Loading...
2508 PBA 22/23-270 Asphalt Paving Systems IncCITY OF SXKF® FINANCE DEPARTMENT Wednesday, August 23, 2023 To: City Clerk/Mayor RE: PBA 22/23-270 Asphalt Paving Systems, Inc. r)yo�' The items) noted below is/are attached and forwarded to your office for the following actiorl ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: For Safe Keeping. C'. Ko isetr From T:Tept_forms\City Clerk Transmittal Memo - 2009,doc 8/23/2023 Date ASPHALT PAVING SYSTEMS, INC. PIGGYBACK CONTRACT (CITY OF KISSIMMEE) (PBA 22/23-270) PROVISION OF MILLING, RESURFACING, AND MINOR CONCRETE SERVICES The City of Sanford, Florida, a Florida municipal corporation (hereinafter referred to as the "City") enters, on the last date entered in the signature blocks below, this "Piggyback" Contract (hereinafter referred to as the "Contract") with Asphalt Paving Systems, Inc.), a New Jersey corporation, (hereinafter referred to as "APS"), whose principal address is 500 North Egg Harbor Road, Hammonton, New Jersey 08037, and whose mailing address is 3500 Post Office Box 530, Hammonton, New Jersey 08037, under the terms and conditions hereinafter provided. The City and APS may be collectively referenced herein as the "Parties." The City and APS agree as follows: 1. The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The Parties agree that APS has entered into a contract with the City of Kissimmee, Florida, said contract being identified as "AGREEMENT BETWEEN CITY OF KISSIMMEE AND ASPHALT PAVING SYSTEMS, INC." as said contract may have been amended (said original contract documents being referred to as the "Original Government Contract"), said original contract being for the provision of milling, resurfacing, and minor concrete services. 2. The Original Government Contract is incorporated herein by reference and is attached as Exhibit "A" to this Contract. All of the terms and conditions set out in the Original Government Contract are fully binding on the Parties and said terms .............................. 11 Page and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with APS in accordance with City policies and procedures for particular goods and services relating to the provision of milling, resurfacing, and minor concrete services. All pricing shall be F.O.B., City Hall, City of Sanford, with most favored nation pricing. 3. Notwithstanding the requirement that the Original Government Contract is fully binding on the Parties, the Parties have agreed to modify certain technical provisions of the Original Government Contract as applied to this Contract between APS and the City, as follows: a. Insurance Requirements of this Contract: Certificate(s) are to be provided by APS naming City as additional insured or certificate holder for insurance coverage. Said coverage is required to be maintained by APS in accordance with Exhibit "B" attached hereto. b. For other provisions of the Original Government Contract that will be modified see the City's website, which can be reached at: www.SanfordFL.gov with particular regard to when the Original Government Contract is silent as to a term or condition which matter needs to be clarified. The Parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Contract to the extent deemed necessary by the City in its sole and absolute discretion. C. Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, APS agrees that it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is: 2 1 P a g e Marisol Ordonez Purchasing Manager City of Sanford Finance Department Purchasing Division 300 North Park Avenue Sanford, Florida 32771 Phone: 407.688.5000, extension 5028 Email Marisol.ordonez@sanfordfl.gov d. Notwithstanding anything in the Original Government Contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the Parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The laws of the State of Florida shall control any dispute between the Parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. e. Notwithstanding any other provision in the Original Government Contract, to the contrary, there shall be no arbitration with respect to any dispute between the Parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction located in Seminole County, Florida, with the Parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. f. All the goods and services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. g. APS understands that Chapter 119, Florida Statutes, relating to public records shall be applicable to this Contract and acknowledges review of, and adherence to, the following disclosures from the City: I. IF THE CONTRACTOR/ APS HAS QUESTIONS REGARDING APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (APS') DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688- 5012, TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 3�Page NORTH PARK AVENUE, SANFORD, FL 32771, TRACI.HOUCHIN@SANFORDFL.GOV. II. In order to comply with Section 119.070 1, Florida Statutes, public records laws, APS must: A. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. B. Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of APS 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. III. If APS does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Contract. IV. Failure by APS to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Contract by the City. APS shall promptly provide the City with a copy of any request to inspect or copy public records in possession of APS and shall promptly provide the City with a copy of APS' response to each such request. h. APS, in the event of any ambiguity in the contractual relationship between APS and the City, shall comply with all "Standard Contractual Terms and Conditions," as provided on the City's 41 Page website, which website can be reached and accessed, as well as said terms and conditions reviewed, at: www.SanfordFL.gov All other provisions in the Original Government Contract are fully binding on the Parties and will represent the agreement between the City and APS. 4. This Contract shall be effective as of the date of execution of this Contract by, or on behalf of, the City. 5. The below signatories represent and affirm that they have the legal authority and right to enter into this Contract and bind the party for whom they are executing this Contract to the terms and conditions herein set forth. SIGNATURE BLOCKS FOLLOW: 5 1 P a g e Attest: ASPHALT PAVING SYSTEMS--,JW. New Jersey corporation. By-V\' yv'^��kV) Kenneth