2281 IFB 18/19-36 Park Ave Stormwater Improvementsrl
SXi4ORD
FINANCE DEPARTMENT
PURCHASING DF.PARTMF-NT
0
I'll?
TRANSMITTAL MEMORANDUM .71
1.'4
Iti
TO: City Clerk/Mayor
RE: 11713 18/19-36 Park Ave Stormwater Improvements
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
F-1
Development Order
F-1
Mayor's signature
F-1
Final Plat (original mylars)
❑
Recording
[-]
Letter of Credit
F-1
Rendering
❑
Maintenance Bond
Z
Safe keeping (Vault)
F-1
Ordinance
F-1
Deputy City Manager
F-1
Performance Bond
F-1
Payment Bond
F-1
Resolution
F-1
City Manager Signature
El
F-1
City Clerk Attest/Signature
F-1
City Attorney/Signature
Once completed, please:
F-1 Return originals to Purchasing- Department
F-1 Return copies
El
Special Instructions
Li,PA� 13oaoLzi4e,,r
From
SharePoint—Finance Purchasing—Forms - 2018.doc
12/23/2020
Date
AGREEMENT
PART1 GENERAL
1.01 THIS AGREEMENT, made and entered into the V,:��_V_'day of(-PApbe,(,QD\C�
by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida
32771, a municipal corporation of the State of Florida, holding tax eXenn[d s1atUs,
hereinafter referred kJ asthe 'C|TY" (@|s0 referred to as "OWNER") and Masci General
Contractor, Inc. .whoaa principal and local oddnyae is 5752 S. Ridgewood Ave,
Port Orange, FL 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 amFollows:
A. The Contract Documents include the Agreement, Addenda (which pertain to the
Contract Docunlenta\, Contractor's Bid. Notice to Proceed, the Bonds, the
General Conditions, the Supplementary Conditions, the SpeoU5oobona listed in
the Index to the Project K8onuo|, 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 Agreennerd, and all documents which are fully a port 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, fudher, agreed to be incorporated into the
Contract aodfully set forth therein verbatim. The Contract Documents include:
1. Executed, Section OO52O-Agreement Form.
2. The Project Manual. Note the Index (starting on page number 00010-1 of
the Project K8anum|\ includes all instruoUonm, h*rrnm, general and
supplemental conditions, bid documents, p|ano, prints and specifications
pertaining tothe Project.
3. Addenda Applicable [othe Bid
4. Contractor's Bid, OO41U.
5. Performance Bond, 0OOO5.
O. Payment Bond, O001O
7. Material and Workmanship Bond, OO615.
8. Trench Safety (Executed Fornn\.0043O
8. Non Collusion Affidavit, OO432
10. Conflict ofInterest Affidavit, 0O434
11. Public Entities Crime Affidavit, OO438
12. Compliance With the Public Records Law Affidavit, OO438
13. Bidder Information and Affidavit, OO44O
14. Receipt of Exempt Public Records and Agreement to Safeguard (|f
Required for Project by City), 00442
15. Certification C)fNon-Segregated Facilities (Executed FOrm).0045O
10. Disputes Disclosure (Executed Form).00452
Page 1 of 20
Park Ave StmrmwaterInmpruvements AGREEMENT
17. Drug Free Form), 00454
18. Unauthorized U|heoa0Alien Workers Affidavit, OU450
19. Compliance Affidavit, OO459
20. Americans With Disabilities Act Affidavit, DO4OO
21. Financial Information (Executed Form) (if Required byCitv).00482
22. |naurmnoeCerthDcate(o)
23. Notice ofAward, O0510
24. {|h0ina| Background Check Requirements (|f Required for Project by
City), 00525
25. Notice toProceed, OO53U.
26. Consent ofSurety toFinal Payment (Executed Forrn).U0U17.
27. Contractor's Application for Payment (Executed Formo)'00025.
28. Certificate of Substantial Cornp|etiOn, 00626.
28. Certificate ofFinal Completion, UOO27.
30. Contractor's Partial Release ofLien (Executed Fornoo).OUU4U.
31. Subcontractor's Final Release ofLien (Executed Forrn).00O41.
32. Subcontractor's Partial Release OfLien (Executed FOr0s).DOO44.
33. Contractor's Release ofLien (Executed Fonn).ODO45.
34. Project Field Order (Executed Form), 00940.
35. Work Directive Change (Executed Forno), 00945.
36. Change Order (EXecut8d).00850.
37. Additional document(s) that are not specifically listed in Paragraph
1.02.A.1 through 1.02.A.30, but which are included in the Project Manual
and any additional documents agreed upon by the Parties oho|| be
included aaapart ofthe Contract.
These documents form the Contract and all are osfully epart ofthe Contract aa
if attached tothis Agreement or repeated herein. As the documents indicated
above are executed, the date offinal execution and initials ofthe individual who
received the executed dOcunleDt(s)iStVbe added iothe blank next tnthe listed
document(s) when processed and made @ part of the City's official net of
Contract Documents.
B. Scope VfWork
The Contractor shall perform all Work required bythe Contract Documents for
the construction of the Park Ave Stormwater Improvements 0FB 18/19-36).
C. Contract Time
The Contractor shall begin Work after the issuance ofawritten Notice to Proceed
from Owner and shall oube1onUa|b complete the Work within the Contract Time
identified in Paragraphs 1.02.CJ of the Bid Fnrm, which is 180 calendar
days. The Work shall be finally complete, ready for Final Payment inaccordance
with the General CondiUono, within 60 calendar days from the actual date
of substantial completion.
Page 2 of 20
Park Ave StonnwmterImprovements AGREEMENT
D. Liquidated Damages
OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer Unan<j8| 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 VDtime. Accordingly, instead of requiring any such pn]Df.
OWNER and CONTRACTOR agree that as liquidated damages for delay (but not
ooapenalty) CONTRACTOR shall pay OWNER $ 1,148 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
oopenalty, one-fourth /%Jnfthe rate set forth above.
E. Contract Price
Unit Price Contract
The Owner will pay the Contractor in current funds for the performance of the
VVodK` subject to additions and deductions bvChange Order and subject tothe
Measurement and Payment Provieiono, and subject to actual constructed
quantities; the Total Contract Price of One million five hundred fourteen thousand
five hundred seventy-nine and 45/100 [}ol|anB . 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 orrepeated herein.
F. City of Sanford Tax Recovery
The CONTRACTORaho| cooperate with the CITY in the implementation of the
COY's tax recovery program and, b)that end, the CITY may make purchases
directly under its purchase order processes relative tovarious materials, supplies
and equipment that may be pert of the services provided under this Agreement.
The CONTRACTOR hereby recognizes the right of the CITY to engage in tax
recnwerv/savingathnlugh direct purchases.
B. Payments
The Owner will make payments as provided in the E�amana| Conditions and
Supplementary Conditions.
H. Retainage
In accordance with the prOVksk]Ds of the State of Florida Local Government
Prompt Payment Act, the value Vfeach application for payment shall b8equal h3
the total value of the Work performed to date, less an amount retained, and less
Page 3 of 20
Park Ave Stmrmnmatmr Improvements AGREEMENT
payments previouslymade and amounts withheld hnaccordance with the General
Conditions and Supplementary Conditions. Retainage for this Project is 10Y6. to
beheld bvOwner aacollateral security toensure completion ofWork. When the
Work |g5Opercent complete, defined aGbeing 5Opercent complete based onthe
construction progress schedule amupdated during construction, and expenditure
of at least 50 percent of the total updated construction oost, retainage eho|| be
reduced inaccordance with State law.
Engineer
The Project has been designed bvCPH. Inc., referred to in the documents as the
Engineer.
Additional Terms and Conditions
The CONTRACTOR hereby warrants and represents to the CITY that itis
competent and otherwise able to provide professional and high quality
goods and/or services tothe CITY bvmeans ofemployees who are neat
|nappearance and ofpolite demeanor.
3. All submissions submitted by the CONTRACTOR in the proposals/bid
submitted to the CITY are hereby incorporated herein tothe 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 sem/ice providers to provide the same goods and/or services for
CITY projects. The CONTRACTOR acknowledges that the CITY, at the
C|TY'aoption. 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 C|TY'a projects.
4. The CONTRACTORagrees to provide and ensure coordination between
goods/services providers.
5. Each party hereto represents to the other that it has undertaken all
necessary actions huexecute 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 io/on* authorized to bind the
CONTRACTOR fully tothe terms ofthis Agreement.
[i The CONTRACTOR hereby guarantees the CITY that all Dlate[a|s,
supplies, services and equipment anlisted onoPurchase Order meet the
requioemento, specifications and standards as provided for under the
Federal Occupations Safety and Health Act ofY9TO. from time to time
amended and inforce oOthe date hereof.
Page 4 of 20
Park Ave Stormwater Improvements AGREEMENT
7. It is agreed that nothing herein contained in intended or should be
construed as in any manner creating or establishing a relationship of co-
partners between the podiea, or as constituting the CONTRACTOR
(iDdVdiDQ. but OOL limited to, its officers' employees, and agents) the
agent, representative, oremployee ofthe CITY for any purpose, orinany
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 sbuU have no claim to pension, workers' compensation,
unemployment cVrDpeOgatiVn, civil service or other employee rights or
privileges granted to the C|TY'a officers and employees either by
operation oflaw orbythe CITY.
8. Noclaim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall behonored by the CITY.
10. Execution of this Agreement by the CONTRACTOR iearepresentation
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 C|TY, and hereby represents to the C|TY, that it has
extensive experience in performing and providing the services and/or
goods described inthis Agreement and that itiawell acquainted with the
components that are properly and customarily included within such
projects and the requirements of |oxva, ondinonce, ru\mo, 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 a0enta, employees and
SUBCONTRACTORS extending toSUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
qua|dv, accepted atandardo, technical accuracy, neatness of
appearance of ennp|oyoes, employee oonduct, aafetv, and the
coordination ofall services furnished bvthe CONTRACTOR under
any Agreement resulting from this solicitation. The City naaen/es
the rightto require all CONTRACTOR enop|uyeea, when on City
property or Work nitee, to wear identification badges at all times
vvhich, at g OniDinlV[O, provides the name of the erDp|ny88 and the
CONTRACTOR.
Page 5 of 20
Park Ave StormwvaterImprovements AGREEMENT
C. The CITY reserves the right to require the CONTRACTOR to
provide to the CITY g list of employees working on the
Also, the list shall include employee working doya, times and
assignments within forty-eight /48\ hDUna of the C|TY's written
request for such information. This information will be oBvievved,
screened and verified by the C|TY, prior to the employees of the
CONTRACTOR entering the C|TY's pnarnioee and/or work eibam.
d. The CONTRACTOR shall comply with Section 00525 concerning
criminal background check requirements ofthe employees ofthe
Contractor and Subcontractors.
e. In the event employees of the Contractor and Subcontractor do
not qualify to Work on the Project due to AJ Failure to have the
required criminal background check reports submitted bothe City
by the FOLE; or B\ Unsatisfactory background check reports un
employees; then those employees will be disqualified by the Citv,
and those disqualified employees will not be mUVvved toWork on
the Project. Disqualification ofemployees toWork onthe Project
is o non -excusable delay tothe Contract for which the City will not
grant Contract Time extension.
Additionally, the CITY may request and the CONTRACTORmhoU
provide the narne, address and social security number and
licenses (dhwe/s, uunnnnen:ia| drivers license or CDL, or other
operator's license) for employees of the CONTRACTOR and/or
SUBCONTRACTORS that may work on the CiTY'o 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 Oroperated facility. The CONTRACTOR shall release such
information upon approval of the affected employees. If an
employee refuses toauthorize the release oftheir address, social
security number and/or licenses they shall not beallowed towork
Orcontinue towork iOsuch critical positions.
g. 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 qU@|itv, technical accuracy, competence,
nnethndo|ogy, accuracy and the coordination of all of the following
vvbiuh one listed for illustration purposes and not aao limitation:
doournento, ana|yoim, pepodo, data, p|ana, p|ats, rnopo, ourveya,
sp8CificabVns, and any and all other services ofwhatever type or
nature furnished by the CONTRACTOR under this Agreement.
The CONTRACTOR ohaU, without additional connpenoabon,
correct or revise any errors or deficiencies in his/her/its p|ano,
analysis, data, reports, designs, dravViOgs, speciUcaUnns, and any
and all other sen/ices of whatever type or D8tO[8. The
C(]NTRACTOR'm submissions in nooponea to the subject bid or
Page 0of2O
Park Ave StormmmterImnprovements AGREEMENT
procurement processes are incorporated herein bxthis reference
12. Neither the QTY'S review, approval or acceptance of, nor payment for,
any of the goods and/or services required shall be construed to operate
asawaiver ofany rightsunder this Agreement or of any cause of action
arising out of the oerhnrnoonca of this Agreement and the CONTRACTOR
shall be and remain liable tothe CITY in accordance with applicable |avv
for all d8[neQes to the CITY caused by the CONTRACTOR OgQ|iQ8nt or
improper performance or failure to perform any of the goods and/or
services furnished under this Agreement.
13. The rights and remedies Vfthe CITY, provided for under this Agreement,
are inaddition 10any other rightsondrennadkeoonovidadbv|ovv
14. Time is of the essence in the performance of all goods and/or services
provided bythe CONTRACTOR under the terms Ofthis Agreement.
15. |nvoioen, which are in an acceptable form to the CITY and without
disputable iterne, which are received by the C|TY, will be processed for
payment within thirty (30) days of receipt by the CITY.
16. The CONTRACTOR will be notified of any disputable ihenno contained in
invoices submitted by the CONTRACTOR within fifteen /15\ days of
receipt bythe CITY with aDexplanation ofthe deficiencies.
17. The CITY and the CONTRACTOR will make every effort to resolve all
disputable items contained inthe CONTRACTUR'ainvoices.
18. Each invoice shall reference this AgreerReDt, the appropriate billing
period.
19. The Florida FtVmp/ Payment Act aho|| apply when applicable. A billing
period represents the dates in which the CONTRACTOR completed
goods and/or services referenced iOaDinvoice.
20. Invoices are to be forwarded directly the City's designated CEI
representative, as identifed at the preconstruction meeting, for review and
processing.
21. CITY designates the City Manager orhis/her designated oapraaentetive,
to represent the CITY in all matters pertaining to and arising from the
Work and the performance nfthis Agreement.
22. The City K8anoger, or his/her designated repnaoanCatimy, shall have the
following responsibilities:
Page 7 of 20
Park Ave StomnwaterWmprovements AGREEMENT
o. Examination of all Work and rendehng, in vvriting, decisions
indicating the C|TY's approval ordisapproval within e reasonable
time soaanot tomaterially delay the Work ofthe CONTRACTOR;
b. Transmission of iOStrU{tiODs. receipt of iDfV[rDaU0O, and
interpretation and definition of CITY'S policies and decisions with
respect to deoign, rnoterio|o, and other matters pertinent to the
Work covered bv�hioAoreem�n��
-' Agreement;
C. Giving pPnrnot vv[hteD notice to the CONTRACTOR whenever the
CITY official representative hOOvVG of @ defect or change
necessary inthe Project; and
d. Coordinating and managing the C[>NTRACTOR'n preparation of
any necessary applications togovernmental bodies, toarrange for
submission ofsuch applications,
23. Until further notice from the City Manager the designated representative
for this Agreement is:
Bilal Iftikhar,PE.
Public Works / Utility Director
City ofSanford
P.{].Box 17B8
Ganford, Florida 32772
24. CITY may terminate this Agreement for convenience atony time or for
any one (1) or more of the reasons as follows:
a. If, in the CITY's opinion,adequate progress isnot being made bv
the CONTRACTOR due to the CONTRACTOR 'e failure to
perform; or
b. If, in the CITY'S VpinioO, the quality of the goods and/or sen/ices
provided by the CONTRACTOR is/are not in conformance with
nonononn|y accepted professional n[ondanda, standards of the
C|TY, and the requirements of Federal and/or 8toba regulatory
agencies, and the CONTRACTOR has not corrected such
deficiencies in atimely manner as reasonably determined by the
QTY'. or
C. The CONTRACTC)R, or any employee or agent of the
CDNTRACT(]R, isindicted orhas adirect charge issued against
him for any crime arising out of or in conjunction with any Work
that has been performed bvthe CONTRACTOR; or
d. The CONTRACTOR becomes involved in either voluntary or
involuntary bankruptcy promaedinQa, or makes an assignment for
the benefit of creditors; or
e. The CONTRACTOR violates the Standards of Conduct provisions
herein or any provision of Fedara|. State or local |avv or any
provision ofthe C|T\"eCode ofConduct.
25. In the event of any of the causes of termination, the CITY's designated
representative may send a certified letter to the CONTRACTOR
Page 8 of 20
Park Ave StormmmmaterInmprovemeuts AGREEMENT
requesting that the CONTRACTOR ohnvv cause vvhv the Agreement
should not be terminated. If oeounonne 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 nfthe letter, the CITY
may consider the CONTRACTOR to be in dsdau|t, 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 bedeemed terminated for convenience bvthe
CITY and the CITY shall have the right to so terminate this Aonaonlent
without any recourse bythe CONTRACTOR.
27. The CONTRACTOR may terminate this Agreement only ifthe CITY fails
topay the CONTRACTOR inaccordance 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 cmuse, if such termination is deemed by the CITY to be in the
public inharesd, 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 C|TY'o designated representative within
ten (1U) days Vfreceipt nfsuch notice ofsuch decisions, shall result inthe
termination of the AoFee[neVt, 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 toterminate this Agreement without cause
with e aidv (60) day written notice tothe other party. The CITY reserves
the right boterminate any Agreement for cause with afive /E0day written
notice tothe CONTRACTOR. Notice shall be aon/ed tothe parties as
specified inthe Agreement.
30. |nthe event that this Agreement iaterminated, the CITY shall identify any
specific Work 1obecontinued 10completion pursuant tothe provisionsof
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 mo failed, the termination eheU be
deemed tohave been for convenience and without cause.
32. In the event this Agreement is terminated or canceled prior to final
completion without couee, payment for the unpaid portion of the services
provided by the CONTRACTOR to the date of termination and any
8ddit|DO8| services shall bepaid tothe CONTRACTOR.
Page 9 of 20
Park Ave Stmrmmater|mmprovememts AGREEMENT
33. Upon receipt ofnotic oftermination, given bveither party, the terminate
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 xvriUng, such suspension becoming effective within
seven (7) days from the date ofmailing, and the CITY ahoU pay Lothe
CONTRACTOR within thirty /30\ days all compensation which has
become due toand payable tothe CONTRACTOR tothe effective date of
such suspension. The CITY shall thereafter have nofurther obligation for
payment to the CONTRACTOR for the suspended provision of goods
and/or services unless and until the C|TY'G designated representative
notifies the CONTRACTOR in writing that the provision of the goods
and/or aen/ioen of the CONTRACTOR called for hereunder are to be
resumed bvthe CONTRACTOR.
36. Upon receipt of vV[UteD notice from the CITY that the CONTRACT(}R'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 ofrace, co|or, na|igion, oex, mge, national origin or disability and
will take affirmative steps to ensure that applicants are employed and
employees are treated during employment without regard to [ace, co|nr,
na|igion, eex, age. national Origin or disability. This provision shall iOc|ude,
but not be limited to, the fn||ovvnQ: ennp|oynoart, upQnading, demotion or
transfer; recruitment advertising; layoff ortermination; rates of pay or their
forms Or compensation; and s8|eCt|VD for traiViOg, iOC|UdiD0
apprenticeship. The CONTRACTOR, [moF8OV8r. Sh@U comply with all the
requirements as imposed by the /4nnencena with Disability Ac/, the
regulations ofthe Federal government issued thereunder, and any and all
requirements of Federal or State law related thereto.
38. Indemnity and Insurance
a. Tothe fullest extent permitted by |avv. the CONTRACTOR ohmU
iOdROUOifv' hold h@rDkeSS and defend the CITY, its agents,
servants, 0fUQerS, officials and ernp|oyeeG, or any of 1henn, from
and against any and all c|ainoo. 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
tea1irnony, arising out of or resulting from the performance or
Page 10 of 20
Park Ave Stommwater|mmprmvements AGREEMENT
provision of services required under this Agreement, provided that
same is caused in whole or in part by the ern)r, orniaoion,
negligent aot, failure to aot, breach of contract nb|iQoUon,
nnG|fe8saOce, officers, nffiCi8|s. 8[Dp|Oyees. or
subCC}NTRACT[)Fln. 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 orliable tOthe other for any incidental, consequential,
o[indirect damages, whether arising bycontract 0[tort.
b. In accordance with Section 7251X6. Florida Gtatutea, adequate
consideration has been provided to the CONTRACTOR for this
obligation, the receipt and sufficiency of which is hereby
specifically acknowledged.
C. Nothing herein shall bedeemed bzaffect the rights, privileges,mnd
immunities of the CITY as SB1 forth in Section 768.28. Florida
d. In doinna against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
sVbC[>NTRACTORS. anyone directly or indirectly employed by
them or anyone for whose acts they may be |iob{a, the
indemnification obligation under this Section shall not belimited by
o limitation on amount or type of dmrnageo, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
eub{}[)NTRACT{JRs` under Workers Compensation aoto,
disability benefits aoto, orother employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; pnoxided, howevar, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
The CONTRACTOR ahoU submit o report to the CITY within
twenty-four (24) hours of the data of any incident resulting in
damage or which is reasonably likely to result in a c|si[n of
damage.
38. 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 ofInsurance tOthe CITY
evidencing that all such insurance is in effect prior to the issuance of the
Page 11 of 20
Park Ave Stmrmmvmterlrmproxennemts AGREEMENT
first Purohaoe/VVork Order under this Agreement from the CITY. These
Certificates of Insurance shall beounno part of this Agreement. Neither
approval bvthe CITY nor failure todisapprove the insurance furnished bv
a CONTRACTOR shall relieve the CONTRACTOR of the
C[)NTRACT[)R'e full responsibility for performance of any obligation
including the C{}NTRACTC)R'a indemnification of the CITY under this
AgnaannenL If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate CfAuthority, (2)OOlonger
comply with Section 440.57. Florida S&ebu&*o. or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
mhoU, as soon as the CONTRACTOR has knowledge of any such
circumstance, immediately ODUfv 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 oothe CONTRACTOR has replaced the unacceptable insurer
with insurance acceptable to the CITY, the CONTRACTOR shall be
deemed tobeindefault ofthis Agreement.
42. The insurance oovauaQa aheU contain o provision that requires that prior
toany changes |Othe coverage, except increases iDaggregate coverage,
thirty (3[) days prior notice will be Qk/eO to the CITY by submission of
new Certificate ofInsurance.
43. The CONTRACTOR shall furnish Certificates of Insurance directly tothe
C|TY"s Designated Representative, The certificates shall clearly indicate
that the CONTRACTOR has obtained insurance of the tvpe, amount and
classification required bythis Agreement.
44. Nothing in this Agreement nrany action relating to this Agreement shall
be construed as the C|TY'n 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 OO
third party beneficiaries tothis Agreement.
