Loading...
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