G. Messina Robert Capdterr� Secretary Preside r�tN� , s ent/Treasurer• Date: ` o� `moi T Attest: OF SANFORD, a F rida N�� 'I - .corpora Traci Houchin, MMC, FCRMArt Woodruff Mayor 3 City Clerk c. � ;.:-.,:,,Mayor* ,: • Date: / -t Approved as to form and legal sufficiency. By: William L. Colbert City Attorney 61 Page Exhibit "A" [Attach Original Government Contract] 7 1 P a g e EXHIBIT "B" INSURANCE REQUIREMENTS (1) APS shall obtain or possess and continuously maintain the following insurance coverage, from a company or companies, with a Best Rating of A- or better, authorized to do business in the State of Florida and in a form acceptable to the City and with only such terms and conditions as may be acceptable to the City unless the bid documents exclude or include certain types of insurance coverage or the level of coverage: (a) Workers Compensation/Employer Liability: APS shall provide Worker's Compensation for all employees. The limits will be statutory limits for Worker's Compensation insurance and $1,000,000 for Employer's Liability. (b) Comprehensive General Liability: APS shall provide coverage for all operations including, but not limited to, contractual, products, complete operations, and personal injury. Commercial General Liability is to include premises/operations liability, products and completed operations coverage, and independent vendor's liability or owner's and vendor's protective liability. The limits will not be less than $2,000,000 Combined Single Limit (CSL) or its equivalent. (c) Comprehensive Automobile Liability: APS shall provide complete coverage for owned and non -owned vehicles for limits not less than $1,000,000 CSL or its equivalent. (d) Professional Liability: APA shall provide coverage for all professional services performed. The limits will not be less than $1,000,000 CSL or its equivalent. (e) Sex Abuse Liability: APS shall provide coverage with limits not less than $1,000,000 CSL or its equivalent. (2) All insurance other than Workers Compensation to be maintained by APS shall specifically include the City as additional insured. (3) For additional insurance requirements reference is made to the requirements shown in the City's contract terms and conditions for all city procurements (www.SanfordFL.gov). ................................... 8jPage AGREEMENT between CITY OF KISSIMMEE And Asphalt Paving Systems, Inc. THIS AGREEMENT is made this day of U 2022 by and between the CITY OF KISSIMMEE, a municipal corporation of the State of Florida, 101 Church Street, Kissimmee, Florida 34741, hereinafter "City" and Asphalt Paving Systems. Inc., whose business address is 9021 Wire Road. Zephvrhills. FL 33540, hereinafter "Contractor" and each represents as follows: WITNESSETH WHEREAS, City advertised IFB 2022-002 Annual Contract for Milling, Resurfacing and Minor Concrete Work, attached hereto and incorporated herein as Exhibit "A"; and WHEREAS, Contractor provides milling, resurfacing and minor concrete work services and was the lowest responsive and responsible bidder, a copy of said bid response is attached hereto and incorporated herein as Exhibit `B''; and WHEREAS, City desires to award IFB 2022-002 to Contractor consistent with the terms and conditions and requirements of the bid specifications. NOW THEREFORE, in consideration of the mutual promises contained herein and for other good and value considerations, the receipt and sufficiency of which I hereby acknowledged, each Party hereby promises to the other as follows: RECITALS. The foregoing recitals are true and correct and specifically incorporated herein. 2. SPECIFICATIONS. Contractor agrees to perform miscellaneous alternative paving methods on an as -needed basis on City premises and facilities. Work may include, but not limited to, milling, resurfacing, striping, micro -surfacing, reclaimed asphalt paving, concrete work, and sodding. 3. WORKMANSHIP and WARRANTY. Contractor agrees to furnish all material, labor, equipment and tools necessary to provide the contracted services in accordance with the Exhibit "A", Exhibit `B", any and all change orders, and this Agreement. Contractor agrees to provide these services in a professional manner in accordance with the standards outlined Exhibit "A". Contractor shall supervise the performance of work by employees who shall present a favorable image for the City at all times when working on City property. 4. TERM. The term of this Agreement shall commence on the date of execution and terminate on September 20, 2025. This Agreement may, by mutual written consent of the Parties, be extended for two (2) additional twelve-month periods. City reserves the right to cancel this Agreement without cause on any and all locations. 5. PAYMENT. Payments to Contractor shall be made only upon submission of proof of satisfactory completion of the services, or the increment(s) thereof, for which payment is made. Contractor shall provide at the post award conference a payment schedule for work phases. Payment prior to initiation of the project and receipt by the City for services for which payment is invoiced is strictly prohibited. A payment will be made based on proof of satisfactory completion of each cycle. The amount of each payment will be based upon final contract payment schedule. Invoices shall provide details of all project expenses permitted in this Agreement. Upon review and approval of the Contractor's invoice and verification that services have been rendered in conformity with this Agreement, the City, through payment issued by the Public Works and Engineering Department, shall pay Contractor in accordance with the Local Government Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Contractor shall not apply any late charges, interest or penalties to any invoice or charges for services until 30 days from the City's receipt of the invoice. If this Agreement is terminated for convenience for any reason, then the Contractor shall be paid pro rata for all services performed, materials purchased, and administrative costs incurred, including Lost profit, to the effective date of termination. 6. BOND. Contractor shall furnish City with a performance bond issued by a surety licensed to do business in the State of Florida prior to commencement of work in the amount of $10,000.00. 