46. The CONTRACTOR in an independent contractor and not an agent,
repreSent8tiVe, or employee of the CITY. The CITY shall have no liability
except asspecifically provided inthis Agreement.
47. All insurance shall be primary to, and not contribute with, any insurance
orself-insurance maintained bythe CITY.
48. The CONTRACTORwarrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for
the C[)NTF|AC|TOR, to solicit or secure this Agreement and that the
CONTRACTOR has not paid or agreed to pay any p8rsoO, cVrDpaOy,
oorporadon, individual or firm other than a bona fide employee working
Page 12 of 20
Park Ave Stmrmxmater|mmprovememts AGREEMENT
ooksk/ for the C{}NTRACTOR, any fee, oornnmisoion, peroentooa, gift, or
any other consideration, contingent upon orresulting from the award of
making this Agreement.
48. The CONTRACTOR shall not discriminate on the grounds of race, color,
religion, sex, or national origin in the performance of VVodx under this
Agreement orviolate any |evvs pertaining to civil riQhto, equal protection or
discrimination.
50. The CONTRACTOR hereby certifies that no undisclosed Un writing)
conflict of interest exists with respect to the Aoreenomnt, indudinQ, but not
limited to, any conflicts that may be due to representation ofother clients,
cVGb]Dlers or veOdees. other CoD[;]{tua| relationships of the
CONTF<ACTC)R, or any interest in property that the CONTRACTOR may
have. The CONTRACTOR further certifies that any conflict ofinterest
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 smauna that all taxes due from the
CONTRACTOR are paid in @ timely and complete nnoOOe7 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 bis/harassigned dVUaa or
is demonstrating improper conduct pursuant to any assignment or Work
performed under this Agreement, the CITY shall no notify the
C[)NTRACTC}R, in writing. The CONTRACTOR shall inonnadiaba|y
remove such employee or representative of the CONTRACTOR from
such assignment.
53. The CONTRACTOR ohoU not publish any documents or ndeooe
information regarding this Agreement to the media without prior approval
ofthe CITY.
54. The CONTRACTOR shall certify, upon request by the C[TY, that the
CONTRACTOR maintains a drug free workplace policy in muoonjanoe
with Section 287.0878. Florida Statutes. Failure to submit this
certification may result intermination.
55. If the CONTRACTOR oranaffiliate kaplaced onthe convicted vendor list
following o conviction fora 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 bythe CITY.
56. The CITY reserves the right to unilaterally terminate this Agreement if the
CONTRACTOR refuses kJallow public access toall documents, papers.
|ottere, or other materials subject to provisions of Chapter 118. Florida
Page 13 of 20
Park Ave StonmweterInprmvementa AGREEMENT
Statutes, and other applicable bvv and made or received by the
CONTRACTOR inconjunction, inenyvvay.vviththieAoraernent.
57. The CONTRACTOR shall comply with the requirements of the Americans
with Disabilities Act A\DA\. and any and all related Federal or State |8vvs
which prohibits discrimination bvpublic and private entities onthe basis of
58. The CITY will not intentionally awardpublicly-funded contracts to any
contractor who knowingly employs unauthorized alien wmrkena,
constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A(m) of the Immigration and
Nationally Act (INA). The CITY shall consider the employment by the
CONTRACTOR of unauthorized a|iena, a violation of Section 274A(e) of
the /N4. Such violation by the CONTRACTOR of the employment
provisions contained in Section 274A(e) of the /NA mhe|| be grounds for
immediate termination of this Agreement by the CITY.
59. The CONTRACTOR agrees to comply with Federal, 8tote, and local
anvnonmenta|, heolth, and safety |evva and regulations applicable to the
goods and/or services provided tOthe CITY. The CONTRACTOR agrees
that any program or initiative involving the Work that could adversely
affect any personnel invo|ved, oitizena, reeidenta, uaara` neighbors or the
surrounding environment will ensure compliance with any and all
employment safety, environmental and health |Hvvs.
80. The CONTRACTOR ohoU ensure that all goods and/or aanioeo are
provided to the CITY after the CONTRACTOR has obteinad, at its on|a
and exclusive empenae, any and all pennits. Uuenaea. permissions,
approvals o[similar consents.
81. 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.
82. The CONTRACTOR nhoU advise the CITY in writing nfitwho has been
placed on a discriminatory vendor list, may not submit a bid on eonntract
to provide goods or services to o public entitv, or may not transact
business with any public entity.
03. The CONTRACTORmhaU not engage in any action that would create a
conflict of interest in the performance of that oobono of any QTY
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 |||. Chapter 112, Florida Statub*o,
relating toethics in government.
64. The CONTRACTOR shall maintain books, records, documents, time and
costs accounts and other evidence directly related to its provision or
Page 14 of 20
Park Ave Stormwater1nnpronements AGREEMENT
performance of services under this Agreement. All time records and cost
data shall be maintained in 0000ndsmue with generally accepted
accounting principles.
65. The CONTRACTOR shall maintain and allow access to the records
required under this Section for o 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, ordate Oftermination Ofthis Agreement.
68. The CITY may perform, or cause to have oerfornnad, 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 inthis Sectinn, and the total compensation So
determined oheU be used to calculate final payment to the
CONTRACTOR. Conduct of this audit shall not delay final payment as
required by this 8eCt|OD.
07. In addition to the above. if Federal, State, Countv, 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 PepneseOtatiVes,
uhoU have ouoeoo to any boohm, doounoentm, paperu, and naoondo 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.
08. 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 U1idv
/3O\days ¢fnotice bythe CITY Ofthe request for the refund.
OS. The CONTRACTORagrees tofully comply with all State laws relating to
public records.
70. The CONTRACTOR agrees that ifany litigation, claim, oraudit iastarted
before the expiration ofthe record retention periodestablished above, the
records mhoU be retained until all |itigaUon, o|ainna or audit findings
involving the records have been resolved and final action taken.
71. The CONTRACTOR shall not sublet, assign ortnanoferanyintareatinUlio
Aoreemert, or dainlo for the money due or to become due out of this
Agreement to a bank, trust company, or other financial institution without
written CITY approval. When approved by the C|TY. written notice of
such assignment nrtransfer shall befurnished promptly bnthe CITY.
Page 15 of 20
Park Ave StormmvaterImprovements AGREEMENT
72. Any CONTRACTOR proposed subcontractors shall be submitted to the
CITY for written approval prior to the CONTRACTOR entering into o
subcontract. Subcontractor information shall iDc|ud8, 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 \8k)d( product of any CITY approved oUbcODtractDrg, and
remain fully responsible for such goods and/or services and Work under
the terms ofthis Agreement.
74. Any subcontract shall be in writing and shall incorporate this Agreement
and require the subcontractor to oaourne performance of the
C[}NTRACT[)R'o duties commensurately with the C[)NTRACT[)F{'n
duties tothe CITY under this /\0raennent, 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 ofall subcontracts.
75. The CONTRACTOR shall reasonably cooperate at all times with the
CITY and other CITY contractors and professionals.
76. This Agreement istobe governed by the laws ofthe State nfFlorida.
77. Venue for any legal proceeding related tVthis 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.
A000rding|y, 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 obliationa,
or any of them, iodelayed orprevented by Force Majeure. Force Majeure
shall indude, but not be limited to, hosti|ib/, barrnhS[n, revo|uUon, civil
cOnlrD0tiOO, strihe, epidemic, fire, flood, wind, earthquake, explosion, any
|ovv, pruc|mo}otion, nogu|ation, or ordinance or other act of government, or
any act of God or any cause whether of the same or different notuna,
existing or future; provided that the cause whether or not enumerated in
this Section is beyond the control and without the fault Ornegligence of
the party seeking relief under this Section.
80. This Agreement, together with the exhKbit(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 Aovoennent, and all the Uyrmno and provisions contained
Page 16 of 20
Park Ave Stormwmter|omprmvements AGREEMENT
herein. including without limitation the exhibits hereto, constitute the full
and complete agreement between the parties hereto tothe date hanaof,
and supersedes and oordno|o over any and all prior a0naernentn.
understandings, repneSeDtatiODs, correspondence and statements
whether written 0roral.
81. This Agreement may only be amended, supplemented nrmodified by
formal written amendment.
82. Any alteraUona, amendmnentu, deletionn, or waivers of the provisions of
this Agreement shall be valid only when expressed in vvhtnQ and duh
signed by the parties.
83. Written notice requirements of this Agreement shall be othodv construed
and such requirements are a condition precedentto 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 knOvx|edQe, irnp|ied, verbal or constructive notice, lack ofprejudice
orany other grounds aoosubstitute for the failure ofthe CONTRACTOR
to comply with the express written notice naquin*nnerdn herein. Computer
notification (e-mails and message boards) shall not constitute proper
written notice under the terms ofthe Agreement.
84. The failure of the QTY to insist in any instance upon the strict
performance of any provision of this Aorearnent, or to exercise any right
Or privilege granted to the CITY hereunder shall not constitute Or be
construed as awaiver ofany such provision or right and the same ahoU
continue inforce.
85. |OnVevent shall any obligation of the CITY under this Agreement be or
constitute ageneral obligation orindebtedness ofthe CITY, a pledge of
the or/ valorem taxing power of the CITY or o general obligation or
indebtedness of the CITY within the meaning of the Constitution of the
State of Florida or any Other applicable laws, but Sh8|| be payable solely
from legally available revenues and funds.
86. The CONTRACTOR shall not have the right to compel the exercise of the
gdvalorem taxing power nfthe CITY.
87. Each exhibit referred toand attached to this Agreement ioanessential
part of this Agreement. The exhibits and any amendments or revisions
theretm, even if not physically attached here1o, ohuU be treated as if they
are part ofthis Agreement.
80, The Section headings and captions of this Agreement are for
convenience and reference only and in noway define, limit, describe the
scope Vrintent ofthis Agreement orany part thereof, nriOany way affect
this Agreement or construe any provision ofthis Agreement.
Page 17 of 20
Park Ave Stormwater Improvements AGREEMENT
89. U any ternn, provision or condition contained in this Agreement ohaU, to
any eu±ant, be held invalid or unenfoncaabks, the remainder of this
Aonaennert, or the application of such bann, provision or condition to
persons or circumstances other than those in respect of which it is invalid
or unenƒorceab|e, aho|| not be affected thereby, and each tmrrn, provision
and condition of this Agreement eheU be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisions ufthis Agreement shall beread and applied inpara materia
with all other provisions hereof.
81. In the event of a dispute related to any performance or p8y[Verd
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute resolution procedures reasonably imposed by the
CITY prior tofiling suit orotherwise pursuing legal remedies.
92. The CONTRACTOR agrees that itwill file no suit or otherwise pursue
legal remedies based on facts or evidentiary materials that were not
presented for consideration tnthe CITY in alternative dispute resolution
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
83. In the event that CITY procedures are exhausted and a suit iofiled or
legal remedies are otherwise pureuod, the oortkaa ahoU exercise best
efforts to resolve disputes through voluntary mediation. Mediator
selection and the procedures tobeemployed involuntary mediation shall
be mutually acceptable to the parties. {}oota of voluntary mediation ohoU
beshared equally among the parties participating inthe mediation.
84. This Agreement may beexecuted inany number ofcounterparts, each of
which shall bedeemed anoriginal, butaUofvvhioh.taken together, ohoU
constitute one and the same document.
H. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records
In order to comply with Section 119.0701. Florida Gtotutes, public
records laws, the CONTRACTOR must:
Keep and maintain public records that ordinarily and necessarily would be
required by the CITY inorder to perform the service.
2. Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at cost that
does not exceed the cost provided in Chapter 119. Florida Gtotutes, or as
otherwise provided by |evv.
3. Ensure that pVb|k: records that are exempt n[confidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law.
Page 18 of 20
Park Ave Stormwatar|mprovements AGREEMENT
89. If any term, provision or condition contained in this Agreement shall, to
any exten1, be held invalid or unenforoeabka, the remainder of this
Aonyornerd. or the application of such barno, provision or condition to
persons o[circumstances other than those inrespect ofwhich iti8invalid
or unenforceable, shall not be affected thereby, and each term, provision
and condition of this Agreement aho|| be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisionsof 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 Derh}088Dce or payment
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute nson|uUon procedures reasonably imposed by the
CITY prior tofiling suit orotherwise pursuing legal remedies.
92. The CONTRACTOR agrees that it will file DO suit or otherwise pursue
legal remedies based onfacts orevidentiary 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
keoo| remedies are otherwise puroued, the parties shall exercise best
efforts to resolve disputes through voluntary mediation. Mediator
selection and the procedures tobeemployed involuntary mediation shall
be mutually acceptable to the parties. Costo of voluntary mediation eho||
beshared equally among the parties participating inthe mediation.
94. This Agreement may be executed in any number of counterparts, each of
which shall bedeemed onoriginal, butaUnfvvhioh.takentuoe{her.nhoU
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 lavva, the CONTRACTOR must:
1. Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the service.
2. Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at g cost that
does not exceed the cost provided inChapter 11B.Florida Statutes, Vras
otherwise provided by law.
3. Ensure that public records that are exempt orconfidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law.
Page 18 of 20
Park Ave Stommwater;mmproVememts AGREEMENT
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 CONTRACTOR/VENDOR 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.
Page 19 of 20
Park Ave Stormwater Improvements AGREEMENT
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
CONTRACTOR:
Masci General Contractor. Inc.
Na of Firrn
CON
-a)o
_�61RA
By (Signature) Date �F
uj: r
Leticia M. Ferreira, Vice President 0 Az
Printed Name and Title �-b PLO, No
ATTEST
By (C%lature) Date '
�vNfrwcaq
t vko&�A
Printed Name and Title
OWNER:
City of Sanford
Name of Owner
By (Signature) K) Date
Jeff Triplett, Ma or
Printed Name and Title
ATTEST:
fill
6-AOLP i V0 PM- I D 1-5) Iq
By (Signature) Date
Traci Houchin, City Clerk
Printed Name and Title
Approved as to form and legal sufficiency.
William L. Colbert Date
City Attorney
Page 20 of 20
Park Ave Stormwater Improvements AGREEMENT
SECTION 00410
PROPOSAL (BID FORM)
PART GENERAL
1.01 Description
NOR
The following Bid, for the (1) Park Avenue Stormwater Improvements -, is hereby made to (2fhe City of Sanford
, hereafter called the Owner. This Bid is submitted by (3) . . .... ..322127
. . .......... . ...
Masci General Contractor, Inc., 5752 S. Ridgewood Avenue, Port Orange, FL 32127
(386) 322-4500
(1) Name of Project as shown in the Invitation for Bids
(2) Owner
(3) Name, address, and telephone number 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 5/20/19
Number 2 Dated 6/11/19
Number 3 Dated 6/12/19,
Number 4 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.
Park Ave Stormwater improvements PROPOSAL (BID FORM)
NAME OF BIDDER: Masci General Contractor, Inc.
00410-1
5. To begin Work after the issuance of a Notice to Proceed, unless
otherwise provided, and substantially complete the Work within —180
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
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.
(This area left blank intentionally)
Park Ave Stormwater Improvements PROPOSAL (BID FORM)
NAME OF BIDDER• Masci General Contractor, Inc.
60410-2
NO.
DESCRIPTION
UNITS
QUANTITY
UNIT
PRICE
TOTAL
PRICE
1
Mobilization
LS
1
$123,569.00
$123,569.00
2
Preconstruction Video
LS
1
$1,200.00
$1,200.00
3
Maintenance of Traffic
LS
1
$12,390.00
$12,390.00
5
Erosion and Sediment Control
LS
1
$12,230.00
$12,230.00
6
Tree Barricade
EA
15
$380.00
$5,700.00
7
Clearing and Grubbing
LS
1
$59,900,00
$59,900.00
8
Over Excavation (staging areas)
CY
8000
$7.39
$59,120.00
10
Pond Excavation
CY
25000
$8.45
$211,250.00
11
Clay Liner
CY
3630
$19.39
$70,385.70
12
24" Pipe
LF
51
$108.95
$5,556.45
13
42" Pipe
LF
50
$195.87
$9,973.50
14
Stormwater Manhole
EA
1
$5,763.00
$5,763.00
15
Stormwater Inlet
EA
2
$7,859.00
$15,718.00
16
Baffle Box
EA
1
$171,200.00
$171,200.00
17
Box Culvert
LF
105
$1,125.00
$118,125.00
18
Headwall
EA
1
$7,129.00
$7,129.00
19
24" MES
EA
1
$997.00
$997.00
20
42" MES
EA
1
$3,769.00
$3,769.00
21
Sod - Bahia
SY
7350
$2.45
$18,007.50
22
Hydroseed
SY
8000
$0.75
$6,000,00.
23
Parking (includes asphalt and base)
Sy
250
$49.69
$12,422.50
24
Drop Curb
LF
430
$21.27
$9,146.10
25
F Curb
LF
450
$23.10
$10,395.00
26
Remove and Replace Pavement
SY
1210
$18.90
$22,869.00
27
4" Water Main
LF
58
$53,20
$3,085.60
28
8x4 Tapping Sleeve and Valve
EA
1
$4,972,00
$4,972.00
29
2" Blow Off
EA
1
$2,877.00
30
2" Tapping Sleeve and Valve - Reclaim
Service
EA
2
$729.00
$1,45&00
31
1" Reclaim Service Stop
EA
2
$852.00
$1,704.00
32
1" Reclaim Line
LF
115
$39.75
$4,571.25
33
8" Gravity Sewer
LF
235
$69.69
$16,377.15
34
Sewer Manhole
EA
1
$6,500.00
$6,500.00
35
6" Sanitary Lateral
LF
50
$39.97
$1,998.50
36
Raised Crosswalk
EA
1
$14,032.00
$14,032.00
37
Street Light Pole (Conduit, wiring, pull boxes)
EA
5
$12,000.00
$60,000.00
38
Park Light Pole (Conduit, wiring, pull boxes)
EA
11
$8,300.00
$91,300.00
41
Electrical Service
EA
1
$27,025.00
$27,025.00
42
Fountain
LS
1
$14,285.00
$14,285.00
43
Sidewalk
SY
1606
$49.70
$79,818.20
44
Southern Magnolia
EA
13
$3,700.00
$48,100.00
45
Japanese Blueberry
EA
19
$3,700.00
$70,300.00
46
Bench
EA
1
$2,210.00
$2,210.00
47
Wetland Mitigation
AL
1
$71,000.00
$71,000.00
Park Ave Stormwater Improvements PROPOSAL (BID FORM) — Revised 6113/19
NAME OF BIDDER: Masci General Contractor, Inc.
00410-3
48 Remove Existing Pipe
LF 735 $18.00 $13,230.00 '
49 Remove Existing Structures
EA 5 $500.00 $2,500.00
50 Tie Into Existing Structure
EA 2 $2,300.00 $4,600.00
TOTAL
$1,514,579.45
(This area left blank intentionally)
Park Ave Stormwater Improvements PROPOSAL (BID FORM) — Revised 6/13119
NAME OF BIDDER: Masci General Contractor, Inc.
00410-4
1.04 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 I 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 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 I
00452
Disputes Disclosure Form
V/
00454
Drug Free Workplace Form
00456
Unauthorized (illegal) Alien Workers Affidavit
00458
E -Verify Compliance Form
\1
00460
Americans With Disabilities Act Affidavit
I
00464
Schedule Of Proposed Subcontractors
t
00525
Criminal Background Check Requirements
and Affidavit
Y
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
Park Ave Stormwater Improvements PROPOSAL (BID FORM)
NAME OF BIDDER: Masci General Contractor, Inc.
00410-6
1.06 RESPECTFULLY SUBMITTED, signed and sealed this 27th
1 2019
Masci General Contractor, Inc.
Name of Bidd
V)Aj-, 6/27/19
By (Sigh-91ure) Date
Leticia M. Ferreira, Vice President
Printed Name and Title
5752 S. Ridaewood Avenue
Business Address
Port Orange, FL 32127
City State Zip Code
(386) 322-4500 (386) 322-4600
Telephone No. Facsimile No.
leticiamasci@mascigc.com
E -Mail Address
ATTES
6/27/19
By (Sicjfiature' Date
Maria Masci, Secretary
Printed Name and Title
END OF SECTION
day of June
CO/V
JP0
P,
;no
SEAL p
Z5 2004 :;D=
ol'.
x,
..OR
(CORPORATE SEAL)
Park Ave Stormwater Improvements PROPOSAL (BID FORM)
NAME OF BIDDER: —Masci General Contractor, Inc.
00410-6
SECTION 00420
Executed in 2 Counterparts 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
-----_____--__-____---w--_..___________ --------- - 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 (5) Bid No. 18/19-36, Park Ave
Stormwater Improvements 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
5) Name of Project as Shown In Invitation for Bids
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 for 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.
Park Ave Stormwater Improvements
May 2019
00420-1
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 20th day of June —, 2019
ATTEST:
By (Prificipal (?Wicer)
KA C'; uf'47-A
Typed Name and Title
0
0111111111//
RA
C 0 lv;�-
(CORPORA 0
I_
tu:.0=
(D: S ;U
2004
;teX-
40 411
By
Jenna Pagan, Witness
Typed Name and Title
(SEAL)
Park Ave Stormwater Improvements
May 2019
Masci General Contractor, Inc.
C P- 'tai
I&L
B'y-(Signature of Officer)
(4. (,- 0 , k a( (m V,
Typed Name and Title
5752 S. Ridgewood Avenue
Address
Port Orange, FL 32127
City, State, Zip
Arch Insurance Company
Surety
By:
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
BID BOND FORM
AIC 0000264398
THIS POWER OFATTORNEY IS 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 ibind the Company except in the
manner and to the extent herein stated. Not valid for Note, Loan, Letter 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
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.
OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A.
SECTION 00430
TRENCH SAFETY FORM
Bidder acknowledges that included in the various items of the proposal contained on the Bid
Form are costs for complying with the Florida Trench Safety Act (FS 553.60-553.64). The
Bidder further identifies the cost of compliance with the applicable trench safety standards for
the project as follows (Bidder to attach additional sheets as necessary to identify all costs):
Trench Safety Measure Units of Measure Unit Unit Cost Extended
(Description) (LF, SF,-SY) Quantit Cost
A
D 00 O'sm
B
C
D
E
F
TOTAL
The total cost shown herein is already included in the various items on the Bid Form and is not
additional to the pricing shown on the Bid Form.
Bidder, by signature below, assures that the contractor performing trench excavating will comply
with the applicable Trench Safety Standards.
Submitted, signed and sealed this 27th day of June 2019
Masci General Contractor, Inc.
Bidder
\-CO/VT �/'
Signatu `.�� a"pdq• �'
44i
z of SEAL
Leticia M. Ferreira, Vice President = * : 0
2004
Printed Name and Title
ATTEST: 0�
q4- 6/27/19
Sig ur—eMarh Masci, Secretary Date (SEAL)
END OF SECTION
Park Ave Stormwater Improvements
May 2019 TRENCH SAFETY FORM
00430-1
SECTION 00432
NON COLLUSION AFFIDAVIT
The undersigned, by signing this document hereby certifies that the company named below
hereby is or does:
I States that the entity named below and the individual signing this document has
submitted the attached bid or proposal:
2. He is fully informed respecting the preparation and contents of the 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 or proposer nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, has in any way
colluded, conspired, connived or agreed, 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 or collusion or communications or conference with any
other bidder, proposer, firm or person to fix the price or prices in the attached bid or
proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element
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 unlawful agreement any
advantage against the Owner or any person interested in the proposed Contract.
