction W. Seminole Blvd. RiverWalk Ph. III Page 1 of 1 BREAKDOWN OF ASPHALT QUANTITIES Issued Per Add. No. 212/16/19 Respondents must Acknowledge Receipt of Addendum No. 2 by filling out and signing this form and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum No. 2 Dated 12/16/19 to the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFB 19/20-03. Masci General Contractor, Inc. Name of Firm/Company 5752 S. Ridgewood Avenue Street Address (386) 322-4500 Telephone Number Leticia M. Ferreira Authorized Person Printed Name Authorized Person Signature Rev. 11/2016 leticiamasci@mascigc.com Contact Email Port Orange, FL 32127 City, State, Zip Code (386) 322-4600 Fax Number Vice President Authorized Person Title December 19, 2019 Date of Signature City of Sanford I Finance Department I Purchasing Division ADDENDUM �� or R 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urchasing n sanfordti. ov #2 �E#';��u Road & Trail Construction - W. Seminole Blvd. RiverWalk Attachment Ph. III - IFB 19/20-03 Respondents must Acknowledge Receipt of Addendum No. 2 by filling out and signing this form and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum No. 2 Dated 12/16/19 to the Road & Trail Construction - W. Seminole Blvd. RiverWalk Ph. III - IFB 19/20-03. Masci General Contractor, Inc. Name of Firm/Company 5752 S. Ridgewood Avenue Street Address (386) 322-4500 Telephone Number Leticia M. Ferreira Authorized Person Printed Name Authorized Person Signature Rev. 11/2016 leticiamasci@mascigc.com Contact Email Port Orange, FL 32127 City, State, Zip Code (386) 322-4600 Fax Number Vice President Authorized Person Title December 19, 2019 Date of Signature