7. INSURANCE. Contractor is required to submit to the City Certificates of Insurance naming the City as an additional insured. Said Certificate of Insurance shall also provide that at least thirty (30) days written notice shall be given to the City. During the term of the Agreement and any renewals, Contractor, at its sole cost and expense, shall maintain insurance coverage as follows: A. Workers Compensation: Contractor will provide Worker's Compensation coverage for all employees at the site location. The limits will be statutory for Worker's Compensation and $300,000.00 for Employers' Liability. B. Comprehensive General Liability: Contractor will provide coverage for all owned and non -owned vehicles for limits of not less than $1,000,000.00. C. Comprehensive Automobile Liability: Contractor will provide coverage for all owned and non -owed vehicles for limits of not less than $1,000,000.00. D. Umbrella Insurance: The Contractor will provide an umbrella in excess to the coverage in paragraphs B), and C) of not less than $1,000,000.00. 8. WORK ORDERS. The City may issue subsequent modifications to the work order(s) for additional work that was not known or included in the Specifications that is found to be needed during the course of this Agreement and above the amount set forth in Exhibit "C." Contractor must seek approval from the City before performing any additional work. The City must provide the Contractor with written documentation of the modification to any work order within three (3) business days of verbal approval. Contractor is not obligated to perform additional work until written modification has been received from the City but may commence work based upon a reasonable assumption that written modification will be issued. Incidental additional work performed by the Contractor without City consent will be evaluated and considered for payment based upon the work's merit. If the City determines the incidental additional work was not included in the original scope of the project and required for the Contractor's uninterrupted performance in fulfillment of the contract, then the City will approve the Contractor's request for payment for incidental additional work. 9. TERMINATION FOR CONVENIENCE. The City reserves the right to terminate the Agreement in whole or part by giving the Contractor written notice at least thirty (30) days prior to effective date of termination. Upon receipt of termination from the City, the Contractor shall only provide those services specifically approved or directed by the City. All other rights and duties of the parties under the Agreement shall continue during such notice period, and the City shall continue to be responsible to the vendor for the payment of any obligation to the extent such responsibility has not been excused by breach or default of the Contractor. Upon termination, Contractor shall bill the City for all amounts not previously billed and due to the vendor at that time. The vendor shall not be entitled to a profession fee nor expenses for any work commenced or expenses incurred after the notice of termination was received by the vendor, unless specifically approved or requested by the City. The Contractor shall however, be entitled to payment for services commenced and approved by the City prior to receipt of notice, or with the expressed written consent of the City, prior to the effective date of termination. 10. TERMINATION FOR CAUSE. If City wishes to terminate the Contractor for cause due to the failure of Contractor to perform as required under this Agreement and/or in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances, then the City must provide the Contractor with written notice of said failure to perform. The City must give ten (10) working days from the Contractor's receipt of the Notice to Cure for the Contractor to cure or take reasonable action to commence to cure the performance concerns specified. If the Contractor does not take appropriate action within the ten (10) day period, the City may issue a Final Notice to Cure. The Contractor will have an additional five (5) working days from the receipt of the Notice to Cure to cure or take reasonable action to commence to cure before the City can terminate the Agreement. If the Contractor is terminated for cause, the Contractor may provide or employ any necessary labor and materials in lieu of Contractor to finish part or all of the work under the Agreement or to supplement the work of Contractor, and to deduct the cost thereof from any money, then due or thereafter to become due to the Contractor; and if such cost shall exceed the balance due to Contractor, then the Contractor shall pay the difference to the City. 11. BREACH. Failure of Contractor or the City to perform the covenants, conditions, or provisions of the Agreement shall constitute a material default and breach of the Agreement. In the event of any default, the City has the right to terminate this Agreement immediately without notice to Contractor In the event of any default of the City, except the payments required under the Agreement, Contractor may terminate this Agreement immediately without notice. If the City fails to timely pay the monies required under this Agreement, it has fifteen (15) days after written notice from Contractor to cure said default, unless the City disputes satisfactory performance of services. 12. E -VERIFY. In compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E -Verify system to verify work authorization status of all employees hired after January 1, 2021. a. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. b. The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. c. The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section, but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. d. A contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that City is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. 13. INDEMNIFICATION/HOLD HARMLESS. To the extent permitted by law, Contractor hereby releases and waives all claims against the City, its officers, employees, agents, independent Contractors for any injury or damaged to the person, property, or business of Contractor, its agents, employees, sub -contractors, or other persons, for which injury or damages result from any act, neglect, occurrence, or condition in or about any City properties whether such damage is caused by the City or any other person. Nothing in the agreement shall be construed as a waiver of the City's statutory sovereign immunity pursuant to Section 768.28, Florida Statutes. Contractor agrees to indemnify and hold harmless the City, its agents, officers, employees against any and all claims, demand, cost, and expenses of every kind and nature, including reasonable attorney fees for the enforcement, defense, or appeals thereof arise from Contractor performance of the Agreement or any breach or default of Contractor. 