5. The price or prices quoted in the attached bid or proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of
the bidder or proposer or any of its agents, representatives, owners, employees, or
parties in interest, including the individual signing this document.
Masci General Contractor, Inc.
Bidder
6/27/19
Signature of AuthorIzed Representative (Affiant) Date
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
Park Ave Stormwater Improvements
May 2019
00432-1
NON COLLUSION AFFIDAVIT
COUNTY OF Volusie
STATE OF FLORIDA
Before me, the undersigned Notary Public of the State of Florida, personally appeared
Leticia M. Ferreira , Vice President
IVIasci Ueneral Uontractor, in- as of
r
whose name(s) is/are subscribed to the within instrument,
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
Subscribed and sworntbefore me this 27th day of gy.- June
;muco A Kjj,rwT, 20 19
MY COMMISSION # GG 078719
EXPIRES: July 2, 2021
a 81,10Thru8udaetN0tafYSW&9S
I 4A
�'-SighAire of N&iary Public (3 Print, Type or Stamp
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00432-2
NON COLLUSION AFFIDAVIT
SECTION 00434
CONFLICT OF INTEREST AFFIDAVIT
Project Name: Park Avenue Stormwater Improvements
Bid No.: IFB-18/19-36
The Affiant identified below deposes and states that:
The below named Bidder is submitting an Expression of Interest for the City of Sanford
project named above.
2. The Affiant has 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, or otherwise taken any action in restraint of free
competitive pricing in connection with the Bidder's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project
5. Neither the Bidder nor its affiliates, nor any one associated with them, is presently
suspended or otherwise ineligible from participating in contract lettings by any local,
state, or federal agency.
6. Neither the Bidder, nor its affiliates, nor any one associated with them have any potential
conflict of interest due to any other clients, contracts, or property interests for this
project.
7. 1 certify that no member of the Bidder's ownership, management, or staff has a vested
interest in any aspect of or Department of the City of Sanford.
8. 1 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.
9. In the event that a conflict of interest is identified in the provision of services, 1, on behalf
of the below named Bidder, will immediately notify the City of Sanford in writing.
Park Ave Stormwater Improvements
May 2019
00434-1
CONFLICT OF INTEREST AFFIDAVIT
Masci General Contractor, Inc.
Bidder
6/27/19
Signature
Representative (Affiant)
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Volusia
STATE OF FLORIDA
Date
Before me, the undersigned Notary Public of the 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,
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
Su scribed and swo to before me this 27th day of June .2019 .
C: HFA ERAKNIGHT
my coMMISSION # GG 078719
EXPIRES: July 2, N21
Si tore of Wotary Publi6J Print, Type or Sta rfff)PF FL0' Bonded Tlyu Budget Wary ervices
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00434-2
CONFLICT OF INTEREST AFFIDAVIT
SECTION 00436
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT
Project Name: Park Avenue Stormwater Improvements
ITB -18/19-36
The Affiant identified below attests to the following:
I understand that a "public entity crime" as defined in Section 287.133(1)(g), Florida
Statutes, means a violation of any State or Federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for goods or services to be provided to any public entity or an
agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
2. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crimes, with or
without an adjudication of guilt, in any Federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
3. 1 understand that an "affiliate" as defined in Section 287.133(1)(a), 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 management of the
entity and how has been convicted of a public entity crime. The term "affiliate* includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one (1)
person of shares constituting a controlling interest in another person, or a pooling of
equipment or income among persons when not for fair market value under an arm's
length agreement, shall be a prima facie case that one person controls another person.
A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding thirty-six (36) months
shall be considered an affiliate.
4. 1 understand that a "person" as defined in Section 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts for the provision of goods or services let by a public entity, or
which otherwise transacts or applies to transact business with a public entity. The term
.person" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity.
Park Ave Stormwater Improvements
May 2019
00436-1
FLORIDA STATUTES ON
PUBLIC ENTITY CRIMES AFFIDAVIT
5. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. (Note: indicate which of the below
statements apply)
X Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
management of the entity, nor the affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members or agent who are
active in management of the entity, or an affiliate of the entity, has been charged with
and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members or agents who are
active in management of the entity, or an affiliate of the entity, has been charged with
and convicted of a public entity crime subsequent to July 1, 1989. However, 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 sworn statement on the convicted vendor list. (You must attach a copy of the final
order.)
I 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. I 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 in this form.
Masci General Contractor, Inc. 20-2045800
Bidder . I — FEIN No.
6/27/19
(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
Masci General Contractor, Inc. whose name(s) is/are subscribed to the within instrument,
Park Ave Stormwater Improvements
May 2019
00436-2
FLORIDA STATUTES ON
PUBLIC ENTITY CRIMES AFFIDAVIT
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
S bscribedd and sworn to before me this 27th day of June19
HhAIRERA
cOMMISSIGN # GG 078719
WIRES: Jury 2, 2021
d " gwo No* S
ature 6rNotary Public Print, Type 6ro66m`p —
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00436-3
FLORIDA STATUTES ON
PUBLIC ENTITY CRIMES AFFIDAVIT
SECTION 00438
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
Upon award recommendation or 30 days after opening, it is 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 I of the Constitution of the State of Florida, and
other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects
all replies submitted in response to a competitive solicitation and provides notice of its intent to
reissue the solicitation, the replies remain exempt from disclosure until the City provides a
notice of Intent to award or withdraws the reissued solicitation. If no award is made, responses
are not exempt for longer than 12 months after the initial notice rejecting all responses.
Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to
the response to the solicitation, must identify the data or other materials to be protected, 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/Bidder submits information exempt from public disclosure, the Proposer/Bidder
must specifically and in detail identify With specificity which pages/paragraphs of their
bid/proposal package are exempt from the Public Records Laws, identifying the specific
exemption under the Public Records Laws that applies to each. The protected information must
be submitted to the City in a separate envelope marked accordingly.
By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify
and hold the City harmless in the event the City litigates the public records status of the
Proposees/Bidder's documents. This provision obligates the Proposer/Bidder to pay the full
legal costs of the City including, but not limited to, attorneys fees, court costs, and any and all
other charges, regardless of what level of trial or appeal.
Masci General Contractor, Inc.
Signature of Authorized 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
Masci General Contractor, Inc. whose name(s) is/are subscribed to the within instrument,'
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
Park Ave Stormwater Improvements
May 2019
00438-1
COMPLIANCE WITH THE PUBLIC RECORDS
LAW AFFIDAVIT
S "scribed and sworn to before me this 27th day of June 20 119
"s 'D a
L HEATHERAKNIGHT
WY COMMISSION # GG 07874
;i, t�ure oMotao Public Print, Type or
mmIssi 'h —�q` BMW TA &XI90 Not3y SWAMS
C mmissioned State of lorida Name of Notary WE
Personally Known x Or, Produced Identification
Type of Identification Produced
END OF SECTION
Park Ave Stormwater Improvements
May 2019 COMPLIANCE WITH THE PUBLIC RECORDS
LAW AFFIDAVIT
00438-2
SECTION 00440
BIDDER INFORMATION AND AFFIDAVIT
State the true, exact, correct and complete name of the company, partnership, corporation,
trade or fictitious name under which the Bidder does business and the address of the place of
business.
Masci General Contractor, Inc.
Name of Bidder
5752 S. Ridgewood Avenue, Port Orange, FL 32127
Address of Bidder
(386) 322-4500
(386) 322-4600
leticiamasci@mascigc.com
Phone No. of Bidder Fax No. of Bidder Bidder E -Mail Address
The Bidder is (check one of the following):
An Individual
A Partnership
(K) A Corporation
Principal Office Address: 5752 S. Ridgewood Avenue, Port Orange, FL 32127
1 Officer Information and Key Personnel: Each Bidder must ensure that the officer
information provided below is in accordance with the Bidder's corporate registration
supplied to the Secretary of State. The Bidder must provide with 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 Masci, P.E.
Address: 5752 S_ Ridgewood Avenue, Port Orange, FL 32127
Phone No.: (386) 322-4500
E -Mail Address: leomasci@mascigc.com
Park Ave Stormwator Improvements
May 20119 BIDDER INFORMATION AND AFFIDAVIT
00440-1
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 Masci
Address:
5752 S. Ridgewood Avenue, Port Orange, FL 32127
Phone No.:
(386) 322-450
E -Mail Address:
mariamasci@mascigc.com
Treasurer's Name:
n/a
Address:
n/a
Phone No.:
n/a
E -Mail Address: n/a
Project Manager's
Name: V�
Address: Av(,
Phone No.:
9w
E -Mail Address:
Park Ave Stormwater Improvements
May 2019
00440-2
BIDDER INFORMATION AND AFFIDAVIT
1-7
Project Superintendent's
Name: C
Cf6.,. n
Address: I d77
Phone No.:
E -Mail Address: e0l
2. How many years has the Bidder been in business as a Contractor under its present
name? 15 years
3. Under what other former names has the Bidder operated?
n/a
4. How many years of experience in construction work has the Bidder had as a Prime
Contractor? 15 years
5. List below information concerning projects the Bidder has completed in the last five (5)
years as a 'Prime Contractor for,,the type of Work 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 Owner reserves the right to require
additional information and to conduct any investigation deemed necessary to evaluate
the Bidder.
Name of Project see attached
Name of Owner
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
Park Ave Stormwater Improvements
May 2019 BIDDER INFORMATION AND AFFIDAVIT
00440-3
I
Sewer, etc.); Lift Station Size (No.
of Pumps and Hp), Length of
Roadway and No. of Lanes)
Name of Project 5ee attached
Name of Owner
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), Length of
Roadway and No. of Lanes)
Name of Project see attached
Name of Owner
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), Length of
Roadway and No. of Lanes)
Park Ave Stormwater Improvements
May 2019
11111-U11r.
BIDDER INFORMATION AND AFFIDAVIT
Name of Project
Name of Owner
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), Length of
Roadway and No. of Lanes)
Name of Project
Name of Owner
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), Length of
Roadway and No. of Lanes)
Park Ave Stormwater Improvements
May 2019
see attached
see attached
BIDDER INFORMATION AND AFFIDAVIT
00440-6
9. Has the Bidder ever failed to complete any work awarded to it? If so, state when, where
and why (attach additional sheets aoneceaoam). n/a
10. Hes any officer or partner of your organization ever been an officer or partner of some
other organization that failed to complete o construction contract? If so, state name of
individual, name of other organization, and reason therefore (attach additional sheets as
necessary). n/a
11. State the nomeo, addresses and the type of business ufall firms that are partially or
wholly owned bvthe Bidder (attach additional sheets osneoeemery):
Masci General Contractor, Inc., 5752 S. Ridgewood Avenue, Port Orange, FL 32127 (General Contractor)
12- What iathe Bidder's bonding capacity?
$50,000,000 Single / $100,000,000 Aggregate
13. What amount of the Bidders bonding capacity has been used as of the date of this bid?
14. State the name of the Sunab/ 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, FIL 32751
15. Has the Bidder been indisputes orlitigations inthe last five (5)years over construction
projects which are completed orstill pending for completion? |fso, describe the nature
of the disputes or litigations and state the Owner's Nanne, Address, Telephone, and
amount ofdisputes orlitigations (attach additional sheets as necessary).
The surety has never paid oclaim for this fine customer.
Park Ave S*ormwoterImprovements
May 2019 BIDDER INFORMATION AND AFFIDAVIT
QQ440-G
The Bidder acknowledges and understands that the information contained in response to this
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 proposal, and if after the award to cancel and terminate the award
and/or contract.
Provided along with this document is completed IRS form W-9 and information on authorized
signatories for the Bidder.
Masci General Contractor, Inc.
Name o MJA—kA, 6/27/19
Signature of Authorized 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
Masci General Contractor, Inc. whose name(s) is/are subscribed to the within 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 27th day of June 20 19.
,,skY PU,,, HEATHERAKNIGHT
MY COMMISSION # GG 078719
NT 44
EXPIRES; July 2, 2021
Rr,=J Ridoet N;pgy SWces
ature "otary PublO. Print, Type or Stamp
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
END OF SECTION
Park Ave Stormwater Improvements
May 2019 BIDDER INFORMATION AND AFFIDAVIT
00440-7
SECTION 00442
RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD
Project Name: Park Avenue Stormwater Improvements
Bid No.: IFB-18/19-36
The below named is the recipient of certain documents and by signing this document agrees
and acknowledges that, in accordance with the provisions of Chapter 119, Florida Statutes, and
Section 24(a), Article I of the Constitution of the State of Florida, and other controlling law
(collectively the "Public Records Laws"), any and all documents such as, by way of example
only and not as a limitation, building plans, blueprints, schematic drawings and diagrams,
regardless of the status of the documents (draft, preliminary or final) which depict the internal
layout and structural elements of a proposed or existing public building, arena, stadium, water
treatment facility, wastewater treatment facility, or other structure owned or operated by the City
of Sanford (City) that have been provided to the recipient by the City are exempt from the Public
Records Laws.
The recipient hereby acknowledges its obligation to maintain the exempt status of this
information and agrees to fully maintain, in every respect, the exempt status of the documents
and protect and safeguard the documents from public dissemination. The recipient recognizes
that the purpose of this exemption is to protect the City, its citizens and the general public from
acts of terrorism.
The statement of the recipient made herein includes binding representations with regard to the
following persons and entities, without limitation: all subcontractors (potential or contracted) of
recipient, all employees, agents, officers and any other persons associated with recipient.
The recipient shall ensure that all said persons and entities are advised of I and agree to protect
the exempt nature of the above referenced documents and to safeguard same prior to
permitting any of the above said persons or entities to have access to the referenced
documents. The recipient may use the referenced documents to make bids upon an exempt
City project in coordination with such persons and entities, provided recipient ensures that the
exempt status and control of the documents is protected.
The following list of examples of the specific documents, provided to the recipient as
documented below, which are exempt from the Statutes indicated and as provided above:
1.
2.
3.
4.
AGREED IN EVERY RESPECT WITHOUT QUALIFICATION:
Park Ave Stormwater Improvements
May 2019
00"2-1
RECEIPT OF EXEMPT PUBLIC RECORDS
AND AGREEMENT TO SAFEGUARD
U�IN-
Signature
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title
Representing:
Masci General Contractor, Inc.
Name of Company
6/27/1
Date
5752 S. Ridgewood Avenue, Port Orange, FL 32127 (386) 322-4500
Company Address Phone No.
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00442-2
RECEIPT OF EXEMPT PUBLIC RECORDS
AND AGREEMENT TO SAFEGUARD
SECTION 00460
CERTIFICATION OF NON -SEGREGATED FACILITIES FORM
The Bidder certifies that no segregated facilities are 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 Bidders 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 at any location, under his control, where segregated facilities are maintained.
As used in this 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
areas, transportation, and housing facilities provided for employees which are segregated by
explicit directive or are In fact segregated on the basis of race, creed, color or national origin,
because of habit, local custom, or otherwise.
The Bidder agrees that (except where it has obtained Identical certification from proposed
subcontractors for specific time periods) it will obtain identical 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.
Name ofBidder
Signature of Authorized Representative
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00460-1
6/27/19
Date
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
SECTION 00462
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.
1. 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 o her regulatory agency
or professional association within the last five (5) years? (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 servicesr firm provides in the regular
course of business within the last five (5) years? 1�. (Y/N)
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 relatd to the services your firm
provides in the regular course of business? fa(M (I �IY/N) Note: If yes, the
explanation must state the nature of the requek 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.
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.
Firm 6/27/19
Signature of Authorized Representative
Leticia M. Ferreria, Vice President
Printed or Typed Name and Title of Authorized Representative
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00462-1
Date
DISPUTES DISCLOSURE FORM
Park Ave Stormwater improvements
May 2019
00452-2
DISPUTES DISCLOSURE FORM
SECTION 00464
DRUG FREE WORKPLACE FORM
The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company
named below does:
Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation,
and Employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are proposed a copy of the statement specified in item 1.
4. In the statement specified in item 1, notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or
plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the
workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
Masci General Contractor, Inc.
Signature of Authorized Representative Date
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative
END OF SECTION
Park Ave Stormwater Improvements
May 2019 DRUG FREE WORKPLACE FORM
00464-1
Park Ave Stormwater Improvements
May 2019
00454.2
DRUG FREE WORKPLACE FORM
SECTION 00466
CERTIFICATION REGARDING NON -SCRUTINIZED COMPANIES
(Contracts of $1,000,000 or More)
Section 287.135, Florida Statutes, prohibits local governments from contracting with companies,
for goods or services of one Million and 001100 Dollars ($1,000,000.00) 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, I 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. I understand that pursuant to section 287.135, Florida
Statutes, the submission of a false certification may subject the successful Bidder to termination
of the awarded Agreement, civil penalties, attorney's fees, and/or costs.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm,
certify that the Information as provided In this certification, is truthful and correct at the time of
submission.
Masci General Contractor, Inc. 20-2045800
Name of Bidder / Contractor Name FEIN
5752 S. Ridgewood Avenue, Port Orange, FL 32127
Mailing Address
___(386) 322-4500' (386) 322-4600 leticiamasci@mascigc.com
Phone : No Fax No. E -Mail Address �Nl C�
6/27/19
Signature of Authorized Representative
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00466-1
Date
CERTIFICATION REGARDING NON -SCRUTINIZED
COMPANIES
SECTION 00456
UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT
The City of Sanford 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 of Sanford 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 of Sanford.
The Affiant identified below deposes and states that:
1. The below identified Contractor does not and will not during the performance of any
contract resulting from the solicitation identified below employ illegal alien workers 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 jobsite associated with any work or project resulting from this solicitation.
Masci General Contractor, Inc.
Bidder
6/27/19
Signature of Authorized 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
Masci General Contractor, Inc. whose name(s) is/are subscribed to the within 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 27thday of .1 June NEW HER A KNIGHT 20 19
eel
MY COMMISSION # GG 078719
EXPIRES: July 2, 2021
�atyre 61f Nota r� Public Print, Type '6r Stamp
-
Commissioned State of Florida Name of Notary Public
Park Ave Stormwater Improvements
May 2019
00456-1
UNAUTHORIZED (ILLEGAL)
ALIEN WORKERS AFFIDAVIT
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00456.2
UNAUTHORIZED (ILLEGAL)
ALIEN WORKERS AFFIDAVIT
SECTION 00468
E -VERIFY COMPLIANCE AFFIDAVIT
Project Name: Park Ave Stormwater Improvements
Bid No.: ITB -18/19-36
The Affiant identified below attests to the following:
1. 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 Governor, 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 to work in the United States.
2. Each Bidder I Contractor that performs work under the Project referenced above shall
provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen
indicating enrollment in the 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 / Bidder / Contractor and for all
subBidder / Contractors performing work on the 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, including, but not limited to, the State of
Florida, agrees to provide a 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 of such termination, the Bidder / Contractor shall be liable to the City for any
costs incurred by the City as a result of the Bidder / Contractor's breach.
7. That for the purposes of this Affidavit, the following definitions apply:
"Employee"— Any person who is hired to perform work in the State of Florida.
Park Ave Stormwater Improvements
May 2019
00468-1
E -VERIFY COMPLIANCE AFFIDAVIT
"Status Verification System" — the procedures developed under the Illegal Immigration
Reform and Immigration Responsibility Act of 1996, operated by the Department of
Homeland Security and known as the "E -Verify Program", or any successor electronic
verification system that may replace the E -Verify Program.
Masci General Contractor, Inc.
Al
Signature of Authorized Representative (Affiant)
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF VOLUSIA
STATE OF FLORIDA
6/27/19
Date
Before me, the undersigned Notary Public of the 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,
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 27th day of June 19
My COMMISSION # GG 078719
uq EXPIRES; July Z 2021
g ature of4(otary'Flublic J Print, Type or Stamp
� of4
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00468-2
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 true 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 or applicant for employment because of
physical or mental handicap in regard to any position for which the employee or applicant for
employment is qualified. The Bidder agrees to comply with the rules, regulations and relevant
orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It
is understood that in no event shall 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 agents,
officers or employees from any and all claims, demands, debts, liabilities or causes of action of
every kind or character, whether in law or equity, resulting from the Bidder's acts or omissions in
connection with the ADA.
Masci General Contractor, Inc.
Bidder
6/27/19
Signature of Authorized Representative (Affiant)
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF VOlusia
STATE OF FLORIDA
Im
Before me, the undersigned Notary Public of the 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,
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
Sbscribed an sw rn to b his 27th
ature Notary Pu
Commissioned State of Florida
day of June 12019 ,
Print, Type or Stamp gw HEATHERAKNIGHT
Name of Notary Public WN b W COMMISSION i# GG 078719
N EXPIRES: July9 2021
Personally Known X Or, Produced Identification'i--Of SW* Thm Uqei NOLWY Sw*es
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00460-1
AMERICANS WITH DISABILITIES ACT
AFFIDAVIT
SECTION 00462
FINANCIAL INFORMATION FORM
If requested by the City of Sanford, the following information is to be provided by the Bidder as
part of the City's evaluation of the Bidder after Bids have been received by the City:
1. Bank References:
Name of Bank
Bank Address
Contact Name and Title
Contact Phone
No.
UPON AWARD
2. Attach a financial statement including Bidder's latest balance sheet and income
statement showing the following items: UPON AWARD
A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials, 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 taxes, accrued salaries, real estate encumbrances and
accrued payroll taxes)
E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares
par values, earned surplus, and retained earnings)
Park Ave Stormwater Improvements
May 2019 FINANCIAL INFORMATION FORM
00462-1
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 financial statement(s)
submitted by other than the organization named on page one.
3. State the names and addresses of all businesses and/or individuals who own an interest
of more than five percent (5%) of the Bidder's business and indicate the percentage
owned of each such business and/or individual:
Name
Address
Percentage Owned
Leonel Masci, P.E.
5752 S. Ridgewood Ave., Port Orange, FL 3212
7 100%
Masci General Contractor, Inc.
Bidder r--, - , r,
Signature of Authorized Representative
Leticia M. Ferreira, Vice President
Printed or Typed Name and Title of Authorized Representative
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00462-2
6/27/19
Date
14ENT.TZ �-; 0 �M ;WINTIT&TZ01
SECTION 00464
SCHEDULE OF PROPOSED SUBCONTRACTORS
Project: Name: Park Ave Stormwater Improvements
Bid No.: ITB -18/19-36
Does the Bidder propose to use Subcontractors on the above identified Project (Y/N): Y
If the Bidder proposes to use Subcontractors, provide information on each Subcontractor (attach
additional sheets as necessary):
Subcontractor Name
Traffic Control Products
Subcontractor Address
249 1/2 A N. Ivey Lane, Orlando, FL 32811
Subcontractor Contact Name
Orlando Nunez
Contact Phone No.
(407) 521-6777
Contact E -Mail Address
onunez@trafficcontrolproducts.org
Proposed Subcontract Work
MOT
Approximate Dollar Value of Work
$2,430.00
Is Subcontractor MBE/WBE (YIN)?
N
Subcontractor Name
4 Jays Land Services, Inc.
Subcontractor Address
74 Spring Vista Drive, #100, Debary, FL 32713
Subcontractor Contact Name
Glen Jung
Contact Phone No.
(407) 402-5323
Contact E -Mail Address
4jaysglen@gmail.com
Proposed Subcontract Work
Clearing
Approximate Dollar Value of Work
$57,750.00
Is Subcontractor MBENVBE (Y/N)?
N
Park Ave Stormwater Improvements
May 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS
00464-1
Subcontractor Name
Unlimited Turf
Subcontractor Address
850 NVVFederal Hwy. #170. Stuart, FL 34994
Subcontractor Contact Name
David Fawcett
Contact Phone No.
(863) 357-5700
Contact E -Mail Address
Proposed Subcontract Work
Sod &Hydmoeeding
Approximate Dollar Value of Work
$20.836.00
|aSubcontractor K8BE/VVBE(Y/N)?
Y
Subcontractor Name
John B. Webb &Aeoodatee
Subcontractor Address
825S.Denning Drive, Winter Park, FL3278S
Subcontractor Contact Name
Jackie Webb
Contact Phone No.
(407)O22-9322
Contact E -Mail Address
Proposed Subcontract Work
Surveying
Approximate Dollar Value of Work
$7.200D0
|oSubcontractor K8BE/VVBE(Y7N)?
Y
Subcontractor Name
Central Florida Silt Fence
Subcontractor Address
4630 Deer Run Road, St Cloud, FL 34722
Subcontractor Contact Name
Billy Barton
Contact Phone No.
(321) 624-8451
Contact E -Mail Address
oentna|horideai|tfenoe.com
Proposed Subcontract Work
Erosion Control
Approximate Dollar Value ofWork
$5.800.00
\gSubcontractor K8BE/VVBE (Y7N)?
N
Park Ave StormwaterInpmvements
May 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS
Subcontractor Name
McShea Contracting
Subcontractor Address
508 Owen Ave. North, Lehigh Acres, FL 33971
Subcontractor Contact Name
Steve Maitland
Contact Phone No.
(239) 368-5200
Contact E -Mail Address
SteveM@mcsheacontracting.com
Proposed Subcontract Work
Striping
Approximate Dollar Value of Work
$1,504.00
Is Subcontractor MBE/WBE (Y/N)?
N
Subcontractor Name
OKB Rosetta Construction
Subcontractor Address
4606 Balboa Drive, Orlando, FL 32808
Subcontractor Contact Name
Kenny Rosetta
Contact Phone No.
(407) 625-4480
Contact E -Mail Address
brbrrosetta@gmail.com
Proposed Subcontract Work
Concrete
Approximate Dollar Value of Work
$35,000.00
Is Subcontractor MBEiWBE (Y/N)?
Y
Subcontractor Name
Chinchor Electric
Subcontractor Address
935 Shadick Drive, Orange City, FL 32763
Subcontractor Contact Name
Tim Chinchor
Contact Phone No.
(386) 774-1020
Contact E -Mail Address
tichinchor@chinchorelectric.com
Proposed Subcontract Work
Electrical
Approximate Dollar Value of Work
$104,500.00
Is Subcontractor MBE/WBE (Y/N)?
N
Park Ave Stormwater Improvements
May 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS
00464-2
Subcontractor Name
Subcontractor Address
Subcontractor Contact Name
Contact Phone No.
Contact E -Mail Address
Proposed Subcontract Work
Approximate Dollar Value of Work
Is Subcontractor MBE/WBE (Y/N)?
Masd General Contractor, Inc.
Name of Bidder
5752 S. Ridgewood Avenue, Port Orange, FL 32127
Address city State Zip Code
Leticia M. Ferreira, Vice President
Printed Name and Title
END OF SECTION
Park Ave Stormwater Improvements
May 2019 SCHEDULE OF PROPOSED SUBCONTRACTORS
00464.3
SECTION 00526
CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT
The Affiant identified below agrees to the following:
The Contractor shall be responsible for the accepted standards, appearance, conduct,
and safety of its employees, Subcontractors, agents, and any other person caused by
the Contractor to have access to any facility under the authority of the City.
2. Contractors who have access to City owned and/or operated facilities and utilities which
are designated by the City to be critical to security of public safety, shall comply with the
security measures as described herein.
3. For this Project, employees of the Contractor and Subcontractor(s) that will work on the
existing and proposed _ water main and sanitary sewer must undergo a
Level I criminal background check.
4. Contractors and each of their employees shall, as and when required by the City, wear
an identification badge which provides the name of the employee and the Contractor.
5. Contractors shall provide within forty-eight (48) hours of the City's request, a list of
employees and Subcontractors who will have access to City sites and/or facilities, their
working days, times and assignments. Additionally, the City reserves the right to require
the inclusion of individual addresses, social security numbers and driver's license
numbers including state of issuance for employees and Subcontractors identified above.
Such confidential information shall be used by the City to determine a person's eligibility
to function in such critical employment position(s) as described.
6. A Level I eriminai background check does not require fingerprinting. What is required is
submission of the name, address, social security number, and date of birth of each
employee of the Contractor and Subcontractor that will be working on the existing and
proposed water main.
7. Each request for a Level I criminal background check shall be submitted by the
Contractor along with a check for $24.00 for each background check and the City's ORi
number, which is FL759053Z, to the Florida Department of Law Enforcement (FDLE) in
order to pay for the Level I criminal background check. The Level I criminal background
check request and payment shall be sent to:
FDLE Criminal Justice Information Services
Post Office Box 1489
Tallahassee, Florida 32302-1489
8. The ORi number directs the report to be returned to the City of Sanford Purchasing
Department. The Contractor shall not request the report to be returned to the
Contractor. Only the list of the name, address, social security number, and date of birth
Park Ave Stormwater Improvements
May 2019 CRIMINAL BACKGROUND CHECK
REQUIREMENTS AND AFFIDAVIT
00526-1
of each employee of the Contractor and Subcontractor and the required payment are to
be placed in the envelope. No cover letter or other instructions are to be included. Only
a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid.
9. If any employee of the Contractor or Subcontractor refuses to authorize the na|eoee of
their address, social security number, licenses and/or boparticipate inthe criminal history
record checks when required bvthe City, they shall not be allowed b)work orcontinue tV
work in or on such critical position(s) or project(s). Reports which reflect incidents in an
individual's back ground will be addressed and resolved on a case by case basis.
10. In the event the Contractor can show employees of the Contractor or Subcontractor
have undergone criminal background checks onother City VfSanford projects VVithinthe
last 12 months, then a new Level I criminal background check will not be required.
11. The criminal background check request shall besubmitted tuFC}LEwithin 14 calendar
days of the Notice to Proceed. In the event employees of the Contractor and
Subcontractor do not qualify to VVo[h on the Project due to /A Failure to have the
required criminal background check reports submitted bxthe City by the FDLE; or BA
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.
MaauiGeneral Contractor, Inc.
Contractor
7W 6/27/19
Signature of Authorized Representative (Affiant) Date
Leticia M.Ferreira, Vice President
'
Printed orTyped Name and Title of Authorized Representative (Affiarit)
COUNTY OF Volusia
STATE OF FLORIDA
Before me, the undersigned Notary Public ofthe State ofFlorida, personally appeared
Leticia M. Ferreira as Vice President of
Masci General Contractor, Inc. —whose name(s) is/are subscribed to the within 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 27th day June �1
'
HcATHsRAKNIGor
my COMMISSION 9 GG 078119
EXPIRES* JUlY Z 2021
aW
4Si paturei of Kotary NblidJ Print, Type or St j0�'BIMId T�lu BudWt Way SWAM
of
missioned State of Florida Name of Notary Public
Park Ave Stormwater Improvements
May 2019
CRIMINAL BACKGROUND CHECK
REQUIREMENTS AND AFFIDAVIT
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00525-3
CRIMINAL BACKGROUND CHECK
REQUIREMENTS AND AFFIDAVIT
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.
1 The successful bidder will be required to provide, to the City of Sanford and the
Engineer, 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
Park Ave Stormwater Improvements
May 2019 CITY OF SANFORD INSURANCE
REQUIREMENTS AND AFFIDAVIT
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;
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:
Coverage Required
Minimum Policy Limits
Workers' Compensation
Employers Liability $1,000,000.00
*Certificates of exemption are not acceptable in lieu of
Each Accident $1,000,000.00
workers compensation insurance
Disease $1,000,000.00
Commercial General Liability shall include- Bodily
Injured Liability and Advertising Injuring Liability
Coverages shall include: Premises / Operations;
Products/Completed Operations; Contractual Liability;
$3,000,000.00 Per Occurrence
Independent Contractors, Explosion; Collapse;
$3,000,000.00 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
auto" or shall include all of the following: owned,
$1,000,000,00 Combined Single Limit
leased, hired, non -owned autos, and scheduled autos.
$1,000,000.00 General Aggregate
Professional Liability when required)
$1,000,000.00 Minimum
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.
Garage Keepers when required) 1$3,000,000.00
Aggregate: Naper
Park Ave Stormwater Improvements
May 2019
00622-2
CITY OF SANFORD INSURANCE
REQUIREMENTS AND AFFIDAVIT
Coverage Required Minimum Policy Limits
vehicle maximum preferred
Garage Liability (when required) $3,000,000.00 Combined Single Limit
$3,000,000.00 General Aggregate
B. For construction projects where the total construction cost is less than $500,000;
and the Contract Time is less than 180 days; and no unusual hazards exist:
Coverage Required
Minimum Policy Limits
Workers' Compensation
Employers Liability $500,000.00
'Certificates of exemption are not acceptable in lieu of
Each Accident $500,000.00
workers compensation insurance
Disease $500,000.00
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;
$1,000,000.00 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
auto" or shall include all of the following: owned,
$1,000,000.00 Combined Single Limit
leased, hired, non -owned autos, and scheduled autos.
$1,000,000.00 General Aggregate
Professional Liability when required)
$1,000,000.00 Minimum
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.
Garage Keepers (when required)
$1,000,000.00 Aggregate: No per
vehicle maximum preferred
Garage Liability (when required)
$1,000,000.00 Combined Single Limit
$1,000,000.00 General Aggregate
19. 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;
Park Ave Stormwater Improvements
May 2019
00622.3
CITY OF SANFORD INSURANCE
REQUIREMENTS AND AFFIDAVIT
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
City
Signature
Leticia M. Ferreria, Vice President
Printed Name and Title
COUNTY OF Volusia
STATE OF FLORIDA
State Zip Code
Before me, the undersigned Notary Public of the 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,
who personally swore or affirmed that he/she is authorized to execute this document and
thereby bind the Corporation.
S bscribed and swo n to before me this 27th day of June
oscr"I .2019
VAY pu..' HEATHERAKNIGHT
MyCOMMISSION #GG078719
14,2,2021
Claatluire bf Notary Pub Print, Type or StarfiVop*i4"Q'O&rdedTtwu&49elWMSwer
Commissioned State of Florida Name of Notary Public
Personally Known X Or, Produced Identification
Type of Identification Produced
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00622-4
CITY OF SANFORD INSURANCE
REQUIREMENTS AND AFFIDAVIT
Florida Department ®f Transportation
RON DESANTIS 605 Suwannee Street KEVIN 1THIBAULT, 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.fl.us/ContractorPreQualification/
Once logged in, select "View" for the most recently approved application, and then
click the "Manage" and "Application Summary" tabs.
FDOT APPROVED WORK CLASSES:
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.
AA: cj
Sincerely,
140/15�1
Alan Autry, M 7nager
i.ist
Contracts inistration Office
www.fdot.gov
¢A `
103
,.
.2fj3M
2019 City of Part Orange
Business Tax Receipt
MASCI GENERAL CONTRACTOR INC.
5752 RIDGEWOOD AV
PORT ORANGE FL 32127-6442
ISSUE DATE: AugUo 16 ;=2018`,
f
EXPIRATION DATE: Se011ember'30, 2 19
OWNER NAME: MARIA MASCI
BUSINESS ADDRESS: "'5752 RIDGEWOOD,AVE,
j
BUSINESS TAX NUMBER '19-000154.45;
CLASSIFICATION; `=_ CC)NTRACTCJR-GENERAL COMMERCIAL:
COMMENTS:
,..___..._ .____-_._ ..._........ _ ....__.._.... ....__.._.. _.-..._.._._ 1
STATE LICENSE NUMBER -:-=-CGC15., 864
(If Applicable)
TOTAL PAID: ",$100.00"I"
RESTRICTIONS:
THIS TAX RECEIPT MUST BE POSTED CONSPICUOUSLY IN_:YOUR PLACE OVBUSINESS.
This receipt represents a business"taX o%ily..: It is lint a cbmpetency'eard: and is not meant to be a certificate
of the holder's ability to perform the service' in''Which'iie for~ski e.is-,licensed. The issuance of this business
tax does not constitute a permit to act in violation of any-eity-codes, regulations or ordinances.
The renewal period for Business Taxes starts July 1 st and runs through September 30th. We mail the Local
Business Tax renewals in July as a courtesy reminder to allow time for processing payments, printing, and
mailing renewed Receipts. It is the receipt holder's responsibility to renew before the expiration date
to avoid penalties.
Should a business fail to pay their business tax before January 31st, the City will enforce payment of the tax
with an additional $250.00 fee as stated in Florida Statute 205.053(3): provides any business owner who
does not pay the required business tax within 150 days after the initial notice of tax due, and who does not
obtain the required Receipt is subject to civil actions and penalties, including court costs, reasonable
attorney's fees, additional administrative costs incurred as a result of collection efforts and an additional
penalty of up to $250.00.
MASCGEN-01
SJONES
ACOR"
�---�'' OF LIABILITY INSURANCE
DATE/Y)CERTIFICATE
08/23r2018
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
CONTACT
NAME:
PHONE FAx
(A/C, No, Ext): (813) 988-1234 (A/c, No):(813) 988-0989
gDMDRIE S: certs@associatesins.com
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: FCC[ Insurance Co 10178
GL 100027583-01
INSURED
INSURER B: Brierfield Insurance Company 10993
INSURER C: National Trust Ins. Co. 20141
Masci General Contractor Inc
INSURER D: Monroe Guaranty Insurance Co 32506
5752 S. Ridgewood Av.
Port Orange, FL 32127
INSURER E: Indian Harbor Insurance Co 36940
INSURER F:
COVERAGES CFRTIFICaTF NI IMRFR• RFX1ISIrl1I III IMRFR-
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
LTR
TYPE OF INSURANCE
ADDL
SUBR
D
POLICY NUMBER
POLICY EFF
/ Y
POLICY EXP
M/DD YY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
X Contractual Liab.
X X�'U
GL 100027583-01
08/08/2018
08108/2019
EACH OCCURRENCE $ 1'000'000
DAMAGE TO RENTED 100,000
PREMISES LEa occurrence) $
An ono rson 5'000
MED EXP $
PERSONAL 8 ADV INJURY $ 1,aaa,aan
GEN'L AGGREGATE LIMIT APPLIES PER:
a PE0 0 LOC
GENERAL AGGREGATE $ 2'000'000,
PRODUCTS - COMP/OP AGG $ 2,000,000
$
IRPOLICY
OTHER:
I
B
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT 1,000,000
Ea accidont $
BODILY INJURY Perperson) $
X
ANY AUTO
CA100003652-03
08/08/2018
08/08/2019
OWNED SCHEDULED
AUTOS ONLY AUTOS
-- - ---
BODILY INJURY Per accident $
PROPERTY DAMAGE
Per accidont $
X
HIRED X NON-2Tn ED
AUTOS ONLY AUTOS ONLY
_
Pip $ 10,000
C
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE $ 8,000'000
EXCESS LIAB
CLAIMS -MADE
UMB100015852-02
08/08/2018
08/08/2019
AGGREGATE $ 8,000,000
DED I X I RETENTION $ 0
$
WORKERS COMPENSATIONPER
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
If yes, describe under
N / A
OTH-
TAT T
EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
DESCRIPTION OF OPERATIONS below
EL. DISEASE - POLICY LIMIT $
D
Inland Marine
08/08/2018
08/08/2018
Rented/Leased Equip 50,000
E
Pollution Policy
PECO04425804
08/08/2018
08/08/2019
Occ 1,000,000/Agg 2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
"For Bidding Purposes Only"
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
rs
A� Rd'CERTIFICATE OF LIABILITY INSURANCE
M/
DATE (MDDIYYYY)
08/15/20, 8
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 Jason Vega
NAME:
Provinsure
PHONE (407)370-0776 FAX (407)370-0931
AIC Na Ext : AIC No):
9700 International Dr
E-MAILjvega@provinsure.com
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC 9
INSURERA : Insurance Co. of the West 27847
Orlando FL 32819
INSURED
INSURER 8:
INSURER C :
Masci General Contractor, Inc.
INSURER D:
5752 S. Ridgewood Avenue
INSURER E:
INSURER F:
Port Orange FL 32127
COVERAGES CERTIFICATE NUMBER: WC 18/19 Masci General REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW'HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTVVITHSTANDING 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.
INSRPOLICY
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
EFF
MMIDD/YYYV
POLICY EXP
MM/DDIYYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE S
__
DAMAGE TO REM5
CLAIMS -MADE D OCCUR
PREMISES Ea ooccuu ence S
MED EXP (Any one person) $
PERSONAL&ADV INJURY s
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $
POLICY PRO- ❑ LOC
JECT
PRODUCTS - COM P/OPAGG S
$
OTHER:
AUTOMOBILE
LIABILITY
OMEaaccident)BINED SINGLE LIMIT $
(CEO,
,
BODILY INJURY (Per person) S
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Per accident
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
S
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE s
AGGREGATE $
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTIONS
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? �
(Mandatory in NH)
N / A
WFL 5042703 00
08/08/2018
08/08/2019
H
X STA UTE ER
E.L. EACH ACCIDENT S 1,000,000
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
For Bidding Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
✓ � X4.Lv, lz
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2018/03) The ACORD name and logo are registered marks of ACORD
Detail by Entity Mine
Lc'nda 7
"'Pl1wimen! of
r
Deoartmenl of ";!aae / DMsif":', of C"amorat,ons / Sear cn Rec,."'(Js / f"CtO BV! I
, Numtbar
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
Realstered 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
Nage I of 2
http://search.sunbiz.orgllnquirylCorporationSearchISearchResultDetail?inquirytype=Entity... 2/13/2018
Detail by Entity Name
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
2016 01/1512016
2017 01/06/2017
2018 02/02/2018
Document Images
0 21f) 2,2 0 13 - -
ANNN U A 1< E P ' 0 R 1' F
77- image in P')F format
0 1111, 13,12 0 17 --
il, N' tq t J A 1. R` i ()R 1' 1
View irrage in Pf"p f'-'nnat
QVI 5120-16 -
ANNUAL i POPT F—
i r i *,,.,, g r- i;) PPF format
E,
ANNUM. RF..r"7)ru-
Mow irnacin EE 111:1 �-'.
-)!2015 -
A�UAL RPPIORT
MNI
� e m PT'
Vie:: irnaq -:Format
0.110312014
AIAEND_D ANNUAL REPORT
Vievt image if) Pi t= format—1
0 W, 012014
ANINIUAL PFPORT
image in pf:.F forniat
02/1912013 ANNUAL R1:P0',-T
04'09120112 ANNTUA, RiEPOPT
0 N0,600 12 ANNUAL REPCR"'
') !.-'20f20! 1 AN.N1JN- REPORT
06101;2010 Am.encpnenl
1511'12010 Ann*ndrnen!
01114fM10 .-ANIJUAL
01/27%2009 -- ANPIUAi- RFFI�-� T
. . .............
0111 4!20ug -- ANNUAL REPORT
.. .... .. .... . . .......... .
0271212007.--.AP,'.NUAi- PCF'QP-
01119/20W —NNNUN. REPORT
04/29!2005 -- ANNUAL
12,'! MON. - Iomestic flfc':t
I View image fn PDF format I
View image in PGF forma.
V!ewl image in I,, -)F fnl
Jr;
ViEnw image it) PDF format
F77777iln;!ge fi'l PIDr form" fit I
View Image in PON forma( I
Vc,"i image in 711171-7-17117 71
Nage /- of 2.
http://search.sunbiz.org/lnquiry/CorporationSearelilSearchResultDetail?inquii-ytype=Entity... 2/13/2018
WEN . 9
Request for Taxpayer
Give Form to the
Form
(Rev. October 2018)
Identification Number and Certification
requester. as not
Department of the Treasury
send to the IRS.
Internal Revenue Service
lip- Go to www.1rsgov1F6rrnW9 for Instructions and the latest Information.
I Name (as shown on your income tax return). Name Is required on this line; do not leave this line blank.
2 Business name/disregarded entity name, if different from above
Masci General Contractor, Inc.
(D
3 Check appropriate box for federal tax classification of the person whose name is entered an line 1. Check only one of the
4 Exemptions (codes apply only to
0
03
following seven boxes.
certain entities, not individuals; see
CL
.r_
F1 Individual/sole proprietor or W C Corporation D S Corporation El Partnership El Trustiestate
Instructions on page 3):
to
c
single -member LLC
Exempt payee code (if any)
Limited liability company. Enter the tax classification (C -_C corporation, S=S corporation, P -Partnership) 0-
o
Note- Check the appropriate box In the Une above for the tax classification of the single -member owner. Do not check
Exemption from FATCA reporting
C
T 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
another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member U-0 that
code (it an
CL
Is disregarded from the owner should check the appropriate box for the tax classification of its owner.
Other (see Instructions) 10-
(APPUS to accwnts Me#ftlMd autsda the U.SJ
5 Address (number, street, and apt. or suite no.) See Instructions.
RequesWs name and address (optionaD
5752 S. Rid ewood Avenue
6 City, state, and ZIP code
Port Orange, FL 32127
7. List account number(s) here (optional)
MOM
Taxpayer Identification Number (TIN)
Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid
Social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, fora
resident alien, sole proprietor, or disregarded entity, see the Instructions for Part 1, later. For other
-01 _TM
entities, it Is your employer Identification number (EIN). If you do not have a number, see How to Qat a
TIN, later.
Note: If the account is in more than one name, see the Instructions for line 1
Number To Give the Requester for guidelines on whose number to enter.
or
Also see What Name and I Employer identification
mummmamumn
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 codd(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 dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later.
Sign Signature of
Here I U.S. person ► Mob- 4/23/19
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.gov/F"`ormW9.
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)
P Form 1099-8 (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 77N, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X Form W-9 (Rev. 10-2018)
0 0
rl_ co
0C?
i::--
0
iZ-
0
r.4
0
C)
LO
0
0 -1
LL
4!
C'4
C (N 2).A.
A
Fo
0) (M
W
Z
0 C? 0
0
c
:3
0
c0
Z)
0
C C
Co
0
CL
0
0
—
c
Wo
C�
(D 0
O)o
(DO
O)o
c
n co
0
c
0 00
c
co
c
.