14. PUBLIC RECORDS. Contractor specifically acknowledges the City's obligations under Article I, Section 24, of the Florida Constitution and under Chapter 119, Florida Statutes, to release public records to members of the public upon request and that the constitutional and statutory provisions control over the terms of this Agreement. As such, the Contractor shall keep and maintain public records required by the City and to comply with §119.071, F.S., shall: a) Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the services required under this Agreement; b) Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and d) Meet all requirements for retaining public records and transfer, at no cost to the City, all public records in possession of Contractor upon termination of this Agreement 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 system of the City. If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to Contractor's duty to provide public records relating to this Agreement, contact the Custodian of Public Records at 407-518-2308, citvclerkemailnkissimmee.gov, and 101 Church Street, Kissimmee, Florida 34741. 15. NON -ASSIGNMENT. Contractor shall not assign, sell or transfer this Agreement or any portion hereof without receiving the written consent of the City. This Agreement is hereby deemed to be of a personal service contact nature, thus, subcontracting any portion of this Agreement is prohibited. 16. APPLICABLE LAWS. This Agreement shall be governed, construed and enforced in accordance with the laws of the State of Florida. 17. JURY TRIAL WAIVER/VENUE/WAIVER OF ATTORNEY FEES. Contractor agrees to waive the right to a jury trial in any action, proceeding, or counterclaim. Venue shall be Osceola County, Florida. Each party waives the right to attorney fees in any action to enforce this Agreement. 18. WAIVER. No failure of the City to insist upon strict performance in any one or more terms of this Agreement, nor any failure of the City to exercise any right or remedy under this Agreement shall constitute a waiver of any such term, right or remedy the City may have, or future rights to enforce compliance. 19. NOTICES. Notice under this Agreement shall be deemed effective when mailed, certified mail return receipt requested or when delivered personally at the parties address below: Notice to CITY: Natrevia Gradney-Mitchell, Public Works and Engineering Director 101 N. Church Street Kissimmee, Florida 34741 Notice to Contractor: Robert Capoferri — President 9021 Wire Road Zephyrhills, Florida 33540 20. ENTIRETY OF AGREEMENT. This Agreement shall constitute the entire Agreement of the Parties. Any prior understanding or representations of any kind preceding the date of this Agreement shall not be binding on either Party except as incorporated herein. 21. MODIFICATIONS. Any modifications or additional obligations assumed by either Party shall be binding only if written and valued considerations exchanged. (Signature page to follow) IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed: CONTRACTOR By: Title: Robert (Ia Date: 6/10/2022 STATE OF FLORIDA COUNTY OF Pasco Systems, Inc. President The foregoing instrument was acknowledged before me this loth day of June , 2022, by means of ® physical presence or ❑ online notarization, by Robert Capoferri as President &c Asphalt Paving Systems, Inca Florida corporation, who is personally known t9 meer roduced)dentificatyon. Notary Seal: AMMAR. RElC M * * CortMnt "I HH 214726 Expka JaMery 22, 2026 tKl Linda,146ri�dll, City'Cierk Approved as to form a legal sufficiency: d1f,11 (�M� Lu Ci Attorney Print Name: Amanda Reichart My Commission Expires: January 22, 2026 CITY OF KISSMIME By: *QL)A Olga G alez Mayor- mmi loner Date: n Z at Z� a a EXHIBIT "A" EXHIBIT "B" ** ` HES SCHEDULE OF OFFERS SHOULD BE THE FIRST PAGE SUBMITTED WITH YOUR BBD Bid IFB2022-002 I/we, the undersigned, hereby declare that I/we have reviewed the bid documents and with full knowledge and understanding of all specifications and conditions contained therein do submit, (in duplicate), our bid as follows with full understanding that the bid package in its entirety is made a part of any agreement, contract or order between the City of Kissimmee and the successful bidder. ITEM NO. DESCRIPTION COST 1 TOTAL BID AMOUNT OF ITEMS 5 to 229 at I zz.!qAq.0= 2 TOTAL BID AMOUNT OF ITEMS S-1 to S-9 it: C14 `. HS 3 TOTAL BID AMOUNT OF ITEMS S-10 to S-15 '25.140 4 TOTAL BID AMOUNT OF ITEMS S-16 to S-26 2gto. -7's 5 TOTAL BID AMOUNT OF ITEMS S-27 to S-29 2•+135 6 TOTAL BID AMOUNT OF ITEMS S-30 to S-32 2-). 2-15 7 TOTAL BID AMOUNT OF ITEMS S-33 to S-35 't1F La,4 • `� 6 TOTAL BID AMOUNT OF ITEMS S-36 to S-38 9 TOTAL BID AMOUNT OF ITEMS S-39 to S-41 ----- 10 TOTAL BID AMOUNT OF ITEMS S-42 to S-47 --"" 11 TOTAL BID AMOUNT OF ITEMS S-48 to S-50 S115 --is ACKNOWLEDGMEN ADDENDA NO.(S) I } (IF APPLICABLE) L-ttignature) ALI-)PRICES QUOTED ARE GOOD FOR A PERIOD OF 90 DAYS. . J"L, We do not take exception to Specifications. (initial) (initial) We take exception to Specifications as follows: (attach additional sheets, if necessary) COMPANY NAME AsobaltPavine Systems, Inc. COMPANY ADDRESS 9021 Wire Road Zephyrhills, FL 33540 NOTE: OFFERS NOT RECEIVED IN DUPLICATE MAY BE REJECTED. VENDORS ARE RESPONSIBLE FOR DELIVERY OF THEIR BID TO THE ADDRESS INDICATED ON THE B -DOVER SHEET PRIOR TO THE DATE AND TIME SHOWN. BIDS NOT SO EL'I _ ERED MAY BE REJECTED. BY: DATE: 5/4/2022 Lure) Robert Capoferri. President EMAIL: FLEstimating@asphaltpavingsystems.com (typed name/title of signer) TELEPHONE NO.: (813) 788-0010 FAX NO.: (813)788-0020 13 Asphalt Paving Systems, Inc 9021 Wire Road CITY OF KISSIMMEE Zephyrhills, FL 33540 ALTERNATIVE PAVING METHODS SCHEDULE OF UNIT PRICES Mobilization/Maintenance of Traffic Item Description EstimatedQuanti Unit of Measure Unit Price 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 °!