0 0 L?
m
0-0
't—
C M
M (3)
C
C13 0)
C 0)
L) fl-
c) rl-
0 t-
C�
C)
a. a -
N
co
.@
o -C
U) m
1
0
04
04
a) 4
a) 4
4
-2 (DO)
0)0)
-6 (6 0
LO
0
—
cn
C'4
C-4
CN
0) LO
ca
0) LO
(N
0) Lo
c (N
le c
a)
C)
0
0
o
00
Cl)
<
i2
U)
--:
as
c
0)a)m
>
m
m
ca
m
m
co
E
a)
c
z
0 c`4
'0
�o
�o
0
E
2
0
(n 0)
a) 4)
-j U)
c
0
c
0
c
0
2
m
T
m
m
ca
tf 0
0
o
2
C
(D
co
0)
CU
<
0) LO
(0
UJ (D
0
0
at-
C I'-
c
0 C6 0
;r cc)
ui
a)
04
LU q
<
-r
C)
-C
LL
P 9
C 'W
0 (0
a)
0
.-7(0
0
0)
c
M
0 0
:S
CC)
CO
E
-j m c
- 0
0—
ui
z
.00
E �S
CL
c
ca
c 0-
Qac
m
0
a) 2
(D
CL
E E
LLJ
W
W
0
m
-r
m
0
L)
U)
<
2 CL
cn
(a
8
ca
c
, U)
0
0
0
0
0
0
0
0
0
>
a)
m
M
ca
c
c
c
c
c
c
c
c
a)
cu
c
m
m
m
ca
cu
m
cu
co
0)
06
0
51 0
0
0
0
0
0
0
0
0
c
m
-
i
cc
0
0
12
U)
v
c
0
0
'0
CL
ui
I --
E
w
-1
(0
0
0
UJ CL
0
2
C14
0
cas
-E
(D
cc
c
04
od
m
E
ca
=3
LL
aliCD
4
tn
m
2i
E
:3
ca
E
m
a)
c
0
0)
't
c
4)
a)
u
0 (D
0 �:
rz
m
0
a) CU
E
a)
cn
E 4)
0
fn a)
0
E
2 15
.>
0 T
15
06
.E
06
U)
Co
w
<
wcO
=
amicna)
U)
t!=
m C)
(D CD
.0 a)
m 42
0
c
6
1
fn
0
(D 0
2 C%i
c�
Z6 (n
c =3
0
(D
co
a)
0
76
(D
2
E
a)
LL
0
160
c 0
c
w
'Z- T
in,
0) CN
cn
>
C C)
in od -0
>
LL
U. 2 *0
w
< 0)
ui
co
CL
LL!
0
16 0
0
3:
-0 U) �
c C
M
(D C
a) E
u (D
-0 E
C 4)
(a
<
E —
—0
E
m
0)
�o a)
CD
<
M
E
c
ii
_lz a)
E
>
2
>
0 0
a)
c
>
<
a)
CL
r-
L
ca
0
(D
.5
a)
0
-j a)
>
(D
U) CL
E
Cl
E
m
E
0
(n 0
a)
a
ca 'a
m
U)
a)
E
o
E
U) a)
m 0
r-:
a)
0
a)
2
E
15
m
> >1
M
0
'0 0
C
-r- E
co
cn
ro
-J to
z
D
0
C"O!
U')
oc�
F -
z
0
McoJ cc -M
co P
0 —j
LL
0 —j
U-
rl_ 00
r--00")
0
N
-j
LL
00
t� co
11-0
a)
E
0
N
(Y) 0
a) ,
—
- -
a)
—
a) a) CD
> wo E
—
m C,
0 c)
uj
C?
0
ul
ai
0) m
c
a)
0) 0)
c
a)
0) 0)
CN
CU CJ IM
c CN o
0 C-4 L)
CL U')
I-
ca m
CN
cu " a
cu
6
tit
z
0
cu
0
M M
m
0 , 0
'5%(0
C6 (n
v Cb
co a)
�o m
c)
0 - 0
6
o --T w
0
o
0
0 0 r-
0 0
m co c
Cl) 0
a) W Lo a
'T
"T
2�
�o 0)
0 r- (D
m co a
Cl) 0
LO 0)
0 0
a- a
0 0
Q- CL
0 0 LO
0 0
CL CL L9
C m
C: M
1:5
W
-0) 0)
co
Cl)
I
(D CY)
0 04
E E v?
—
4: CUC
L6 [2
r-- 0
0
0
(6
C)
0
(0
CD
0-0
-r-
E - >0
LJ
-
0 -j
0 -j
0010
t—
o �, =
L-7
�5
76 V)
—
=3
0
>, Co 0
C:
(D
U-
— U-
o
—
0 --7(9
U) co
cu =3
r-, o
OD
-0)
�cn
00
- M
co
M
0 U)
.27' U)
9)
CN - 0)
C:
c
ca
�:, CC)
C,)
0 y
(n @
Q7
a
ce)
U')
�s co
LO
0)
r�5 a
a) 2 —
r�5 E
C) U) =
Z
co
co
0)
a) c
:�
a)
ui
LO
0 L?
d- a)
CL (D
c L)
U) a)
>
a) a) a)
c > c
0)
0
(0
cu
Fn
(n a) cm
> -
z
(6
'a 0
ID
'0(0
C:)
(n 0)
0 E
LO
r—
a)
r—
S;
>
x 0
4)
m
w 0)
(D
=
0
LO
2 LO
LL
w
a) a)
(n
LL
C/)
a) a)
U)
0
-j
co
co E
V) LL
0
a co
co
CY) E
co
E
C:
CD
M
c
0
(0 C)
a) 0
co
C-4
(0
m
IT a) 0
C) a) 0
C6
C-6
t- -
cy) ,
CO
LMLO
0 C
151 -
- co E
0) CO
c: cd
6 cu
LU (D
F- E
C;)
c cu
M
0 E
a) -6 0
-Oo
a) - co
-(0
CY)
LM
-0 'a
Co :3 C)
0-
0) Co 0
(D a)
0
0
c co
0
w -C
< - 'a
0
- m =
< 0 cr
0
�o d 0
m CD 0
C C
0 0(0
U) C)
6m
0) a
cq a
LU
If
E -a
3 c'
M a
3:
2:
o a)
't:l 1.:
00 a)
.0 cq
a) M
CN
CY)
:3 > C�
0
a) co (9 a)
= t,- "
LL
-i
a 0 c
0- -C
'E
-C 0 LO
a E C�
D - CN
< GO))
-r
COL 'cF
0 0 a
CL
C%4
- :3
IM: ca
0 -j
- LL
00,6(/)
- --;- -
< Cj
- m
0 O(D
. a)
a) a
2 > 'T
<
0
0 f-
(D
r_
m E-
- C:
a >, m
- C:
>,.M
a) E
'a I
E m
0
0 U) (9
0,
E
0 0 LL
LU
m
cb
O
0
C: CL
cu cm
LD
M CT)
3: m
a) 0
= co 0) -
a)
CD
co
= -i -�5
0
CO
m CO
C6
0 C .1e 0
0
Lw
z
-Y >
< c)
0 E
0
-?E
'Lu
15 0
CO CL
m LL
y U') a)
a)
g 0
6 a)
0)
p
a)
Li4)
CL co
z
CL cu
E
co
a. o)
m -
00
C: ca (1)
0 CL -C
cn i� ;->
a)
cu C-4
_j
U-
o
cu
CN (u
o in
> cu
z
w
0
E
v (0
0
0
m ca
ca Cc CL
c �:
z :3
-C
c
< (n
C: C)- 0
<
c
< (n (0
r-
Z3
0
cn
M 0
0
cn
�5
a)
c 0
C CO
C: (0
M 0
U)
Lm
ui
Co
cu
LLui
cu
0)
<
(n
<
0 N
0
m
m
ca
m
Ca
Fn
=$
rh
:3
6
:3
Fn
:3
cc
a)
0)
0
(n
Z2
Z
0
0
0
>
0
>
0
>
CY)
cu
0
0
>
N
I
a)
m
CL
FL
I
>
I
-C
0
m
m
c
0
Z.
C-5
c
0)
c
CY)
rz
cm
ca)
a)
CD
0
0
0
0
0
>
0
c
C
a)
c
a)
a
0
E
0
0
0
0
0
0
0
0
U)
CL
LU
I--
E
ui
d -1
n
o
r-
0
00
0
co
0
co
0
0)
0
0)
0
0)
0
0)
0
0)
0
0)
0
0
LU a
0
CN
C)
CN
0
cli
0
cli
0
cli
0
CN
0
CN
0
N
0
CN
0
C%j
0
C%4
0
as C\l
>
<
as
E
0 -7
co
ca
a)
0)'0
a) C0)
C\l
a)
En
0
cD
E o
0
cn
co
U)
(n
E.
U)
2
0
m
C
a.
a) C: Co 0
> .-
b Q. >,
z
Ls
0
N
w
E
w
LL
M
(D Z!
ca
0
>
(D
0
w
Z) (D
_0 E
a)
m>
in
coca
E
m
co
16
CL
LL
ca a)
0 >
U)
'0
cn
(D
C:
c
ca
0
a)
2
C)
cu
E
(D
a)
0
2
CL
m
0
.9
in
m
m
0
=) t: 0
0 .- -a in
'D
0
CL
Z
LU
E
" c a)
2)- m -o
0
-2
Z
0
70
a) E a)
-0 U) a
C: (D =
co
-r
CL
cn
-0
E
a- 0
L (0
LL
Tf
=3
(n
a)
x
0
0
2
0.
m
LL!
CL
0 N
>
<
LL
U)
ca
0
0
C) .2
0
U)
D
Z
D
0
co
"T
O�
0)
CD
0)
0
C)
0
0
0
00
co
co
(0
0
0)
V)
(D
0
cl�
0
06
0
6
LQ
LO
cli
LQ
0)
LQ
rl-
C"!
U')
IQ
�2
C-0
t-�.
0
C)
C�Cl)
co
co
(0
C14
Cli
r-
(0
-
(D
1-
(D
0)
N
03
Nr
LO
vi co
-
Gq
Ull
Cl)
to),
IT
69,
m
fA
m
69-
z
0
—i
CN
0
a
a)
00
Cl)
C?
(D
00 21
C')
OD 0
00(0
Cn
(0
a)
> 2 Cl0 E
(D
M o
CO o
W
CL
cn
c
C 0
0 C�
LlO
C� (n
m
00
co
a)
gip)
CD —
U)
0 0
co M
a)
0)
i -u
'IT
C� C;
— —
17
0 0) U)
C: 76
0
0
Z,
c c
p cu
Z;-) 2
0
a)
m
C:
co
Z
o
t- -6
Z�
r- LO
" 0)
U.) c
0) . —
—o
�'!
E
c
=$
o -
0
21 >
c 6
*0 C
u 0
CL
0
(a)
=) (0
o m
0) q
U) 0 0)
c 8
ca
Q-
0
t� -t�
o
=3
0
c 0
0
F
V- t�
0 0
a)
C) U) o
. >
M (D .
-:5, m a)
0 C _j >
0
0
co
0 C?
U) r-
D-
—
0
Cc
0
0
D- a
-6
LU
0-0
CL
E
cn CO 0
n 0
LL-
Z� 0
E
Cc 'r
2;
Z. (D
oo
:3 1--
-d LO
0
cu
E
E
0Y.
co
0 (D @)
> co
C: 9)
=3
0 co
>
0 U)
>
-00
CL
--:� C, 0)
>
0
A=
2
—0)
(Ea
CU c
0
E (a
m
z (a)
6 =
-(D
-
0
0
Cl)
o
C14
c
c 0)
Cl)
ui
z
LL
W
d) 0) (D Z
-N� c > c
(D
a)
(j)
U?
M
2i
= (D
C) C'i
(5 L?
o
U-
CL 0 E
L?
E (0
c
c
E
co
0
:r_
0
, C?
(D
CD
0
cu
W
CO
=3 co
Cl)
ca
0
0
2 LO
LL
0
(n 0)
LO
(0
LO
LL
U') cA a)
(0
co
co E
0
0)
m 10
00 r-
>1
0 Nr
0 co
C C14 CO
— " U')
Ito
0
CL ca
(D
(D
co
m E
(D
co E
tf 0
0
CL 00
O
0— . C
r—
C)
IT O 0
0)
06 0
E
m < (6
m 00
-j - m
a) CD (D
CO
a) CO
'? E
d;
co
w
-
C) 0
a) 0
"3' 0) 0
m
w co
0
cvo
c
a) 0
U-
(D
a)
c co
a) 0) 0
E
E
c m
m
c (o
m
r- E
:3
o U- 0
0 cr
m CO
(D
0 C
M I-
mai
0
2 M
0
Nr co
c
< 0 u
�c
< - —
M: 0 cr
(6 0
-IT ro 0
w
w
M
to
(D
Lu CN
.5 3: 0 z
LU
co
-j tf @
-J
co cc
U-
a)
0) -5
C) 0 c
CL 'E
co m
r- =
C� -E
LU 0
(h 0
- t--
m
r E 0)
CL -1 (0
*ia
UJ (0 CO
(n
(D
0)
0 o 7:
CL c
'E
0 0 a
— (L a
< 0)
0)(9
0
cc
00 0
c
m
CO E5)
(D
CL
C) oq @
- 0 �;
>Q C) Zo
0 U- LO
(0
U) Q- C-4
-r- CO
a) 04
M
-j
0
p0
ca ca
C
M —
-j cc C
a - o
ul
ui
0 -0
'cu m
(D
(D
OD (3)
-C ur) a)
U) -?5
<
a ca 06
--F
�o 0 U)
cn C14 M
0 LO 0
C.)
- cl)
Co -j
a)
0
C:
o E
c
m
6
0)
M
0 —
c OL
o tf E
zCa
i2
co
-2 6
0
—
a.
CL
c
0 M (D
c
C, M r— M
6 -�; 0
a) U) LL
(D
0 m
CL
co
3: CL
�6 0
—
0 m
a.
z
0 0
co
t�
cn a. U)
n -0(D >
0
(n E
E E
co
91 v (9
CO
E E
W
LL
C)
70 0
C
L? z
o (,o
0 -Z6
80
— 0-
-J C
a)
-o 0
(0
'0 0
cx
<
T-3:
(D
< -2L
cn r-
0
(n
co
r-
m
C) 0
-Se
m
< cn r-
m
M
ui
U)
co
m
ui
w
M
(n
I -n
a)
0)
(n
a)
0)
=s
'S
z>
0
0
0
0
>
0
>
>
<
0
>
CL
U)
CF)
(n
(D
0)
06
0
0
(D
>
c
(2
0
C)
0
(D
m
C:
2
0
0
E
a)
0
�o
0
0
a)
0
CL
0
0
E
0
0
CL
0
0
0
0
ami
O
CL
E
Wa) I--
LU
<
0)
C)
0)
0
0)
0
0)
0
0)
0
0)
0
0)
0
0)
0
m
0
0)
CD
0
-i
W a.
2
0
C,
0
C14
0
04
0
C4
0
C4
C)
CN
0
CN
0
04
C)
cli
C)
04
0
(D
U7
a)
W
C
a)
�o
E
E
U)
CL
c
.0
Zn-
C
CU
Q
0)
CL
m(o
0
E
=3
c
a)
0-
—
c
0
2)
—
CL a)
—
CL
(D
4--
m
LU
a)
>
E
0
ui
U)
c
P
.9
w
00
a)
U)
LL 16
(D
E
> (D
F
E
a)
CL
0 (D E
m
0
U)
E
a) C6
a
7�6
0
C:
2
0
U-
U-
0
>
0
a
0
m
ui
2
a)
E
R:
U)
a)
w
0
>
<
:3
0
U-
C14
<
z
a)
U)
C)
a)
U)
M
=3
0
0
0
. 2
<
:3
a)
0
E
co
to
<
Of
ccl
z
M
0
2
co
(3)
0
0
0
U)
0
(D
<
0)
L6
M
LO
6
0
(b
04
LO
(D
0
(N
Cl)
t17
0)
Lo
04
C:>
co
LO
C5
(0Lf)
Cy�
I--
C6
cc�
0)
q
tL
Luo')
O
Cl)
(3�
cl�
C0
—
lt�
z
64
C4
61).
601
r-
64
ffi
619,
(.4)�
613�
0
U
00
0
C0
co
t� Cl)
N
:3
6 6
cn
6 COLO
(D
co R)
(D
OD 01
C14
0
0 E
m 00
0 a) 0)
- ,
co CO
0 0) 0)
-- .
Cl) 0
cy) 0
0
r-
C)
(0 -j
CO
0)
U) C)
Lu
0
(n
C) =3 (o ca
U) co 0
0 Z3 (o m
E U) co 0
r-�
0
LL
C�
o 6
r— Z
Iq
04
C-4
>
c
z
.0
0
w m
co 0
m I
m
m 0
- I
ia
-.;-- a)
ca V)
cp C:
(D
CD
0
cn
0
�o c
0
.r-
- cr
oD E
� (D
�c co
-
co E
(0 -cu
0 o
t�
0 o
t: t�
c
19
't cn
0 M
r-
0 0
C: co
C)
L)
m
CL
0
Iq @
"q U)
0 - (1
M C14
.2" IL m
0
C-4
Z, a- M
o
a
0 0
Q- CL
m
(9
CL
(n cu
c
IT
g
a) -j
0 U-
C> 0
U)
0
6)
C
U-
c U-
0
0
-
CO
M M
(D
0 m
°-a
01) N
w
- E
o c
-j
0)
0 0
0).-
0 (D
C
Z—
0 co
—
� co0
C
:t-- -T
0
"T co
x LL
N cf 0
:3 0- M
o C
:3 a. M M
0
c cn (D
m
CL
a)
a) co
0.
(D
0
m
0 co
CL (D
o 00
c 2
a) U) 0
FEU)
co
0
CL
>�
E c
a) ai
>
d
LU
=3 (0
ON
I
E
2 CL -ffi -Y
>,
E 2
2 a -�e
>,
-C r-
E U')
<
-
m m
M 0
<
IZ
z
C?
ca w (0
y
CL
y
0
'D
- W
C:
M
<
w
(D (0
(00
m (D
m C) CD CD
0
�o 0
-0(0
a) 0
0
0
20
m
CD 0
2- t--
�e 0
- rl-
th
LL
LO
Ll-
LL
LL
M
0)
E
0 0
E
0 0
0
(N
LO E
C)
LNO E
If 0
0-
A CO
-t 0
0-
a CO
(?
L)
(n Cd
0)
a L)
a) m
a) 0)
M
0)
m
w
v;
M
w (0
c
0
2)
OL
:3
CL
=3
0
I_-
W C;)
W 0) r-
Q) -
LO
(D CD
a) u
I- E
0
E
0
0
0
c
0 fo
c
-0
co
U) I
LO
c (0
.- U)
-q 00 0
C) (0
�r CO
ui
0 (n
Iq (n
0
-� "t
w M
r co cd
2
'T 10 co
r-
�:
< a)
< w C7
(D
(D
0
0
< CL
0
CL
a_ -25 co
:r
r -6
-L
'(9
c
m .1 @
a)
0
a)
a)
a)
0)
LU
i
_j >, 0
m m
a-
>1 -,
m co
CL _j
m c
062
-j m c
06 O.
0)
a
0
w
0
3:
c
CS
c
m
ui
co
m
3: �;
�o -t6 U-
U) M
(D -�5 LL
C CU
rz CL
tf E
CL
2 tf E
w
c
ui
w
z
C3
(n
minora
cn (o
m
0
- 0 V)
M
m o Zn
m
.2 0
CL CU
E
,
ECL
E CL
CD
-
0
(D
c
a)
c
W
CL
CL
0
(n E C-)
0
E
E
E
a)
.2
.2
ui
fa
r-
m
2
m
m
m m
U)
(0
m co
m
(6
m co
m
m
ma mY
m m
2 CL
2E 6-
cn
z
>
2
m
ca
CL
Lf)
Cl)
c
:3
—W
(D
0
0
>
E
0
0
0
co
C\l
M
0
m
0
L)
cr-
<
cn
m
(1)
ca
if
0
0
<
L)
cn
06
0
a)
co
0
C)
0
CL
CL
0
0
0
c
�c
j
c
E
E
0
0
0
E
w
ca
U-
0
w
CL
0-
0
0
N
G1
0)
CL
E
w
F-
< w
0
-
0
-
CD
-
0
-
0
-
0
-
0
-
0
-j
ui a0
2
04
0
N
0
C\j
Cl
N
0
N
0
N
0
N
0
cli
CD
C14
0
CN
0
N
0
C�
c
.0
c
m
co
co
(D
(n
c
c
a)
cm
a)
Nr r-
w
a)
E
C%4
.0
0
E
0)
cu
a)
U)
m
a)
>
W
(D
0
c
.
lt�
=3
<
m
0
0
co
2
2
CL
0
E
U)
a)
0
E ro
CL
m
U)
:3
70
w
a)
'a
c
.9
c
t
Z,
cu
3:
B
'in- n
0
U)
a)
(L
0
(n
'a
a)
jT3
c C)
-0
Q)
c
a)
CU U)
M (D
c
w
:3
0
ca
E
0
0
E
a
F
E
0)
a)
CD
2:3
<
a)
(n
a)
<
m
z
b
0)
'0
CO
a)
w
-C 0
a)
LL
>
w
'0
c
(1)
CN
m
U)
C
to
LO
m
0
0
T
cl)
z
0
2
0
0
C?
0)
0)
0
Cl)
0)
<
(Ci
CD
Lf)
0
0
C\i
0)
o6
L6
Cl)
0)
CN
LQ
(Q
oc�
Cl)
(Q
C�
LO
co
cl�
00
0)
(D
LQ
P-
C\[
64
m
FA
fA
CD
61),
64
U')
6q
ffi
6q
Z
0
0)
CN
19
m co =
tf (Y)
>
0
C4
(0
00 2)
0 01)
CN
a)
0 0) 0)
.5
0 E
cli
CO 0
LU
Cc
(0 (D -,
CO
2
0)
d (n
CC)
0 (6 m
E dao 0
rn 0
z 0 'n
c CC)
ch
Z
CO 0 (n
ON
16
co
m
E -j
�, C') 0
M M
m
w cu
a)
OD
C) Iq
LO
CO
E -J
cu c
- 2
0
co
NMS
U) LL
a- co E
- (0
cr
I oi
CO
m
LL
m
0 o
mE
CL
L) C:
LL
0
ca
c
9 -
-)C m
0 - - a
m CN
@
U)
=3
0)
CO
(0 :3
M
a)
0 o
0
0 ca
0
z Eco
(L M
-J
i a) cu
< 0)-
cn
(a
0
<
C,4 a)
W V)
m
CL
z >,
Eco
a)
ca
(L D.
-0
c C
=; (n
U)
c
n
0 U) M
U- 0)
- -
-t6
= c -0
T m
C/)
.6 CO 0
@
-
0
0 (n CO
-
-j
-
Z�
=3
=3 0) to
0
a)
o 0
tea. M M
-j
00
E
0
U)
0 (D
0
0 :3
o < 9
z
-0 0
a cn C)
n tf C—)
w
m
n-
—
Z,
Zn -,z
z 2
w
Z
Cl)
cn .j 0)
C U) 0
>
E 2
CL
(0
0
2 i5
U)
r-
LU
Z
.r- 04
'0
%U-
<
U)
a- 2
'0 (a (D
U-
0
M
0
E
co
2� C) (0 g
M 0
M 3: r-
m
L)
-(D E
CD
0
U)
(C) rl-
m
C/)
LO
0)
CL
U-
0 -
C) CO
tf E
v 0
0-
CL CO
-C
0
E U-
0
V- -
0 co
N (9
ca -
0 0
7�5 cd
V; 19
M —
a)
F-
CU
a. m
0
W (D
E
m a) -C
w M -
w (D
1- E
06
0 0
m (D
W r- E
0
6 0
Nr cc)
cy-
m
F:, c6 0
co
�F)
-
(1)
15
C)
C
C14 0
LO
0
(D
C) co
lu
C') ca
loz 6
") 20
2
cn
- "a (0
Iq (Y) M
U.
< 0)
-r
IT
0
< w cr
06
75
U)
0
0
0)
U)
c
LO
LO
-r-
a) rr
< 0) @
0
c
--j m c
0- m
j m r-
E
iE
C:
0
U)
<
0
C)
m r-
ca C
0 .2
cu
_j 0
M
-2
c QL
0
(n
w
m
0
C) 0 75_
W
Z
0 tf E
0
a
t�
.2 E
70
c
Q)
-r cc)
c)) v E
6
76. co
CL r
E
(n _lz (0
ca -
m
Q.
E
M
E
a
0
z
E
mace,
m >� E
0)
c
c
0
0 CL
E
w
cc
m
-r m
w
-
>
0
m
m cu
Coc
Cl)
C, m
w
0 cu
0
C:
<
CL
m(D
c
0)
C
a)
0)
>1
cu
0
En
:3
0
m
0
C)
V;
m
E
0
0
C)
:3E
0
co
E
E
U)
0
Of
0)
C)
a)
m
<
w
m
0
06
z
CL
IL
0
Z
z
a)
0
0
0
0
0
0
Z,
o
m
J
0
C)
w
U
C)
0
CL
E
w
-
-
-
CN
-
04
-
C14
-
CN
-
C14
-
04
-
CN
-
0
-j
LU a.
M
0
CN
0
N
0
N
0
C\l
0
N
0
04
0
(N
0
cli
0
C14
0
C4
0
C14
0
C\j
0
a)
E
(n
m
(3)
(0
cv)
(D
E
c
a)
E
70
(D
M
-C
cn
CL
Lh a
a)
>
a)
>
0
(D
W
C >,
0
m
-C
E
C14
M
2
2
CL
Q
C)
C:
E
?
0)
a)
*0
a)
(L
CL
U)
CL c
cl)
0-
E
E
o
m
0
Ob
a) L9
W
n
0
1�
CL
c
<
C/)
cr
0
E
uj
M
CL
0-
d)
(D
a)
0
FL
0
LL
-0
a)
o
LL
UJ o
CL
cu
0
(n
0)
R
a)
U)
m
—
M
0 E
a (D
'o
co
LL
C
(D
E
<
>
2
m
LUU)
0
M
C�
CL
m
E
06
m
ij
10)
m
06
0
U)
a)
.>
(D 0
0
z 4m
(D
CD
—
L;=
fn
cu
2
m
0
C:
m
>
<
a)
co
5
CL
m
m
mU)
0E
U)
U)
z
D
0
0
LO
m
C)
rl-
<
(D
00
0)
'IT
C-�00
0
C�
r-
Iq
ui
LO
co
r-�
(6
(D
<
IQ
00
C�
cq
C6
cc�
C)
C6
I-
m
C6
t-
m
C)
C,
rl-
(D
C6
CN
CD
rl-
0)
CN
(0
0
(D
(D
U")
C�
co
C�
C)
U')
Z
1-:
69.
61).
N
6q
60
cli
ca
6c>
ec.�
0
J
r- 00
04 04
01
co 21
00
1- co
r- C)
LO
0
(D
OC) 2)
0
— CN
LO
C)
C') 0
(1) 0
cl)
@
(D -1
M o
IT
(0 -1
w
C6 C14
CN 0
CON
00
a) aj
0) 0)
C
a)
0) C,)
a
M C-4 0)
LO
a)
- U-
c
a) a)
0) 0)
'a
M 0
C: co
U -
i�
c m
0 , 0
-t
�:, M
T [2
c
fu 2
CO0
0
4
'T
E
-.i-- a)
C:
cu m
rz
CU
�7, M
0
z
0
(D m'5%
m 00 C:
C/) U-
0 o
0 o
m CO c
CO
0)
-X
Co
tf (D
0 o
a
E U-
cn
T -I cn
0
M 0
m
tf t�
0 M 0
-t�.-
i::--
6
c
0
CL
CU
0 ca
a r -
a.
L)
(a
cc
=3 0 -0
a
Z >,
0 0
a. CL
0 0
IL CL
-C ca
C M
0
E
0
(h
C =
CU
0
M
c
a)
0 ca
0 :2
U)
— E (0
0 U) Cl)
-6
0
(n
c
a)
a) 0
(D 6
M
- 1--
'8
Zl
E 0
16 U) CY)
2 m
w
0
:3
0
0 U)
jE
m M
— 0 0
0
_0
(n
(D
0 U)
0 (n
U
@
(D
z
, (n
C/)
c
(D
z
_; (D
(D
U+U)
-7 cn
cy)
q)
to
C:
E co
LO
0
6
r-
LU
U)
>
0)
U-
t-
U)
r-
L9
U) a) 0)
> —
1--
cc
m
C: r-
L9
>
m 3:
_0
z
j5 ca
a) E
(D f
C-0
'0 Cl
(9 (0
'a C)
2
- 0
2
'0 0
U-
E
— :3
Z5 U)
cn 0)
J a)
2
2
(D
co
2 Lo
—a)
m
�e U)
—
U-
-i
U-
U-
-i U)
LL
C
0 co
CMO
U') U-
0—
19
_j
N U-
" E
LO
0
CO -1
�a
U)
m (0
(D
Cj �c
cn•
Co —
w (D
>1
LO —
U) m
CL 0)
U -
o ai
O
W I- E
0
C: a)
t- E
0
0
a)
(D
(D 3: Lo
a)
Co (n
L)
ui
C,6
0 00
co ca
m
E -a
(6
CO y
C) M
0
(D
s (9
LO
U)
0 m
w
I a) -&
m c
o
I_-
a)
a)
�o CN
c
m
r_ m
w �: I
c
CL
(n CL$
c
LL
0
o
< CY)
C:
m
r.L
E
- CN
Cao
a-,
-0)
co
co
co
0
L)
C)
ui
—
Co
O
a:
_j m
u
-0 r--
(0
-j m c
rz a)
r-
CL m CY)
>
(D
w
00 0
6 1
W
06 2
W 2
(D
U)
0
CL
0
w
Z
E
0 co
>
< Co
a) co
c 0-
0 If-
0 E
,5L ca
a)
-
>
U -
M -.7
0 (n
j 4)
cL (D
CL
E
z•1--
a.
E C
t5 0
n -,e
6
.2:1
0 m
(D
Z
w
0
E 00
m
cc
FD
c
:3
O
<
Y
a
0<
U -
(n
(D
a)
cu
c
a)
0)
0)
c
0
0)
c
LO
20
12
0
co
0
m
U)
2
0
cn
0
cu
<
cu
2
0
_0
m
U)
IW
4)
z
16
i5
F-
0
c
cu
z
16
—o
0
0
a.
0
a.
0
ca
co
LL
0
cu
Z,
(n
U)
0
0
IL
0
0
0
0
0
-C
Z,
U -
c
0
L)
0
F-
CL
w
E
w
—
CN
—
♦0
CN
—
CN
—
04
•—a^-
—
N
—
—
co
c-
m
r--
co
—
0
LU CLj
0
0
0
0
0
0
0
0
0
C
CD
0
2
N
N
N
N
CN
N
CN
CN
CN
0
.C:
cn
cu
Cn
>
co
(D
(0
LO
IT
x
ca
a)
m
co
LL m
F
16
cu
M
cc
LL
N
06 m
N
0
CL
CD
co
0
:3
_Ile
0
> <
2
0
w
E E
M
cl 2
Em
U)
a.
C CL
Co 0
0)
-a
U)
LL
(D
- E
a) '55
m
CL
0
m
a)
0)
@
00
to
M 'n
0)
a)
0)'D
LO
O
a)
E
w
c
Fa
>
U)
m a)CL
E
U)
w
C:
>
0
m
0
�o >
2 F5
a)
C
0) <
0 75Ci
0)
Z
mcu
a)
0)
=3
0
c
=3
cr-
m
.5 .0
a) w
>
Cn
C6
w
2
CU :3
E
<
LL
a)
2
0
a)
0
Cc M
C
U)
CL
cn
ca
'E
co
Z
M
0
O
9
O
0
(0
OR
co
0
co
C7
LO
CN
m
(0
0
0)
co
m
(.0
—
0')
(6
r-
co
0
06
co
CN
co
LO
CD
0)
L6
(N
P-�
Vi
(C�
Vi
0)
C(�
0')
Ci
C6
V
C6
;T
0
LO
0)
;:r
OD
0)
cr�
LO
C14
r-:
00
0)
(0
co
0)
N
co
0)
Cp
F-
LO
09
CD
ta
N
e4
—
03
V4
m
6r.�
C4
(f).
Z
(0).
6q
0
a
00 0
CL
'T
0)(3)
-2
(D
L)
co
LL
co
U)
(n
0
-0 04
:3 Cl)
2)
0
Ul
ca
C�
o
co co
a) (L)
a)
0
0
Lr) -j
-cu 2)
m c)
(n f -
ul
•
�;z (D
Co
m -0
>
(a
N U-
D o
a)
0
CU
z
0
Q
U)
0 ca
0
0 0
U)
:3
cu
a)
.0
Y
>
2
Il-
"
-14
(3)
N
a 2
1- 0
CL
-
CL c-
c
0 E
.- =
1:5
cn
U -i
a)
(a
-
4) —
0
c
0
CL
cn m
C:
N C13
E
- 0
m M
a_
a)
CL E
(D
E
>
2�
0 C14
0 V)
c ca
-j
U)
C7F-
CU
Co
0
(a
LL Co
M
0
2�
w
cu
—0 65
0 E
C:
ca
:3
>
(n
U)
OL
a)
OL
a)
LL
�o (n
UJ
ca
o
a)
=3
UJ o
0
C)
0
0
00
0
0 0
2
Cc:
0
0
-0 0
CL
- 9
CL a)
C)
0
Po
—
4-
'2
2
cu
0 to
C) T
cu
ca =
2
:3
0
c a)
m
ca
c 0)
:3 CD
cu
>
0
m
>
ca
>
>
-2 E
E
wo
C: a
-Z
- 2
2
ui
z
0
'0
— :3
0 N
C?
2
4�-
2
2
Z
ca -M
To
co
a) i;
CD
o a)
-2:1•Z5
U)
m
m
E
>
c
ca
CL
-j
0
FLLL
CD
m
o
0 co
Q tD
co
Cl)
a)
co
Cl)
0)
c
U)
cz CD
(a. ca
CD a) E
IT 0)
c
ca
-j
a) E
a)
0
w I- E0
(D
0
0
C:
M
cCom!
0
ca
c a)
w
0
0 co -
U)
62
< M
7-0 -r-
0)
c
a)
�o
< T ca
7- 0 -c-
0
c
ii
U
a)
(D
'T c)
IT C
0
c M
w Z--
-j cy
'C
>1
ca
m CY)
-j tf cr
in
CA
w
LL
C
.5
a)
< CY)
Q)
r_
a)
n-
a)
E
0
co -1
a)
0 @
CL co
<
ca
0
ca
c
ui
a: C:
-j fu 0
(D
—
= >
> 0
C: >� Er
0)
c:
a)
C)
w
-14 u.
ca -
m
a >�
c
ul
a)
00 -�L
M o
cu 3: C:>
W
cn
U)
<
-j 0
�o
c ca
ca 0
a)
Zui
F-
U)
't E
o
n-
F-
CrI -Ie —
co
-
T
:3
M
-C
co
CL -a
—
0
(D
a_)
N
(a
0
M CD
42) (L ,
>
z
E
:3
0
*0
LL
It-, (0
"a
a)
0
U!
ca
-C3
O(D
C:
<
c 0 ti
<
N
r-
CD
< ca
Q-
ca
w
m
w
(n
C:
a)
co
a)
LO
a.)
z
0
c
0
E
0
>
(n
m
a)
0
0
0
E
ZC
0
0
o
U)
0
:3
U)
0
a)
ti
P
F-
-2
'2
cl
'2
a:
0
Z,
0
Z,
in
0
m
>
0
U)
cu
>
co
>
ca
>
0
0
a_,
.2:4
a)
T
2?
m
—
cc)
Z,
m
M
m
U-
f 7
UL
211
c
0
4)
CL
LU
Ix
E
uj
CO
—
ce)
•--
(Y)
—
Cl)
—
ce)
—
ce)
—
m
—
ce)
--—
m
Cf)
s-
co
—
C")
—
0
i CL
CD
Cl
C)
0
0
0
0
0
0
0
0
0
0
0
0
CD
2
cq
N
C14
CN
C4
CNI
CN
N
N
C14
C%4
CN
CN
N
cli
C%j
0
0
N (n
m
0
a)
E
C
(n
a-
a)
0)
Q-
z
<
a)
>
c
m
a)
(n
Cl)
a)
cu
0
0
LO
a)
'0
w
(D
0
a)
co
c
w
�E
c
a)
>
2
a
>
2
E
0
.2 0
I
0
—
Z5
C
a)
CL
E
C�
co
!1'-
NaCN
U-
a)
N
c
IL
F-
.2
U)
LL
-a
E
E
0
E
:3
0
m 0
2 a
m
a) (D
-j
a) a)
cu
CL
m
LL
m
>
0
.2
7Z6
< E
006
> 72
0 V)
a)
—
rn
--a
0
0
0
w
CL (li
Fa
a) a)
0
- �q
2.-
ci �7)
E
o
o
ui
2
E
0.
U)
.9 0)
;>
ca
(n
*
a
0)
a)
E >
m
0
(n
>
Z
cn
-CO
0
0
a)
U)
�
-j
E
a)
U)
m
w
m
(0
C)
0
M
0
LO
0
m
<
U)
>1
-j
N
m
E
a)
rn
m
0
0
LO
cr-
>
0
co
U)
m
U)
m
w
LO
5
Z6
cn
U)
a)
If
w
0
co
0
Z
0
z
z
M
0
LO
0
C>
CD
CD
0
C9
Nt
C)
(q
0
9
0)
0
9
0
IT
co
oi
LO
m
(0
C)
0
0
1--
m
0
r-
m
0
0)
P-
M-
CO
a)
0
co
CO
(Yi
00
m
cl�
0)
0)
IT
U')
LQ
06
U')
0)
0)
0)
0
NT
ly�
(Y;
V)
(D
LO
CN
(D
(D
rl-
-
LO
(N
Nr
co
m
co
0)
LO
N
LO
0)
0)
tl-
LO
co
CN
co
C4
0)
r,:
N
q
—
N
LO
CO.
(D
C%i
m
6q
"IT
69,
LO
N
W -
C4
N
0
LO
z
Q9,
61�
(Al
to
FA
FA
0
00
co
-a C:)
LO U)
C)
04
(D
co 21
(D
0O
E
C; C')
6 Cl)
C- 2)
L) q
0 a)
0 —
M :3
tl- —1
=3
D- c C:
a)
1-
2)
M o
a)
iu
aj
co 0
cu
ca
a) 0
0 CO 0
—
04 m
-
0 a) E
a)
o
E Cl)
N
z
I= -
L)
.-
cn CD
D
U) 00
:3
M m
4.
04 N a) 0
>
LO
c 0
W C t=
cd
-,,,:
�,
E
u-
>
co
0
0
0
(0
-6
> C14
(D
o
> (N
0
=)
a) >
Co W 0 C-4
a
0
co a
V)
�: M
c
m
0
0-
-
i1iC
2 —
a) a)
a—
0 x
a)—
x
E 0
o U- to S4
o 0) U)
CU
_j
U) CO
m
a) -
ZCD
c
o
Cl- CL
U)
0 CU —
0
E
0 _
m E
C: CU
75 -
'F5 U) LL
E -5
a) E
E CO
05
CL
0
U)
u) &n a5
:3 V)
�Lu (o
Zn cn 0-)
-�e :3 L,
0
r
Z, = -) 0
U)
co 0
G-
I
>, N6 0 Lij -
y o
3--
o U)
0
J--
C0
—
m z (6
CU -6,6
Ta
a tf
:3 Ln (D
0
0
:3 C) —
c
m cu
0)
C 0
Qy
,2
N
> (Y)
> (Y)
0-0
z o
>
a) Wo
0 0 -6 cu
0 -14
z
�;,
N
A
0
0
(D
-E E
< CY)
0)
U)
0
w
z
0 C.)
0)
CU U)
2
M W
32
0
3 0
CN
0 -0
LO
:3
-6 0 a)
U)
—
0
a)
LL cn
(D LO
O
co
0
0
W E
m
(0
0
m
0
U)
U)
U-
c
.0
a)
co
co E
Cd
En
Mo
—
0 a) 0
0
(n
0)
0
En
a cc
m
O
(D
OL
c
C::
c
(n
<
C
0 CT
w
w
ZO
a)
"o
.2
(D
5
-
a)
w
a)
a)
co
't-, 9
LL
—
0)
C
W
a)
0
(n
(n
a)
C
0)
C
2)
jr-
0 q
CL , C-
0
U)
0
U)
ui
a)
r-
cli
-E C
w
w
a)
>1
�z
0 U)
4)
>1
:8
LU
T-
<
c
0
0)
-C
Z:
Co 0)
3. ca
Z
O
m
() c
0
0
m
m
CL
.0)
Fn
0
-X
ca 0
m U
C
U
0
a)
0
,
0- 00
Z
(n
0
co
5D
(y
w
0
>
-X�o
CL
R 0—
C: �(D
0
m
< U) r-
CL
<
m
w
Z,
21
CU
z
Z�
Z>l
m
c
D
0
OL
E
0
>
a)
0
0
C)
0
C)
70
c
0
0
C)
0
C)
0
0
<
16
m
m
ECU0)
06c
0
in
to
C=
0
c
0
Z m
16
41,
0
00
0
0
C)
>
>
21
U)
a)
U)
C)
0
C)
L)
0
L)
'a
Q)
W
I.-
'IT
E
w
<
IT
—
r
—
—
r
r
v
—
Nr
—
0
-i
LU p,
C:)
0
0
0
0
0
0
0
C)
CD
(D
C-4
C-4
CIJ
(N
N
N
04
CN
N
CN
CN
0
N
E
M
0
a)
>
c
co
C:
'
2
CL
E
(D
E U)
CO
6
c
LU
0>
(n
2
a)
>
2
od (D
0
t5
a)
c
0
CL
C.
E
Co
>1 c
2
E
a)
U)
m
ill
Co CD
?: E
>
wo 0
m
iL
LL
-6
>
m
0
(D
m
0
a)
m
C:
0
'6
-0 (D
Co >
CU
7�5
cc CL
0
E
0
m
0)
0 2
a)
0
0
ui
>
(0
CA.
'0
a) E
<
E
Fn
c
0U)
U)
3:0
>
Z
0
x
a)>
a)
(0
cu
< U)
Z
m
COC
'0
<
Az-
Zn
'a
co
-)e
<
C/)
c
ca
m
m
0
m
LL
Z
0
r-
ce)
LO
04
0
co
04
0)
0
<
0)
(0
rl:
LO
L6
U')
cli
r-
N
—
U')
L6
—
06
C16
LO
IQ
cl�
C�
Cl^
LQ
(0
Cli
N
Nt
r-
-
ll-�
00
-q
LO
Cl
0
(D
r-
00
ce)
LO
co
LO
0)
0) Cl)
r-
Nf
0
N.
Vl
i
ClCl�
�
0)
(0
co
OD
r"i
cl�
00
'IT
Z
—
ort
ul
LO
fA
m
(1F}
—
(11*
69
—
GF).
(D
(f),
64
0
;E
�D a)
c
co
cy') co
(-i
CN
00
w
(a)
a)
ipl)
a) CO0
0)
2)
a)
6
m
> U-)
0
0
Cl) 0
':
C
0
Cc 0 0
C')
(D cp E
C:
> c 04
:2- Lj Z5 32 00
(D SO
m
E
a)
(M rl-
(D
U)
>1 CN >1
cc
a) C-
co 0
Z
0
m;> w I-
-0 w > r-- to 1-
c 0 1?
cn a. C Nr —
�o 0) - - � I
CN
0
5
U) co
:3 (D
0 IT
0
--
w 04
E c)
(D ,
ca
S)
cn co
a.
(N
5 6
a) 0 U) Cl) (0 LO
a LO (D
'0 C W 0
c m a)
-a) -
(D
> C\j
0 (0
LL
LO CO
(0
-j
LL
E OE cc,')
CN
> 0)-
(n
E o
0 'n LL
c (n t-L
- M C "
<
a) L) :t:! C, (D
(D =3
ca (D
0 x
CN
C) -j
U-
CO
a)
CO
00 (0 0
E
C,: -0
w
W
r-
Cl) 0 IT C)
0 w
.a C)
C,4 U) cl)
cc (D
0
0 Co
U) -
(1) G)
=3 LO
>1
E
fl-
0 -;, (D 0
U)
0 M
rn F) 0)
0 2 C) a)
U) CL 0 U-
- - 0 O)o
CC)
1 U')
0(6
'6.0
(6
a)
0-6 .
m co
-i
u) (u c:) co
0 Cl, -�5 -
0 cu
zt:
O
2 65
(� "a , 0 Cl) 0)
-2
a)
0)
> C)
2
=
0 6
-
0 m
co 3c
co Cc
> m
0 LL
0 w E
i5 c c: 4
0)
< m C)
c
c
0
a)
CL
—
>
-,d -9
w co x
C: C
>, 0
w
Z
r- CLI 0 4)
E U)
0 0)
0
co cn
To
�o
0
0)
<
a)
M (n
0 0
co
0
<
(D -q
CN
x 0
a)
0
CL
LL 0)
co
0
E
CN
a)
a) 0 C3)
OU
0
C)
CIO
C\l
ca
-i
C LLLU
C?