° 10% Asphalt, Earthwork, and Concrete 5 Inlet Protection System 1-25 EA $ 153.07 6 Inlet Protection System 26-50 EA $ 153.07 7 Inlet Protection System 51-100+ EA $ 153.07 8 Floating Turbidity Barrier 1-200 LF $ 45.93 g Floating Turbidity Barrier 201-500 LF $ 30.64 10 Floating Turbidity Barrier 501-1000+ LF $ 30.64 11 Staked Sift Fence 1-200 LF $ 7.70 12 Staked Sift Fence 201-500 LF $ 6.16 13 Staked Silt Fence 501+ LF $ 6.16 14 Clearing and Grubbing 1 AC $ 82,910.30 15 Curb and Gutter Removal 1-200 LF $ 36.03 16 Curb and Gutter Removal 201-500 LF $ 34.05 17 Curb and Gutter Removal 501+ LF $ 34.05 18 Miscellaneous Concrete Removal 1-200 SY $ 72.00 19 Existing Pipe Removal 1-200 LF $ 123.09 20 Existing Pipe Removal 201-500 LF $ 107.86 21 Existing Pipe Removal 501+ LF $ 107.86 22 Removal of Existing Pavement 1-200 SY $ 72.00 23 Removal of Existing Pavement 201-500 SY $ 66.22 24 Removal of Existing Pavement 501+ SY $ 66.22 25 Roadway Excavation 1-200 CY $ 69.30 26 Roadway Excavation 201-500 CY $ 56.76 27 Roadway Excavation 501+ CY $ 56.76 28 Swale Grading 1-200 LF $ 82.12 29 Swale Grading 201-500 LF $ 75.68 30 Swale Grading 501+ LF $ 75.68 31 Embankment (Truckload) 1-200 CY $ 57.79 32 Embankment (Truckload) 201-500 CY $ 94.60 33 Embankment (Truckload) 501+ CY $ 94.60 34 Flowable Fill 1-9 CY $ 974.60 35 Flowable Fill 10-18 CY $ 945.62 36 Flowable Fill 19-27+ CY $ 945.62 37 Asphaltic Base Course 1-200 TN $ 284.96 38 Asphaltic Base Course 201-500 TN $ 274.23 39 jAsphaftic Base Course 501+ TN $ 274.23 40 Optional Base Group 1 1-200 SY $ 55,66 41 Optional Base Group 1 201-500 SY $ 55.66 42 Optional Base Group 1 501-1000+ SY 43 Optional Base Group 4 1-200 SY $ 61.22 44 Optional Base Group 4 201-500 SY $ 61.22 45 Optional Base Group 4 501-1000+ SY $ 41.97 46 Optional Base Group 6 1-200 SY $ 89.71 47 Optional Base Group 6 201-500 SY f $ 89.71 48 Optional Base Group 6 501-1000+ SY $ 59.02 49 Optional Base Group 9 1-200 SY $ 95.32 50 Optional Base Group 9 201-500 SY $ 95.32 51 _ Optional Base Group 9 501-1000+ SY $ 64.57 52 loptional Base Group 11 1-200 SY $ 100.87 53 Optional Base Group 11 201-500 SY $ 100.87 54 Optional Base Group 11 501-1000+ SY $ 70.18 55 Milling (11") _ 1-200 SY $ 132.57 56 Milling (1") 201-500 SY $ 53.03 57 Milling (1") 501-1000+ SY $ 5.94 58 Milling (1.5") 1-200 SY $ 132.57 59 Milling (1.5") 201-500 SY $ 53.03 60 Milling (1.5") 501-1000+ SY $ 5.94 81 Milling (2") 1-200 SY $ 132.57 62 Milling (2") 201-500 SY $ 53.03 83 Milling (2") 501-1000+ SY $ 5.94 64 Milling (3") 1-200 SY $ 132.57 65 Milling (3") 201-500 SY $ 53.03 66 Milling (3") 501-1000+ SY $ 6.88 67 Milling (4") 1-200 SY $ 132.57 68 Milling (4") 201-500 SY $ 53.03 69 Milling (4") 501-1000+ SY $ 6.88 70 Milling (5") 1-200 SY $ 132.57 71 Milling (5") 201-500 SY $ 53.03 72 Milling (5") 501-1000+ SY $ 7.21 73 Milling (6") 1-200 SY $ 132.57 74 Milling (6") 201-500 SY $ 53.03 75 Milling (6") 501-1000+ SY $ 7.54 76 Type III Asphaltic Concrete 1-200 TN $ 230.00 77 Type III Asphaltic Concrete 201-500 TN $ 205.00 78 Type III Asphaltic Concrete 501+ TN $ 180.00 79 Asphaltic Concrete Type "S-1" 1-200 TN $ 270.00 80 Asphaltic Concrete Type "S-1" 201-500 TN $ 210.00 81 Asphaltic Concrete Type "S-1" 501+ TN $ 155.00 82 JAsphaltic Concrete Type "S-3" 1-200 TN $ 272.00 $3 Asphaltic Concrete Type "S-3" 201-500 TN $ 215.00 84 Asphaltic Concrete Type "S-3" 501+ TN $ 158.00 85 Adjusting Manholes (Metal Riser Rings) 1-5 BA $ 2,424.73 86 Adjusting Manholes (Metal Riser Rings) 6-10 EA $ 2,269.41 87 Adjusting Manholes (Metal Riser Rings) 11-20+ EA $ 2,269.41 88 Adjusting Valve Boxes (Metal Riser Rings) 1-5 EA $ 1,616.51 89 Adjusting Valve Boxes (Metal Riser Rings) 6-10 EA $ 1,512.94 90 Adjusting Valve Boxes (Metal Riser Rings) 11-20+ EA $ 1,512.94 91 18" RCP CD - Cl 1-200 LF $ 280.56 92 18" RCP CD - Cl 201-500 LF $ 253.06 93 18" RCP CD - Cl 501+ LF $ 253.06 94 Type "A" Curb 1-25 LF $ 109.25 95 Type "A" Curb 26-50 LF $ 70.73 96 Type "A" Curb 51-100+ LF $ 70.73 97 Type "B" Curb 1-20 LF $ 136.62 98 Type "g" Curb-_. - 26-50 LF $ 70.73 99 Type "B" Curb 51-100+ LF $ 70.73 100 IType "D" Curb 1-25 LF $ 109.29 101 Type "D" Curb 26-50 LF $ 70.73 102 Type "D" Curb 51-100+ LF $ 70.73 103 Type "E" Curb 1-25 LF $ 109.29 104 Type "E" Curb 26-50 LF $ 70.73 105 Type "E" Curb 51-100+ LF $ 70.73 106 Type "F" Curb y 1-25 LF $ 109.29 107 Type "F" Curb 26-50 LF $ 70.73 108 Type "F" Curb 51-100+ LF $ 70.73 109 Valley Gutter 1-25 LF $ 136.62 110 Valley Gutter 26-50 LF $ 88.44 111 Valley Gutter 51-100+ LF $ 88.44 112 Traffic Separator - (4') 1-25 LF $ 136.62 113 Traffic Separator - (4') 26-50 LF $ 88.44 114 Traffic Separator - (4') 51-100+ LF $ 88.44 115 Traffic Separator - (6') 1-25 LF $ 163.90 116 Traffic Separator - (61 26-50 LF $ 106.10 117 Traffic Separator - (6) 51-100+ LF $ 91.74 118 Traffic Separator - (width varies) 1-25 SY $ 160.88 119 Traffic Separator - (width varies) 26-50 SY $ 141.46 120 Traffic Separator - (width varies) 51-100+ SY $ 122.27 121 Concrete Sidewalk - (4" thickness) 1-100 SY $ 97.79 122 Concrete Sidewalk - (4" thickness) 101-250 SY $ 97.79 123 Concrete Sidewalk - (4" thickness) 251-500+ SY $ 77.28 124 Concrete Sidewalk - (6" thickness) 1-100 SY $ 129.86 125 Concrete Sidewalk - (6" thickness) 101-250 SY $ 101.48 126 Concrete Sidewalk - (6" thickness) 251-500+ SY $ 101.48 127 Concrete Sidewalk- (6" Thickness) 1-100 SY $ 129.86 128 Concrete Sidewalk - (6" Thickness) 101-250 SY $ 101.48 129 Concrete Sidewalk - (6" Thickness) 251+ SY $ 101.04 130 Detectable Warning Surfaces (inset) 1-50 SF $ 35.26 131 Detectable Warning Surfaces (Inset) 51-100 SF $ 35.26 132 IDetectable Warning Surfaces (inset) 101+ SF $ 35.26 133 Detectable Warning Surfaces (Screwdown Retro -Fit) 1-50 SF $ 38.28 134 IDetectable Warning Surfaces (Screwdown Retro -Fit) 51-100 SF $ 38.28 135 IDetectable Warning Surfaces (Screwdown Retro -Fit) 101+ SF $ 38.28 136 Sodding (Bahia) 1-200 SY $ 9.90 137 Sodding (Bahia) 201-500 SY $ 8.80 138 Sodding (Bahia) 501+ SY $ 5.50 138 ISodding (Floratam) 1-200 SY $ 12.10 140 ISodding (Floratam) 201-500 SY $ T 11.00 141 Sodding (Floratam) 501+ SY $ 7.70 142 Loop Assembly, FBI -Type B 1 AS $ 5,720.00 Pavement Markings 143 install Sign (single post) 1-5 EA $ 759.00 144 _� install Sign (single post) 6-15 EA $ 695.75 145 Install Sign (single post) 16-30+ EA $ 670.45 146 install Sign (multi -post) 1-5 EA $ 1,518.00 147 Install Sign (multi -post) 6-15 EA $ 1,391.50 148 Install Sign (multi- post) u 16-30+ EA $ 1,239.70 149 lReflective Pavement Markers (RPM's) 1-20 EA $ 10.35 150 Reflective Pavement Markings (RPM's) 21-60 EA $ 6.90 151 Reflective Pavement Markers (RPM'S) 61-100+ EA $ 5.75 152 6" Solid Traffic Stripe (paint) (white) 1-200 LF $ 1.84 153 6" Solid Traffic Stripe (paint) (white) 201-500 LF $ 1.38 154 6" Solid Traffic Stripe (paint) (white) 501-1000+ LF $ 0.81 155 6" Solid Traffic Stripe (paint) (yellow) 1-200 LF $ 1.84 156 6" Solid Traffic Stripe (paint) (yellow) 201-500 LF $� 1.38 157 6" Solid Traffic Stripe (paint) (yellow) 501-1000+ LF $ 0.81 158 12" Solid Traffic Stripe (paint) 1-25 LF $ 5.75 159 12" Solid Traffic Stripe (paint) 26-50 LF $ 5.18 160 12" Solid Traffic Stripe (paint) 51-100+ LF $ 4.60 161 18" Solid Traffic Stripe (paint) 1-25 LF $ 5.98 162 18" Solid Traffic Stripe (paint) 26-50 LF $ 5.18 163 18" Solid Traffic Stripe (paint) 51-100+ LF $ 4.83 164 24" Solid Traffic Stripe (paint) 1-25 LF $ 11.50 165 24" Solid Traffic Stripe (paint) 26-50 LF $ 10.35 166 24" Solid Traffic Stripe (paint) 51-100+ LF $ 9.20 167 6" Skip Traffic Stripe (paint) 1-200 LF $ 2.88 168 6" Skip Traffic Stripe (paint) 201-500 LF $ 2.30 169 W Skip Traffic Stripe (paint) 501-1000+ LF $ 1.73 170 6" Dotted Guide Lines (paint) 1-50 LF $ 2.88 171 6" Doffed Guide Lines (paint) 51-100 LF $ 2.30 172 6" Dotted Guide Lines (paint) 101-150+ LF $ 1.73 173 Directional Arrows (Paint) 1-10 EA $ 46.00 174 Directional Arrows (Paint) 11-50 EA $ 34.50 175 Directional Arrows (Paint) 51+ EA $ 28.75 176 Pavement Messages (Paint) 1-10 EA $ 69.00 177 Pavement Messages (Paint) 11-50 EA $ 57.50 178 Pavement Messages (Paint) 51+ EA $ 40.25 179 8" Solid Traffic Stripe (Paint) 1-200 LF $ 3.45 180 8" Solid Traffic Stripe (Paint) 201-500 LF $ 2.30 181 8" Solid Traffic Stripe (Paint) 501-1000+ LF $ 1.73 182 6" Solid Stripe/Extra. Thermo (white) 1-200 LF $ 3.34 183 6" Solid Stripe/Extru. Thermo (white) 201-500 LF $ 2.88 184 6" Solid Stripe/Extru. Thermo (white) 501-1000+ LF $ 2.30 185 6" Solid Stripe/Extra. Thermo (yellow) 1-200 LF $ 3.34 186 6" Solid Stripe/Extru. Thermo (yellow) 201-500 LF $ 2.88 187 6" Solid Stripe/Extra. Thermo (yellow) 501-1000+ LF $ 2.30 188 12" Solid Traffic Stripe/Extru. Thermo 1-25 LF $ 8.05 189 12" Solid Traffic Stripe/Extru. Thermo 26-50 LF $ 6.90 190 12" Solid Traffic Stripe/Extru. Thermo 51-100+ LF $ 5.75 191 18" Solid Traffic Stripe/Extra. Thermo 1-25 LF $ 8.63 192 18" Solid Traffic Stripe/Extru. Thermo 26-50 LF I $ 7.48 193 18" Solid Traffic Stripe/Extru. Thermo 51-100+ LF $ 6.33 i94 24" Solid Traffic Stripe/Extru. Thermo 1-25 LF $ 16.10 195 24" Solid Traffic Stdpe/Extru. Thermo 26-50 LF $ 13.80 196 24" Solid Traffic Stripe/Extru. Thermo 51-100+ LF $ 11.50 197 6" Skip Traffic Stripe/Extra. Thermo 1-200 LF $ 2.88 198 6" Skip Traffic Stripe/Extra. Thermo 201-500 LF $ 2.59 199 6" Skip Traffic Stripe/Extra. Thermo 501-1000+ LF $ 2.30 200 6" Dotted Guide Lines/Extra. Thermo 1-50 LF $ 2.88 201 6" Dotted Guide Lines/Extra. Thermo. 51-100 LF $ 2.59 202 6" Dotted Guide Lines/Extra. Thermo, 101-150+ LF $ 2.30 203 Directional Arrows 1 Extru. Thermo. 1 EA $ 86.25 204 Preformed Symbol 1 EA $ 345.00 205 Pavement Messages / Extru. Thermo, 1 EA $ 207.00 206 8" Solid Traffic Stripe 1 Extru. Thermo 1-200 LF $ 4.03 207 8" Solid Traffic Stripe / Extru. Thermo 201-500 LF $ 2.88 208 8" Solid Traffic Stripe / Extru. Thermo 501-1000+ LF $ 2.30 209 Remove Ex. Pavement Markings(paint) 1-100 SF $ 3.45 210 Remove Ex. Pavement Markings(paint) 101-300 SF $ 2.88 211 Remove Ex. Pavement Markings(paint) 301-500+ SF $ 2.59 212 Rem. Ex. Pavement Markings(thermo) 1-100 SF $ 4.60 213 Rem. Ex. Pavement Markings(thermo) 101-300 SF $ 4.31 214 Rem. Ex. Pavement Markings(thermo) 301-500+ SF $ 4.03 TOTAL BID AMOUNT OF ITEMS 5 to 214 ABOVE $122,409.03 Item Description EstimatedQuantity Unit of Measure Unlit price HOT4N-PLACE (With Virgin Top Course) Asphalt Recycling 215 Asphalt Recycling 1-10,000 SY NB 216 Asphalt Recycling 10,001 - 50,000 SY NB 217 Asphalt Recycling 50,001+ SY NB 218 Recycling Agent 1-10,000 GAL NB 219 Recycling Agent 10,001 - 50,000 GAL NB 220 Recycling Agent 50,001+ GAL NB HOT -IN-PLACE (100%) Asphalt Recycling 221 jElase Course HIPR 1-10,000 SY NB 222 Base Course HIPR 10,001 - 50,000 SY NB 223 Base Course HIPR 50,001+ SY NB 224 2" Complete HIPR 1 -10,000 SY NB 225 2" Complete HIPR 10,001 - 50,000 SY NB 226 2" Complete HIPR 50,001+ SY NB 227 Asphalt Recycling Agent 1-10,000 SY NB 228 Asphalt Recycling Agent 10,001 - 50,000 SY NB 229 Asphalt Recycling Agent 50,001+ SY NB TOTAL BID AMOUNT OF ITEMS 215 to 229 ABOVE $ Item Description EstimatedQuantity Unit of Measure Unit Price Specialty Paving Methods 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-1 Rut Fill / Scratch Course (Micro) 1-50 TN $ 355.00 3-2 Rut Fill / Scratch Course (Micro) 51-100 TN $ 305.00 S-3 Rut Fill / Scratch Course (Micro) 101+ TN $ 260.00 S-4 Single Micro Surface 20-24 lbs 1-10,000 SY $ 4.40 S-5 Single Micro Surface 20-24 lbs 10,001 - 50,000 SY $ 3.65 S-6 Single Micro Surface 20-24 lbs 50,001+ SY $ 3.05'- S-7 Double Micro Surface 30-34 lbs 1-10,000 SY $ 5.75 S-8 Double Micro Surface 30-34 lbs 10,001 - 50,000 SY $ 4.95 S -g IDouble Micro Surface 30-34 lbs 50,001+ SY $ 4.65 TOTAL BID AMOUNT OF ITEMS S-1 to S-9 ABOVE $ 946.45 Item Description EstimatedQuantity Unit of Measure Unit Price 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-10 Single Chip Seal -#89 Granite 1-10,000 SY $ 5.55 3-11 Single Chip Seal -#89 Granite 10,001 - 50,000 SY $ 3.30 S-12 Single Chip Seal -#89 Granite 50,001+ SY $ 3.05 S-13 Double Chip Seal -#57 w #89 Granite 1-10,000 SY $ 6.75 S-14 Double Chip Seal -#57 w #89 Granite 10,001 - 50,000 SY $ 5.10 S-15 Double Chip Seal -#57 w #89 Granite 50,001+ SY $ 4.65 TOTAL BID AMOUNT OF ITEMS S-10 to S-15 ABOVE $ 28.40 Item Description EstimatedQuantity Unit of Measure Unit Price 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-16 Full Depth Reclamation /6"-9" 1-10,000 SY $ 13.25 S-17 Full Depth Reclamation /6"-9" 10,001 - 50,000 SY $ 7.65 S-18 Full Depth Reclamation /6"-9" 50,001+ SY $ 7.10 S-19 Full Depth Reclamation 9"-12" 1-10,000 SY $ 13.75 S-20 Full Depth Reclamation 9"-12" 10,001 - 50,000 SY $ 8.25 S-21 Full Depth Reclamation 9"-12" 50,001+ SY $ 7.90 S-22 Cement for Reclamation 1 TN $ 190.00 S-23 Emulsion for Reclamation 1 Gal $ 2.85 S-24 Reclaimed Asphalt Paving (RAP) 1-10,000 SY $ 18.00 S-25 Reclaimed Asphalt Paving (RAP) 10,001 - 50,000 SY $ 15.00 5-26 Reclaimed Asphalt Paving (RAP) 50,001+ SY TOTAL BID AMOUNT OF ITEMS S-16 to S-26 ABOVE $ 296.75 Item Description EstimatedQuantity Unit of Measure Unit