(o
w
Ixcc
a)
0
U) (Mn
(D
LL
0
0
U)
E
'20
co 0
-C
(D
cc
a)
LL
w
U)
> m
(g
M c C')
U)
w
ui
2
(D
co
= -i
-0 C 0 U
zU
U)
Cl)
o (n
F-
>
0 E
mz
0
Q
m
<
0 C14
e a)
w
LL
0
_
0 om
_j
:t-- 'F
(n
a)
0)
a)
Na
Z
0)
0
o
D
0
cn
c
m
a)
mm
0
cr-
a)
m
cu
w
a)
O
0
(n
c
0
E
06
U
0
0
E0
12
0
Q
0
0
0
0
F
E
U3
tf
0
>
<
0E
CL
a)
z
0
CL
E
ul
w
LO
-
(OLO
-
-
U)
-
LO
-
LO
-
to
-
to
-
0
-j
LU CL
*
CNI
0
04
0
CN
0
N
0
CN
0
CN
C,
N
0
(14
0
CN
0
cu
>
aQ)
a)
0
0
Cl)
U)
T
co
m
0
2L
C/)
:3
w
CL
> 43)
.0
caC:
.0
a
wm
a)
ii-1 c
CL
.2
E
c
CL
co
CN
U
-
1--
0)
(-
0
LLN
L)
ca
a)
LO
0
-
a)
w
0
w
a)
?:
V)
mm
w
(D <
T
a)
a)
a
0
-j
a)
a)
z
LO
�e
a)
cu
LO
a)
w
U)
0
LO
LO
w
0
0
a
LL
0
0
U-
z
M
0
CN
CY)
(D
0
0
C6
U')
0)
0
LO
00
Nt
ai
Vi
cc�
L6
r-
0
C14
rl:
co
00
O�
OD
00
(0
M
Nr
C6
(D
p-
CN
1-.:
LO
cli
LO
cl�
(N
05
00
Lf)
cl�
rl-�
CN
CN
C'\L
C14
(D
(D
—
0
Cl)
0
I--
z
ea
CY)
(a
0
C
co
a) 00
OD
a) co
>
N a)
Cl)
C)
41=
4) M
3 j5
(L) CU
Cl)
C0
6
<
0
rz
cu
CN
w
C'U E
(1 0
>- E
cu
- 0
CL Cn
(n :3
-6
E
0
ca
E
0
0
c) E
3:
a) 0
z
0
a) Z.)
E
z, cp a) a) r-
in OD
m
o C)
CN
>
U-)
u
(a
(1)
LO
Lo
-C
0 0
cu
co
(D
(u
cu
c
a) 8
O)o
-0 ;r
3:
(L
- cu
co
c > a) r-
::3 ." 0 — C14
o 0) (n co
0 �w
> C'4
0)—
(,j
Cl)
-0
Ci
c L)
:3
t
0)
—0—
0 IT
> C14
0)—
C
0
a)
M (0
(1) -j
m LL
Cc,
m
0
(A
E
(D
L) F- -j
I - x
o
a)
i5
-6
6
m
c �;, co
:!--
M
(10 0
E 4' cO
ca E
> @
a) cm c (D -
-6
o Co
0) r- co
(D L)
CN
u
t-
0 cc (o
—
>, -E) (N
I
V) 5
'0 co
w
w
cu
6
-2
UJ 0 0
cn
'4 0)
=3 LO
LO uj a)
En 9;
E
n rn 0)
-ld :3 Lo
0
E
A 6 �2
5,
'o
Lo
< P-
c
C�
3v
N
:Z:, 0
E Up"" —
a) o
0
>
6 -a
0 CD
(D
0
0
0
0
q
a)
cc -6
>
q
a)
—0)
LO
C�
Co Co
E
ON
.
J
co
0 U)
c,)
(D @ P-
i= ff) >
>
Li-
Z,
LL
LL
a) 0)
m
@
0
2
P
E 1�
t�
0
0
9 iE
C C
0
0 Fh
—
0
C
0
— -X
0
4)
5
m cu
r_
ca
C')
W
Z
cri
Q� a)
U)
_2
E
(0
L?
Co U)
_2
Z� a)
U)
c
CD U)
mE
0 ca
(.0
U 0)
m
C) c(D a)
0
3:
LL
OD
m
Li-
LL
a)
co
co
En
0
U)
c
c
a) m
co E
0
0co
>
O
a)
0)
0
-13 :5
y
C: M
co
<
0
0
c
0)
C
- 3
>1
00 0ca
CN
3: tl-
ca
-
0 or
LLJ
C:
W
ac
LU
cu
cli
-r
v @
Om 0
" co
cn -j
U
a)
a)
U.
0)C:
0
-0
0 0 c
CL 1 C
a)
q 0).r
-
0
(n
I_-
a)
E
U)
a) r- m
u a)
- a
co
Q mvim
=c
w
LU
c
0
_X
c
to
i L
c m
T 3: m
0
N.
LO 0
rn
:3
fn
Z
85
0
-C ff) >
(D 0
m —
a.
, L -x
'a
2�
0)
a)
Z
0
0
(n
0 co
OD
a)
0-
LLJ
>
C
�n
E
'0
c
70 m
.5
m
CL
0
<co
m
m
LL
Lli
CL
0
c
U-
Z
w
rte.
ca
0)
m
L)
m
ca
m
E
>
U-
rami
a)
0
m
m
(D
m
a)
>
m
m
c
m
a
U)
3:
in
=3
0
w
06
0
-D
2
2
W
E
2
.2
a)
m
co
(n
m
7j
0
CL
E
U)
z m
16
0
a)
m
-0
t
m
-j
m
Ct)
uj
Z
z
0
T3
❑E
CL
w
<
to
—
LO
—
LO
——
to
(D
—
(0
—
(D
—
(0
•-•
ro
•--
(D
•--
(D
•-
(0
•-
(D
•--
r-
<-
fl-
•-
r-
—
0
-i
w a.
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
C-)
r!
cq
cq
N
C\l
04
N
(N
N
CN
C\l
CN
N
N
CN
C14
N
0
ca
cn
>
Z-1
.2
(D
a)
0
0
Tco
co
r-
=3
0
m
—
a)
a)
'2
(D
Nr
co
m
<
m
a)
.0
(D
2
0
16
0
0)
c
>
C�
W
>
E
0
P
m
2
:D
a)
a)
U)
0
LL
4!
:3
-z;
0
w
:3
E
cc
C)
05
(D
>
Co
0
C;
-L5
"0
8
-ff
—
E
(n
(D
ku w
m
IL
E
0
w
:3
C6
(D
>
(o C:
N =)
(D
>
(D
m
>
(D
>
O
:3
0
v
of
LL
0
0
<
0
>
CD 0
U)
m
=3
a)
2
0
Z
a)
LU
4)
Ld
rz
(D
U)
0
'd
M
0
co
:3
0
m
CL 0.
E
W
U)
LO
Ln
m
co
0
x
U")
LO
m
06
r_
V)
>1
a)
a)
(D
F-
m
LO
m
—
a)
m
rz
r_
rz
0
a)
ca
c
LO
w
V)
0
<
a
2
c
21
.0
0
0
CL
4)
0E
LL
F-
0
0
LL
a)
co
E
LLJ
0
0
0
m
U-
U -
z
M
0
a
0
C)
0
C)
0
C)
0
C)
0
C>
9
0
0
9
0
0
co
kc)
C)
w
0
0
co
C6
0
—
oi
cl�
N
li
0
rl. .
N
LO
C?
co
C)
C-�
P-
cli
co
06
0
C?
C)
9
U')
co
(D
co
O
0
r-
rl-
LO
LO
Cli
cq
m
t--
LO
m
CD
co
c"i
m
C6
LO
V7
m
V�
cli
Gi
r-
M
U')
cll�
05
r--
CT
0�
oc�
0
Vi
m
0)
0)
(0
co
CO
LO
—
0)
Z�
(D
0)
ZEA
Efi
69!
6%
(FT
(1)?
69,
ER
—
M.
(Ni
to
C
6f)
69
fA
64
0
-j
a)
Z
0
L.L
LO
'T
<
.0
-Id
M r--
cd
U)
M
0
— 0
LO
m
r-
-
(D
W
>
w
CL
-J
z
LLL
Lo
0 �o
—
C
TN
(-D =>
U)
70 0
-
ttJ
0
C,4
co
cu
-
'5
C
C-4
:3
0
70 r-
C C,4
M co
OLD
0
M
F- -j
5 0
0 . —
LU r-
'0
r>
LO
Lo
— cl)
(n
�:
'a C?
to
Lf)
U-)
U-)
Lf)
LO U-
=
(1)
r-
— C%4
16
c'n
0
0
ca C) c')
0 c)
tz
c') U-
(1)
>
-C
-a
-a
J5
U3
N
M
U-
CN
(n
iS
U)
c\l
<
ch
cc
(5
i5
i5
0
LLI
C)
Z a)
6 <
C t�
co
'T
LL
:9 fn
a) (1)
>
= a) 0
0
0 LL
0
0
E
D C,
U)
0
to
0
F-
0
F-
0
0
F-
0
0
L.:
a)
U) cu
, (
m
U) .2
CPI
( -) o E
co
a) (j)
0
U-
o
LL
0
LL
04
U-
LL
U-
U-
LL
GG
LL
U
E
0
'cu C
Fn 4)
0 CU
uj
z
rz
o -
—0 (QU)
E E
>
<
uj
!L-- co U-
-rn
>
a) o
vi
>
LO
0
US -
m
0
Z, (a
LO
0
.2
U)
U m
LO
d
U)
(D
(D
U)
03
O
C
0
0)
0
LU
.2
0
�o
C
UJ
V)
LL
O
cn
C3:
E
m
CU)
>
0
CL
a)
(D
.9)
(n
a)
0
:!::f
a
w
W-
Ile
0
C
cn
Q
0
w
z
0
(.)
C
C
0
000
o
W
N
LLJ
0
C
z
U-
U-
U-
U-
-j
a)
a)
a)
0
n)
z
0
—
U-
2�
LL
-
cli
C
LL
LL
(1)
0
o
C
0
o
0
C13
C6
a)
0
0
70
'D
rz
>
U)
a)
(D
a)
0
E
cm
CCU
00
06
m
0
-0
a)
>
cn
0
�o
co
'a
m
(D
0
o
0
0
cn
(D
C)
-6
0
a)
'0
a)
CL
E
r-
I,-
r-
I-
OD
co
co
co
00
00
00
co
co
00
co
0
W (L
O
O
0
0
to
0
0
0
0
C)
0
00
0
0
0
0
0
E
C14
N
cli
CN
04
04
04
CN
N
CN
N
CN
CN
N
N
N
C\l
0
=3
En
>
M
=3
>
cu
0
0
0
'a
ca
M
C
CL
co
0
:t--
a)
0)
0)
>
CL
0)
FU
co
0 0
0
cu
MW
:3
o
w
.0
a)
C
>
o
ca
a)
U)
a)
a)
cu
<
(r'o-
:3
-C (D
E
OLO
U
G .
Iq
70
C13
fy
'o
ca
a)
<
Q)
F-
0
1
LL!
-0)
E
LL
0
0
cu
0
�o
.0
E2
r-
0
F-
V)
0
(D V)
w
cyi
LO
cl:
is
0
t
(N
W
CO
0
r
CL
W
w
2
*
V)
v
w
c�
caM
>
Z
LO
C
m
a-
-
co
cl)
C
4t
0
0
Z4:
U)
Lf)
0
C
<
CY)
Lo
Lf)
LO
0)
C
<
0
0
LL
o
0
to
I
*
U-
Lo
0
w
*
CL
U-
F-
Lu
LL
0
0
a
U-
0
0
LL
0
U-
0
0
LL
U-
z
0CSD
Nr
�T
C)
(D
04
—
CO
00
W
17
cl)
0�
ce)
17
ce)
CN
c)
LO
(N
0
LI)
<
cli
I-
06
CD
cyi
Lf)
C'i
rl-
0
(Y)
ce)
tr)
co
cl)
m
CN
m
cy)
Lf)
00
[1-
00
F-
0
V)
1--
M
-
(3)
co
CD
—
[I-
00
Z�
—
m
OD
0
<
LO
00
-7
0)
ce)
m
0)
(D
a")
06
OD
(D
C14
OD
G)
cei
cli
r--
cli
cl)
-
'I
C15
L6
L6
co
co
cl�
cc�
LO
CY)
CN
OD
C\l
04
C'I
be
"r
c)
,
0)
Z
oil
.:
U>
—
6q
—
LO
V3�
cli
6%
69�
61�
L,)
ffi
6s
6%
0
— Masci General Contractor, Inc. Leticiamasci@mascigc.com
Name of Firm/Company Contact Email
5752 S. Ridgewood Ave
Street Address
(386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Pri ted Name
MJ &A)
Authorized Person Signature
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
ruK-r-.ej.z 2 Rev, 11/2016
City of Sanford I Finance Department I Purchasing Division
MY OF
SWORD
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: purchasinrna sanfordfl.gov
ADDENDUM
IFB 18/19-36 Park Avenue Storm Water Improvements
[Oak Avenue and 201 Street]
— Masci General Contractor, Inc. Leticiamasci@mascigc.com
Name of Firm/Company Contact Email
5752 S. Ridgewood Ave
Street Address
(386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Pri ted Name
MJ &A)
Authorized Person Signature
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
ruK-r-.ej.z 2 Rev, 11/2016
. Masci General Contractor, Inc.
Name of Firm/Company
5752 S Ridgewood Ave
Street Address
(386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Printed Name
kA�
Authorize-a—Person Signature
PUR-F-212 2
Leticiamasci@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
'386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
Rev. 11/2016
City of Sanford Finance Department I Purchasing Division
CITYOF
;SANFORD
FINMCE MrAsrmua
300 N Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 F..: 407-688-50211 Emil: Purchasint!Qsanfordfl.i!ov
ADDENDUM
#2
IFB 18/19-36 Park Avenue Storm Water Improvements
[Oak Avenue and 24" Street]
. Masci General Contractor, Inc.
Name of Firm/Company
5752 S Ridgewood Ave
Street Address
(386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Printed Name
kA�
Authorize-a—Person Signature
PUR-F-212 2
Leticiamasci@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
'386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
Rev. 11/2016
3
Respondents must Acknowledge Receipt of Addendum No. � 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. 3
Acknowledgment is hereby made of Addendum No. I Dated 6/12/19 to the Park Ave Stormwater
Improvements - IFB 18/19-36.
Masci General Contractor, Inc.
Name of Firm/Company
5752 S. Ridgewood Ave
Street Address
386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Printed Name
Authorized Person Signature
PUl2-F-212 t
Leticia masci a@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
Rev. 11/2016
City of Sanford I Finance Department I Purchasing Division
ADDENDUM
S ORD EITYO°
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: purchasin sanford ff. ov
.
gZ
Park Ave Stormwater Improvements
FINANCE°EpAMMEM
Attachment
IFB 18/19-36
3
Respondents must Acknowledge Receipt of Addendum No. � 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. 3
Acknowledgment is hereby made of Addendum No. I Dated 6/12/19 to the Park Ave Stormwater
Improvements - IFB 18/19-36.
Masci General Contractor, Inc.
Name of Firm/Company
5752 S. Ridgewood Ave
Street Address
386) 322-4500
Telephone Number
Leticia M. Ferreira
Authorized Person Printed Name
Authorized Person Signature
PUl2-F-212 t
Leticia masci a@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
Rev. 11/2016
Respondents must Acknowledge Receipt of Addendum No. 4 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. 4 Dated 6/17/19' to the Park Ave Stormwater
Improvements - IFB 18/19-36.
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
N �j L
Authorize erson ignature
leticiamasci@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
PUR-F-212 I Rev. 11/2016
City of Sanford I Finance Department ( Purchasing Division
ADDENDUM
300 N. Park Avenue Suite 236, Sanford, Florida 32771
`QTY °`
ORD
Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urchasin anfordli. ov
#4
Park Ave Stormwater Improvements
IFB 18/19-36
MK
Attachment
Respondents must Acknowledge Receipt of Addendum No. 4 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. 4 Dated 6/17/19' to the Park Ave Stormwater
Improvements - IFB 18/19-36.
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
N �j L
Authorize erson ignature
leticiamasci@mascigc.com
Contact Email
Port Orange, FL 32127
City, State, Zip Code
(386) 322-4600
Fax Number
Vice President
Authorized Person Title
6/20/19
Date of Signature
PUR-F-212 I Rev. 11/2016
.•M MASCGEN-01 BJON
DATE (MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 10/2/2019
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
ASSOCIATES AGENCY, INC.
11470 N 53rd St
Temple Terrace, FL 33617
INSURED
Masci General Contractor Inc
5752 S Ridgewood Ave
Port Orange, FL 32127
131988-1234
Insurance
988-0989
Liberty insurance Corporation_____
National Union Fire Insurance Co of Pittsburgh PA
_._---.._ _.._------- -.-._--- . _._---._------.._
Ironshore Specialty Insurance Co
COVERAGES CERTIFICATE NUMBER- REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR _. ADDL SUBR
LTR TYPE OF INSURANCE i p p ! POLICY NUMBER
POLICY EFF POLICY EXP
/ p LIMITS
A j X I COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE_ $
1 000,000
-
OCCUR - -
CLAIMS-MADE-
i
8/8/2020 $
PREM SES aEoNccu occurrence),
- 100,000
-
�.
MED EXP
., . _{Aqy one,peraon) .._ .
..5,000
-
1,000,000
& ADV INJURY S
_ _
GEN'POLICYAGGREGATE APPLIES PER:
_-PERSONAL
GENERAL AGGREGATE S
2,000,000
PRO- LOC
j CT
i
PRODUCTS COMPtOP AGG , s
2,000,000
i OTHER
$
B
COMBINED SINGLE LIMIT
$-
2„000,000
AUTOMOBILE LIABILITY
(Ea accideCn) ,......_
X j ANY ALIT
$/$/2019 $/$(2020 BODILYINJUAZRY(Perperson) _ s_
_
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident). $
---
-- --
X HIRED 1 NOWNED
AUTOS ONLY XN- AAUTO'Spp ONLY
PRO TY
,PERDAMAGE
{ {Per accident) $
_
PIP $
10,000
I IAB X
UMBRELLA OCCUR
4,000,000
X EXCESS ABCLAIMS -MADE EBU015060208
_ $
8/8/2019 8/8/2020 AGGREGATE
4,000,000
-- --
- ,
DED X RETENTION$ O,r
s
A WORKERS COMPENSATION
1 STATUTE ERH
'AND EMPLOYERS' LIABILITY
Y/N WC2-Z51-2924$7-019
_• ., _
$/$/2019 $/$/2020 !-E L EACH ACCIDENT $
000
1'000'000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? N / A
1,000,
(Mandatory m NH}
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT s
1,000,000
D (Pollution Policy 0041fi4400X
r
8/$12019 °; 8/8/2020 1,Occ $2,000,000/Agg
4,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Project name: Park Ave Stormwater Improvements (IFB 18/19-36)
City of Sanford and CPH, Inc. is an additional insured under the general liability on
a primary and non-contributory basis when required by contract or
agreement. A waiver of subrogation applies in favor of the additional insured with regard to the general liability, auto liability, and workers compensation
where required by written contract.
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
MASCGEN-01 BJONES
ACLlf� LJ DATE (MMIDDNY YY)
CERTIFICATE OF LIABILITY INSURANCE 101212019
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
AMECS
ASSOCIATES AGENCY, INC.PHONE
i FAX
11470 N 53rd St � 1234 (Arc No) (813} 988-a9$9
I (A/c No, Ext>. ($13 9$$---- -- -----------
E-MAIL
T- aSSOCiatesinS Com
Temple Terrace, FL 33617 LADDRESS: Certs @ ------------
INSURED _
INSURED
Masci General Contractor Inc
5752 S Ridgewood Ave
Port Orange, FL 32127
INSURER F:
Liberty _lnsurance_Corporation _
National Union Fire Insurance Co of
Ironshore SDecialty Insurance C
f�C[]TiCI^ = •II UAnco. DG1/ICIr1N1 NII IMRFR-
PA
`kite
v 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 ! ... ..... . ._. .............. .;ADDL'SUBR�.... ........_.U..
LTR TYPE OF INSURANCE 1 N p POLICY NUMBER
POLICY EFF � POLICY EXP
M I Y / Y r LIMITS
A X . COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE. $
1,000,000
--' CLAIMS MADE ` X OCCUR TB2-Z51-292487-029
$/8/2019 5/8/2020 DAMAGE TO rMED
10'000
--
j EXP (Anyo pDso)
000
PERSONA! &ADViNJURY $_
1,000,000
-- -- - - - —
GEN'L AGGREGATE LIMIT APPLIES PER:
j_ GENERAL. AGGREGATE $
2 000'000
- -
POLICY PE LOC
--- ___
PRODUCTS - COMP/_OP AGG $
2'000'000
OTHER:
� i $
B j
COMBINED SINGLE LIMIT
2�p00�000
AUTOMOBILE LIABILITY
Ea acc dent
( ) _
_
X ANY o AS7-Z51-292486-039X
l 8/8/2019 8/8/2020 BODILY INJURY (Per�ersm) $
OWNED SCHEDULED
AUTOS ONLY AUTOS
1 Per.accdent S_
----
X HIR D X NON ED !
X AU ONLY AUTO ONLY i
y
(PROacgid_enURY
PROPERTY DAMAGE
$
-
--
PIP $
10,000
C UMBRELLA LIAR X ;OCCUR { j j
j `_EACH OCCURRENCE_ 5
4'000'000
0 .
X 1 CLAIMS-MADOE; !
ES
8/8/2019 8/8/2020
i AGGREGATE _�
4 00
_ 0'000
IEBU015060208
DEDX A RETENTION $
A !WORKERS COMPENSATION
PER ORH
!AND EMPLOYERS' LIABILITY Y / N f WC2-Z51-292487-019
ECUTIVE i
OFFICEWMEMBER
8/8/2019 i 8/8/2020 $
X EACH ACCIDENT
1,000,000
EXCLUDED? 1 N/ A i
j (Mandatoryin NH) j ;
E.L. DISEASE EA EMPLOYEE $
1,000,000
'
If yes, describe under j
11000,000
DESCRIPTION OF OPERATIONS below
E L DISEASE POLICY LIMIT ' $
D !Pollution Policy ;004164400X
8/8/2019 8/8/2020 ':Occ $2,000,000/Agg
4,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Project name: Park Ave Stormwater Improvements (IFB 18119-36)
City of Sanford and CPH, Inc. is an additional insured under the general liability on
a primary and non-contributory basis when required by contract or
agreement. A waiver of subrogation applies in favor of the additional insured with regard to the general liability, auto liability, and workers compensation
where required by written contract.
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) O 1988-2015 ACORD CORPORATION. All rights reservea.
The ACORD name and logo are registered marks of ACORD
MASCGEN-01 WON
ACURC7►� YYYY) /2120MM/DD/
CERTIFICATE OF LIABILITY INSURANCE 10DATE (MMtDDf s
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
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
13) 988-1234
ns.com
Masci General Contractor Inc 1 INSURER C National Union Fire insurance Co of Pittsburgh PA 19445
__..
5752 S Ridgewood Ave
INSURER D Irons_hore Specia_lttv Insurance Co_ `25445
Port Orange, FL 32127
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Sanford, FL 32771
WSR ADDL SUBR`
LTRTYPE OF INSURANCE (IN POLICY NUMBER
POLICY EFF POLICY EXP
M DD/YYYY MM/ NYYY i LIMITS
AUTHORIZED REPRESENTATIVE
A 1 X ( COMMERCIAL GENERAL LIABILITYEACNOCCURRENCE
$
1,000,000
CLAIMS -MADE XOCCUR TB2-Z51-292487-029
— -
DAMAGE TO RENTED
818/2019 8/8/2020I pREMISES(Ea occu rence) S.