Price 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% 8-27 Fog Seal 1-10,000 SY $ 1.10 8-Z8 Fog Seal 10,001- 50,000 SY $ 0.85 S-29 Fog Seal 50,000+ SY $ 0.80 TOTAL BID AMOUNT OF ITEMS S-27 to S-29 ABOVE $ 2.75 Item Description EstimatedQuanti Unit of Unit PriceMeasure 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-30 Cape Seal 1-10,000 SY $ 11.30 S-31 Cape Seal 10,001- 50,000 SY $ 8.25 S-32 Cape Seal 50,000+ SY $ 7.70 TOTAL BID AMOUNT OF ITEMS S-30 to S-32 ABOVE $ 27.25 Item Description EstimatedQuantlt y Unit of Unit PriceMeasure 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-33 in -Place Recycling-Reconstrction 1-10,000 SY $ 24.55 8-34 In -Place Recycling-Reconstrction 10,001- 50,000 SY $ 20.70 S-35 In -Place Recycling-Reconstrction 50,000+ SY $ 19.50 TOTAL BID AMOUNT OF ITEMS S-33 to S-35 ABOVE $ 64.75 Item Description EstimatedQuantity Unit of Measure Unit Price 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10% S-36 Crack Filling/Sealing 1-500 GAL $ 35.00 S-37 Crack Filling/Sealing 501 -1000 GAL $ 33.00 S-38 Crack Filling/Sealing 1,001+ I GAL $ 30.00 "Quantities are not guaranteed. Final payment will be based on actual quantities. NAME OF CONTRACTOR _Asphalt Paving Systems, Inc._ TOTAL BID AMOUNT OF ITEMS S•36 to S-38 ABOVE $- 98.00 Item Description EstimatedQuantity Unit of Measure Unit Price 1 Mobilization 1 % NB 2 Night Work Mobilization 1 % NB 3 Maintenance of Traffic 1 % NB 4 Maintenance of Traffic Nightwork 1 % NB S-39 Asphalt Rejuvenator 1-50,000 SY NB S-40 Asphalt Rejuvenator 50,001 - 100,000 SY NB S-41 jAsphalt Rejuvenator 100,001+ SY NB TOTAL BID AMOUNT OF ITEMS S-39 to S41 ABOVE $ - Item Description p EstimatedQuanti ty Unit of Measure Unit Price 1 Mobilization 1 % NB 2 Night Work Mobilization 1 % NB 3 Maintenance of Traffic 1 % NB 4 Maintenance of Traffic Nightwork 1 % NB S-42 Speed Hump W/ Curbing 1-50 FT NB S-43 Speed Hump W/ Curbing 51-100 FT NB S-44 Speed Hump W1 Curbing 101+ FT NB S-45 ISpeed Hump No Curbing 1-50 FT NB S-46 ISpeed Hump No Curbing 51-100 FT NB S-47 Speed Hump No Curbing 101+ FT NB TOTAL BID AMOUNT OF ITEMS S-42 to S-47 ABOVE $ - Item Description EstimatedQuan6t y Unit of Unit Price Measure 1 Mobilization 1 % 5% 2 Night Work Mobilization 1 % 10% 3 Maintenance of Traffic 1 % 5% 4 Maintenance of Traffic Nightwork 1 % 10°% S-48 Slurry Seal 1-10,000 SY $ 6.00 S-49 Slurry Seal 10,001 - 50,000 SY $ 5.10 S-50 Slurry Seal 50,001+ SY TOTAL BID AMOUNT OF ITEMS S118 to 5-50 ABOVE $ 15.75 "Quantities are not guaranteed. Final payment will be based on actual quantities. NAME OF CONTRACTOR _Asphalt Paving Systems, Inc._ March 21, 2022 CITY OF KISSIM EE 1883 Addendum No. I Project: Alternative Paving alethods Bid No: IFS2022-002 TO ALL PROPOSERS: The following items are clarifications, corrections, additions, deletions and / or revisions, which shall take precedence over the original documents. Vendor Link Due to COVID-19 interested parties are requested to respond to this Request for Proposal by Electronic submittals. Email or other means will not be accepted. Vendor Link help can be accessed by emailing, support@evendorlink.com, and Demandstar help can be accessed by emailing, supponAdemandstar.com. To ensure correct information formatting: o Submit electronically through myvendorlink.com • Upload files only in MS Word (.doc or .docx), Excel (.xls or xlsx), and PowerPoint (.ppt or .pptx); Adobe Portable Document Format (.pdf); Compressed File (.ZIP) formats. • Enable printing on files submitted © Clearly Identify the Bid Number, Name, Submission Date, and Name on the Response Cover Page or Letterhead o Contact Vendor Link technical support at support@evendorlink.com if technical difficulties arise during proposal submission. Any bids received after above stated time and date will not be considered. If you are receiving this message you have requested updates and/or information for a particular project or service which can be obtained by registering with https://www.myvendodink.com/common/register.aspx. Registering with myvendortink will ensure that you receive notifications, and of any changes to an advertised solicitation. DemandStar: To ensure correct information formatting: D Submit electronically through demandstar.com Upload files only in MS Word (.doc or .docx), Excel (.xis or xlsx), and PowerPoint (.ppt or .ppbo; Adobe Portable Document Format (.pdf); Compressed File (.ZIP) formats. ® Enable printing on files submitted © Clearly identify the Bid Number, Name, Submission Date, and Name on the Response Cover Page or Letterhead o Contact Demandstar technical support at support@demandstar.com if technical difficulties arise during proposal submission. Any bids received after above stated time and date will not be considered. If you are receiving this message, you have requested updates and/or information for a particular project or service which can be obtained by registering with 1 https://www.demandstar.com/registration. Registering with Demandstar will ensure that you receive notifications, and of any changes to an advertised solicitation. It shall be the sole responsibility of the bidder to have their bid electronically delivered to Procurement Services Division for receipt on or before the above stated time and date. Non -Mandatory Pre-bid Meetiiia Update The scheduled Non -Mandatory Pre-bid Meeting located at the Kissimmee City Hall on April 13, 2022 at 10:OOAM has been moved to a teleconference platform. You are invited to a Zoom meeting. Topic: IFB2022-002 Alternative Paving Methods Non -Mandatory Pre-bid Meeting Time: Apr 13, 202210:00 AM Eastem Time (US and Canada) Join Zoom Meeting httns://wsO2webzoom.usit/87363894003?pwd=bERUZOMwV teiNXNXdTkrN2IZZmZGdzD9 Meeting ID: 873 6389 4003 Passcode: jKGz8E One tap mobile +13017158592„87363894003# US (Washington DC) +13126266799„87363894003# US (Chicago) Dial by your location +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1253 215 8782 US (Tacoma) +1346 248 7799 US (Houston) +1669 900 9128 US (San Jose) Meeting ID: 873 6389 4003 Find your local number: https://usO2web.zoom.us/ulkbAUtHEKF5 A. ACKNOWLEDGMENT OF ADDENDA: 1. The proposer shall acknowledge receipt of this addendum by completing the applicable section in the IFB. The Proposer shall submit said Form with the proposal. 2. All other terms and conditions of the IFB remain unchanged. + Brandon Durango 1 Procurement Manager” ACKN,.W4ED�MENT OF ADDENDA NO.