—
100,000
_-
_MED EXP jAny one.person) _. l..$. _
5,000
_ .1,000,000
$
PERSONAL & ADV INJURY I2000,000
-
_ -- - - -
GEN'LAGGREGATEPI IPER:AGREGATE
TAPPLIES
POLICY JERO OC
CT
pRODUCTSGCOMPIOPAGG . $
2'000,000
OTHER
$
B AUTOMOBILE LIABILITY
__..
COMBINED SINGLE LIMIT
(Ea accident) _
2,000,000
X ANY AUTO Z51 -292486-039X
8/8/2019 $/8/2020 BODILY INJUR
AUTOS ONLY SCHEDULED 'AS7
!~ ODILY INJURY (Pera_cadent) $AUTOS _
X 1 HIRED X '': NON -AWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
(Per accident),
pIP $
10,000
C UMBRELLA LIAR X '! OCCUR
EACH OCCURRENCE S
4,000,000
X 1 EXCESS uA6 ! CLAIMS -MADE EBU415060208
8/8/2019 8/$/2020 ! AGGREGATE i$
4,000,000
DED X I RETENTION$ 0E {
$
A WORKERS COMPENSATION
I PER
XATUTE
AND EMPLOYERS' LIABILITY i o
Y / N,,000,000
WC2-Z51-2924$7-419
� ER___,
$/$12019 8/$/2020
ANY PROPRIETOR/PARTNER/EXECUTIVE
' N / A
E.L.E L EACH ACCIDENT.-
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)1,000,000
I E L DISEASE - EA EMPLOYEE' $
If yes describe under
1,000,000
DESCRIPTION OF OPERATIONS below
E L DISEASE -POLICY LIMIT $
D !Pollution Policy A0416440OX
8/8/2019 I 8/8/2020 iOcc $2,000,000/Agg ;
4,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS t VEHICLES (ACORD 101, Additional Remarks Schedule,
may be attached if more space is required)
Project name: Park Ave Stormwater improvements (IFB 18119-36)
City of Sanford and CPH, Inc. is an additional insured under the general liability on
a primary and non-contributory basis when required by contract or
agreement. A waiver of subrogation applies in favor of the additional insured with regard to the general liability, auto liability, and workers compensation
where required by written contract.
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2016103) O 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Ci of Sanford
City
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
300 North Park Avenue
Sanford, FL 32771
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016103) O 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
To: Masci General Contractor, Inc.
5752 S. Ridgewood Ave
Port Orange, FL 32127
Project Name and Bid No.: Park Ave Stormwater Improvements (IFB 18/19-36)
The OWNER has considered the BID submitted by you, dated June 27, 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 in the amount of
$ 1,514,579.45.
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 acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this day of cilelf, Z -0t
OWNER: City of Sanford
(Name of OWNR)
By (Sigoture)
Thomas J. George — Deputy City Manager
(Printed Name and Title)
ACCEPTANCE OF NOTICE
Receipt and acceptance of the above NOTICE OF AARD is hereby acknowledged by Masci
General Contractor, Inc this day of gjf=!�jj O -e
cltd ti
By (Signature)
Leticia M. Ferreira, Vice President
Printed Name and Title
Park Ave Stormwater Improvements
IFB 18/19-36
Page 1 of 1
NOTICE OF AWARD
W
ul
-j-j C14
Ln
0�2
ct
0�;
0080. 00 0)
U
2 Co 7
uj t:(j)
0) :) uj
0) uj
U.
0 C14 C)
53 ! !�!
LL. (; co
0-
Y, ol
ts(UJZ U 0
0
ju. LU uj
OUUWW
LEGAL DESCRIPTION: Lots 9 TO 16 & West 1/2 OF vacated alley adjacent on the east & Lots 25
(If applicable) to 30 & East 1/2 OF vacated alley on the west, PINE HEIGHTS, PB 3 PG 51
ERONTPAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon.
Public Work Executed in 4 Counterparts
F.S. Chapter 255-05 (1)(a)
Cover Page
THIS BOND IS GIVEN TO COMPLY WITH SECTION 266.06 OR SECTION 713.23 FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE
WITH THE NOTICE AND TIME
LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23
FLORIDA STATUTES.
BOND NO:
SU 1105745
CONTRACTOR NAME:
Masd General Contractor, Inc.
CONTRACTOR ADDRESS:
5752 S. Ridgewood Avenue
Port Orange, FL 32127
CONTRACTOR PHONE NO:
(386) 322-4500
SURETY COMPANY:
Arch Insurance Company
Harborside 3, 210 Hudson St., #300
Jersey City, NJ 07311-1107 (201) 743-4000
OWNER NAME:
City of Sanford
OWNER ADDRESS:
300 N. Park Ave.
Sanford, FL 32771
OWNER PHONE NO.:
(407) 688-5028
OBLIGEE NAME: (If contracting
entity is different from the owner,
the contracting public entity)
OBLIGEE ADDRESS:
OBLIGEE PHONE NO.:
BOND AMOUNT:
$1,514,579.45
CONTRACT NO,: (If applicable)
DESCRIPTION OF WORK:
Park Ave. Stormwater Improvements (IFB 18119-36)
PROJECT LOCATION:
Park Ave., Sanford, Florida
W
ul
-j-j C14
Ln
0�2
ct
0�;
0080. 00 0)
U
2 Co 7
uj t:(j)
0) :) uj
0) uj
U.
0 C14 C)
53 ! !�!
LL. (; co
0-
Y, ol
ts(UJZ U 0
0
ju. LU uj
OUUWW
LEGAL DESCRIPTION: Lots 9 TO 16 & West 1/2 OF vacated alley adjacent on the east & Lots 25
(If applicable) to 30 & East 1/2 OF vacated alley on the west, PINE HEIGHTS, PB 3 PG 51
ERONTPAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon.
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND,
PERFORMANCE BOND
Bond No. SU 1105745 (100% of Contract Price)
Executed in 4 Counterparts
KNOW ALL MEN BY THESE PRESENTS that
Ma General ContragLor, Inc.
(Name of CONTRACTOR)
5752 S. Ridgewood Ave., Port Orange, FL 32127
(Address of CONTRACTOR)
CONTRACTOR's Telephone Number: (386) 322-4500
a Co!g2ration
(Corporation, Partnership, or Individual)
hereinafter called "Principal", and Arch Insurance Company
(Name of Surety)
Harborside 3, 210 Hudson St., #300, Jersey City, NJ 07311-1107
(Address of Surety)
Surety's Telephone Number: (201) 743-4000
hereinafter called "Surety", are held and firmly bound unto CITY OF SANFORD, 300 N. Park
Ave, Sanford, Florida 32771, hereinafter called "CITY", in the sum of One Million, Five Hundred
Fourteen Thousand, Five * DOLLARS ($1,514,579.45------------- ) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be
less than one hundred percent (100%) of the Contract Price.
CITY's telephone number is (407) 688-5028. THE CONDITION OF THIS OBLIGATION 1"uch
that whereas, thip Principal entered into a certain A reement with CITY, dated the
day of _ C)O �zu, 1( .20. a copy of which is hereto attached
and made a part hereof for the construction of. Park Ave. Stormwater Improvements (IFB 18/19-36),
Park Ave., Sanfprd, Florida
The Project is located (Provide Legal Description. If in RIW, provide address or general
location):
Lots 9 TO 16 & West 1/2 OF vacated alley adjacent on the east & Lots 25 to 30 &
East 1/2 OF vacated alley on the west, PINE HEIGHTS, PB 3 PG 51
General description of the Work: The CONTRACTOR is responsible for all labor, materials,
equipment, coordination, and incidentals necessary for Underground Utilities, Pond, Curbing,
Electrical and Landscaping
Park Ave Stormwater Improvements
PERFORMANCE BOND
*Hundred Seventy Nine and 45/100 (100% of Contract Price)
00605-1
This Performance Bond is being entered into to satisfy the requirements of Section 255.05,
Florida Statues, and the Agreement referenced above, as the same may be amended.
NOW, THEREFORE, the condition of this obligation Is such that if Principal:
1. Promptly and faithfully performs its duties, all the covenants, terms,
conditions, and agreements of said Agreement Including, but not limited, to the
guaranty period and the warranty provisions, in the time and manner prescribed
in the Agreement; and
2. Pays CITY all liquidated damages, losses, damages, delay damages,
expenses, costs, and attorneys' fees, including costs and attorneys fees on
appeal that CITY sustains resulting from any breach or default by Principal under
the Agreement
then this bond is void; otherwise it shall remain in full force and effect.
The coverage of this Performance Bond is co -equal with each and every obligation of the
Principal under the above referenced Agreement and the Contract Documents of which the
Agreement is a part, except that the coverage of the Performance Bond is limited to one
hundred percent (100%) of the Contract Price.
In the event that the Principal shall fail to perform any of the terms, covenants, and conditions of
the Agreement and the Contract Documents of which the Agreement is a part during the period
In which this Performance Bond is in effect, the Surety shall remain liable to CITY for all such
direct loss or damage (including reasonable attorneys' fees and costs and attorneys' fees and
costs on appeal) resulting from any failure to perform, up to one hundred percent (100%) of the
Contract Price and for indirect damages as determined by CITY up to an additional twenty
percent (20%) over the adjusted Contract Price.
In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the
Surety shall also indemnify and hold CITY harmless from any and all loss, damage, cost, and
expense, Including reasonable attorneys' fees and costs for all trial and appellate proceedings,
resulting from the Surety's failure to fulfill its obligations hereunder up to one hundred percent
(100%) of the Contract Price.
The Surety stipulates and agrees that its obligation is to perform the Principal's work under the
Agreement under this Performance Bond. The following preventative options by the Surety are
encouraged; however, preventative options shall not be considered under this Performance
Bond: (I) Surety's financing of the Principal to keep Principal from defaulting under the Contract
Documents; and (ii) Surety's offers to CITY to buy back this Performance Bond. The Surety
agrees that its obligation under this Performance Bond is to: (1) take over performance of the
Principal's work and be the completing Surety even if performance of the Principal's work
exceeds the adjusted Principal's Contract Price; or (11) re -bid and re -let the Principal's work to a
completing contractor with Surety remaining liable for the completing contractor's performance
of the Principal's work and furnishing adequate funds to complete the work. The Surety
acknowledges that its cost of completion upon default by the Principal may exceed the Contract
Park Ave Stormwater Improvements
00606-2
PERFORMANCE BOND
(100% of Contract Price)
Price. In any event, the Principal's Contract Time is of the essence and applicable delay
damages are not waived by CITY.
The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall
be direct and immediate and not conditional or contingent upon CITY's pursuit of its remedies
against Principal; however, such obligation shall only arise upon a declaration of default of the
Principal and shall remain in full force and effect notwithstanding (I) amendments or
modifications to the Agreement entered into by CITY and Principal without Surety's knowledge
or consent; and (1i) the discharge of Principal as a result of any proceeding initiated under the
Bankruptcy Code of 1978, as the same may be amended, or any similar State or Federal law, or
any limitations of the liability of Principal or its estate as a result of any such proceeding.
Any changes in or under the Agreement and Contract Documents and compliance or non-
compliance with any formalities connected with the Agreement or the changes therein shall not
affect Surety's obligations under this Performance Bond and Surety hereby waives notice of any
such changes. However, in the event Change Orders (unilateral or directive change orders and
bilateral change orders) or other modifications to the Agreement and Contract Documents are
executed exceeding one hundred percent (100%) of the Contract Price, the Surety shall be
notified by CITY of such increased by CITY, and the Principal shall be required to increase the
sum of this Performance Bond to be commensurate with the increased Contract Price.
The Surety's liability to CITY shall not be reduced should CITY directly purchase for the purpose
for Sales Tax Recovery certain components and materials to be utilized in the work done by the
Principal pursuant to his obligations under the Agreement. Specifically, the Surety shall remain
fully liable and bound to CITY for the full compliance with the Contract Documents and full
performance and function and all warranties of all components and materials, notwithstanding
the fact that CITY may issue deductive Change Orders and directly purchase such items.
This Performance Bond and the Payment Bond and the covered amounts of each are separate
and distinct from each other.
This Performance Bond is intended to comply with the requirements of Section 255.05, Florida
Statutes, as amended, and additionally, to provide contract rights more expansive than as
required by statute.
IN WITNESS WHEREOF, this instrument is executed this day of
, 20__��-
ATTEST*
By: Ocretary
w
Typed Name of Secretary
Park Ave Stormwater Improvements
PRINCIPAUCONTRACTOR
``�� i �� Cad ��i
Masci General Contractor. Inc
dp
�PRINCIPAL FONTRACTOR'�
-SEA 0
2
004
By: CONTRACTOR Signatory p*
Leticia M. Ferreira, Vice President 1111110
Typed Name and Title
00605-3
PERFORMANCE BOND
(100% of Contract Price)
N
%
(Witness to CONTRAC19fl
Typed Namb
(Witness to CONTRACTOR)
Typed Name
Park Ave Stormwater improvements
5752 S.-Rid-gewood Ave
Address
Port Oranne, FL 32127
City, State, Zip
(386) 322-4600 (386) 322-4600
Telephone No. Facsimile No.
(Surety Signature Page Follows)
00605-4
PERFORMANCE BOND
(100% of Contract Price)
ATTEST.'
(SURETY) Secretary
Susan L. Reich
Typed or Printed Name
Witness as to SURETY
Gloria A. Richards
Typ d or Printed N
THA
Wi ss as to SURETY
SURETY
Arch Insurance Company
SURETY N.
By:
Teresa L. Durham
Typed or Printed Name
Attorney -in -Fact and Florida Licensed Resident Agent
Title
Harborside 3, 210 Hudson St., #300
Address
Jersey City, NJ 07311-1107
City, State, Zip
Jenna Delgado (201) 743-4000 (866) 637-5861
Typed or Printed Name Telephone No. Facsimile No.
*Florida Surety Bonds, Inc.
620 N. Wymore Road, Suite 200
Maitland, FL 32751
(407) 786-7770
NOTE: Date of this Performance Bond must not be prior to date of the Agreement. If
CONTRACTOR is a joint venture, all ventures shall execute this Performance Bond. If
CONTRACTOR is a Partnership, all partners shall execute this Performance Bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State of
Florida, unless otherwise specifically approved in writing by CITY.
All bonds shall be originals and issued or countersigned by a local producing agent who is
authorized to operate in the State of Florida. Attomeys-in-fact who sign Bid Bonds or
Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney to
sign such Bond. Agents of surety companies must list their name, address, and telephone
number on all Bonds.
Park Ave Stormwater Improvements
00605.6
PERFORMANCE BOND
(100% of Contract Price)
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND.
PAYMENT BOND
Bond No. SU 1105745 (100% of Contract Price)
Executed in 4 Counterparts
KNOW ALL MEN BY THESE PRESENTS that:
Masci General, Contractor, Inc.
(Name of CONTRACTOR)
5752 S. Ridgewood Ave., Port Orange, FL 32127
(Address of CONTRACTOR)
CONTRACTOR's Telephone Number: (386) 322-4600
a Corporation
(Corporation, Partnership, or Individual)
hereinafter called "Principal", and Arch Insurance Company
(Name of Surety)
Harborside 3, 210 Hudson St., #300, Jersey City, NJ 07311-1107
(Address of Surety)
Surety's Telephone Number: (201) 743-4000
hereinafter called "Surety", are held and firmly bound unto CITY OF SANFORD, 300 N. Park
Ave., Sanford, Florida 32771, hereinafter called "CITY", In the sum of One Million, Five Hundred '
Fourteen Thousand, Five * DOLLARS ($1,514,579.45---------------} in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors, and assigns, jointly and severally, firmly by these presents.
CITY's telephone number is (407) 688-5028. THE CONDITION OF THIS OBLIGATIOis such
that whereas the Principal entered into a certain Agreement with CITY, dated theme`
he V�day
of 20LI a copy of which is hereto attached and made a part hereof for
the construction of: Park Ave. Stormwater Improvements (IFB 18/19-36),Park Ave., Sanford, Florida
The Project is located (Provide Legal Description. If in R/W, provide address or general
location):
Lots 9 TO 16 & West 1/2 OF vacated alley adjacent on the east & Lots 25 to 30 &
East 1/2 OF vacated alley on the west, PINE HEIGHTS, PB 3 PG 51
General description of the Work: The CONTRACTOR is responsible for all labor, materials,
equipment, coordination, and incidentals necessary for Under round Utilities, Pond, Curbing,
Electrical and Landscaping
NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make
payments to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal
Park Ave Stormwater Improvements PAYMENTSOND
*Hundred Seventy Nine and 45/100 00610-1 (100% of Contract Price)
with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the
work provided for in the Agreement, then this obligation shall be void; otherwise, It shall remain
in full force and effect subject; however, to the following conditions:
1. This Payment Bond is furnished for the purpose of complying with the requirements of
Section 255.05, Florida Statutes, as same may be amended.
2. It is a specific condition of this Payment Bond that a claimant's right of action on this
Payment Bond is limited to the provisions of Section 255.05, Florida Statutes, including, but not
limited to, the one (1) year time limitation within which suits may be brought.
3. This Payment Bond is conditioned that CONTRACTOR shall promptly make payments
to all persons defined in Section 713.05, Florida Statutes, whose claims derive from the
prosecution of the work provided for in the Agreement.
Therefore, a claimant, except a laborer, who Is not in privity with the CONTRACTOR shall,
within forty-five (45) days after beginning to furnish labor, materials, or supplies for the
prosecution of the work, furnish CONTRACTOR with a notice that (s)he may look to this
Payment Bond for protection. A claimant who is not in privily with the CONTRACTOR and who
has not received payment for his/her labor, materials, supplies, or rental equipment within ninety
(90) days after final furnishing of the labor, services, materials, or equipment by claimant, deliver
to CONTRACTOR and to the Surety written notice of the performance of the labor or delivery of
the materials or supplies and of the nonpayment. No action for the labor, materials, or supplies
may be instituted against CONTRACTOR or the Surety on the bond after one (1) year from the
performance of the labor or completion of the delivery of the materials or supplies,
4. Any changes in or under the Agreement or Contract Documents and compliance or non-
compliance with any formalities connected with the Agreement or the changes therein shall not
affect Surety's obligations under this Payment Bond and Surety hereby waives notice of any
such changes. Further, Principal and Surety acknowledge that the sum of this Payment Bond
shall increase or decrease in accordance with the Change Orders (unilateral or directive change
orders and bilateral change orders) or other modifications to the Agreement or Contract
Documents. This Payment Bond shall not cover any components or materials directly
purchased and paid for by CITY pursuant to Sales Tax Recovery.
5. The Performance Bond and this Payment Bond and the covered amounts of each are
separate and distinct from each other. This Payment Bond shall be construed as a statutory
Payment Bond under Section 255,05, Florida Statutes, and not as a common law bond.
IN WITNESS WHEREOF, this instrument is executed this day of
/)Lh 20 1.
ATTEST:
Park Ave Stormwater Improvements
PRINCIPAUCONTRACTOR
Masci General Contractor.
P7 �1 APA IL TRACTQ
SEAL
2004
URI
PAV
(100% of Con A10
00610-2
0%11111111
NT
00.
By: Sec
—
Typed Na" eAr-
0; ImOo
(CORPO TE SIAL
(Witness to CONTRACTOR)
Typed Na!Y'
(Witness to CONTRACTOR)
Typed Name
Park Ave Stormwator Improvements
M
By: CONTRACTOR Signatory Authority
Leticia M. Ferreira, Vice President
Typed Name and Title
5752 S. Ridgewood Ave
Address
Port Orange, FL 32127
City, State, Zip
(386) 322-4500 (386) 322-4600
Telephone No. Facsimile No.
(Surety Signature Page Follows)
00610.3
PAYMENT BOND
(100% of Contract Price)
A TTES T:
, e4kloe-
(SURETY) Secretary
Susan L. Reich
Typed or Printed Name
Qr-
Witness as to SURETY
Gloria A. Richards
Typed or Printed Name
Win s as to SURETY U
SURETY
Arch Insurance Company
SURETY
C—,
By:
Teresa L. Durham
Typed or Printed Name
Attorney -in -Fact and Florida Licensed Resident Agent
Title
Harborside 3, 210 Hudson St., #300
Address
Jersey City, NJ 07311-1107
City, State, Zip
Jenna Delgado (201) 743-4000 (866) 637-5861
Typed or Printed Name Telephone No. Facsimile No.
*Florida Surety Bonds, Inc.
620 N. Wymore Road, Suite 200, Maitland, FL 32751
(407) 786-7770
NOTE: Date of this Payment Bond must not be prior to date of the Agreement. If CONTRACTOR
is a joint venture, all ventures shall execute this Payment Bond. If CONTRACTOR is a
Partnership, all partners shall execute this Payment Bond.
IMPORTAN : Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State of
Florida, unless otherwise specifically approved in writing by CITY.
All bonds shall be originals and issued or countersigned by a local producing agent who is
authorized to operate in the State of Florida. Attorneys -in -fact who sign Bid Bonds or
Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney to
sign such Bond. Agents of surety companies must list their name, address, and telephone
number on all Bonds.
Park Ave Stormwater Improvements
END OF SECTION
00610-4
PAYMENT BOND
(100% of Contract Price)
AIC 0000264461
THIS POWER OFATTORNEY ISNOT 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, Letter 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.
OOMLOO13 00-03 03 Page 1 of 2 Printed in U.S.A.
SECTION 00530
NOTICE TO PROCEED FORM
To:
Masci General Contractor, Incorporated
Notice to Proceed Date:
Project Name:
1 -1-0 1 ki
January 6, 2020
Park Avenue Stormwater Improvements
IFI3 18/19-36
You are hereby notified to commence Work in accordance with the Agreement dated
October 15, 2019 . This Notice authorizes the Contractor to commence construction on the
above Notice to Proceed Date and, in accordance with the Agreement, all Work shall be
substantially complete within 180 calendar days of the date of this Notice to Proceed.
Therefore, the Date of Substantial Completion is July 4, 2020 Per the
Agreement, all Work shall be finally substantially complete within 60 'calendar days of the
date of substantial completion. Therefore, the Date of Final completion is September 2, 2020
ISSUED BY: City of Sanford
(Name of Owner)
By (Signature)��
Thomas George, Deputy City Manager
(Printed Name and Title)
ACCEPTANCE OF NOTICE
Receipt and acceptance of the above Notice To Proceed is hereby acknowledged by Leticia M. Ferreira
this 10th day of December 2019
Leticia
�a Ferreira
Date: 2019.12.10
Ferreira 08.43:12 -05'00'
0
Leticia M. Ferreira, Vice President
Printed Name and Title
Park Ave Stormwater Improvements
May 2019
END OF SECTION
00530-1
NOTICE TO PROCEED FORM