(S) 4 (IF APPLICABLE) (Signatu COMPANY NAME 45phalt Paving Systems, Inc COMPANY ACES 9021 Wire Road Zephyrhills, FL 33540 BY: DATE: 5/4/2022 (si a uF,6) — Robert Capoferri, President EMAIL: FLEstimiating@asphaltpavingsystems.com 2 AGREEMENT between CITY OF KISSIMMEE And Asphalt Paving Systems, Inc. THIS AGREEMENT is made this s�- day of U V-1 I-- , 2022 by and between the CITY OF KISSIMMEE, a municipal corporation of the State of Florida, 101 Church Street, Kissimmee, Florida 34741, hereinafter "City" and Asphalt Paving Systems, Inc., whose business address is 9021 Wire Road. Zephyrhills. FL 33540, hereinafter "Contractor" and each represents as follows: WITNESSETH WHEREAS, City advertised IFB 2022-002 Annual Contract for Milling, Resurfacing and Minor Concrete Work, attached hereto and incorporated herein as Exhibit "A"; and WHEREAS, Contractor provides milling, resurfacing and minor concrete work services and was the lowest responsive and responsible bidder, a copy of said bid response is attached hereto and incorporated herein as Exhibit "B"; and WHEREAS, City desires to award IFB 2022-002 to Contractor consistent with the terms and conditions and requirements of the bid specifications. NOW THEREFORE, in consideration of the mutual promises contained herein and for other good and value considerations, the receipt and sufficiency of which I hereby acknowledged, each Party hereby promises to the other as follows: 1. RECITALS. The foregoing recitals are true and correct and specifically incorporated herein. 2. SPECIFICATIONS. Contractor agrees to perform miscellaneous alternative paving methods on an as -needed basis on City premises and facilities. Work may include, but not limited to, milling, resurfacing, striping, micro -surfacing, reclaimed asphalt paving, concrete work, and sodding. 3. WORKMANSHIP and WARRANTY. Contractor agrees to furnish all material, labor, equipment and tools necessary to provide the contracted services in accordance with the Exhibit "A", Exhibit "B", any and all change orders, and this Agreement. Contractor agrees to provide these services in a professional manner in accordance with the standards outlined Exhibit "A". Contractor shall supervise the performance of work by employees who shall present a favorable image for the City at all times when working on City property. 4. TERM. The term of this Agreement shall commence on the date of execution and terminate on September 20, 2025. This Agreement may, by mutual written consent of the Parties, be extended for two (2) additional twelve-month periods. City reserves the right to cancel this Agreement without cause on any and all locations. 5. PAYMENT. Payments to Contractor shall be made only upon submission of proof of satisfactory completion of the services, or the increment(s) thereof, for which payment is made. Contractor shall provide at the post award conference a payment schedule for work phases. Payment prior to initiation of the project and receipt by the City for services for which payment is invoiced is strictly prohibited. A payment will be made based on proof of satisfactory completion of each cycle. The amount of each payment will be based upon final contract payment schedule. Invoices shall provide details of all project expenses permitted in this Agreement. Upon review and approval of the Contractor's invoice and verification that services have been rendered in conformity with this Agreement, the City, through payment issued by the Public Works and Engineering Department, shall pay Contractor in accordance with the Local Government Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Contractor shall not apply any late charges, interest or penalties to any invoice or charges for services until 30 days from the City's receipt of the invoice. If this Agreement is terminated for convenience for any reason, then the Contractor shall be paid pro rata for all services performed, materials purchased, and administrative costs incurred, including lost profit, to the effective date of termination. 6. BOND. Contractor shall furnish City with a performance bond issued by a surety licensed to do business in the State of Florida prior to commencement of work in the amount of $10,000.00. 7. INSURANCE. Contractor is required to submit to the City Certificates of Insurance naming the City as an additional insured. Said Certificate of Insurance shall also provide that at least thirty (30) days written notice shall be given to the City. During the term of the Agreement and any renewals, Contractor, at its sole cost and expense, shall maintain insurance coverage as follows: A. Workers Compensation: Contractor will provide Worker's Compensation coverage for all employees at the site location. The limits will be statutory for Worker's Compensation and $300,000.00 for Employers' Liability. B. Comprehensive General Liabilitv: Contractor will provide coverage for all owned and non -owned vehicles for limits of not less than $1,000,000.00. C. Comprehensive Automobile Liability: Contractor will provide coverage for all owned and non -owed vehicles for limits of not less than $1,000,000.00. D. Umbrella Insurance: The Contractor will provide an umbrella in excess to the coverage in paragraphs B), and C) of not less than $1,000,000.00. 8. WORK ORDERS. The City may issue subsequent modifications to the work order(s) for additional work that was not known or included in the Specifications that is found to be needed during the course of this Agreement and above the amount set forth in Exhibit "C." Contractor must seek approval from the City before performing any additional work. The City must provide the Contractor with written documentation of the modification to any work order within three (3) business days of verbal approval. Contractor is not obligated to perform additional work until written modification has been received from the City but may commence work based upon a reasonable assumption that written modification will be issued. Incidental additional work performed by the Contractor without City consent will be evaluated and considered for payment based upon the work's merit. If the City determines the incidental additional work was not included in the original scope of the project and required for the Contractor's uninterrupted performance in fulfillment of the contract, then the City will approve the Contractor's request for payment for incidental additional work. 9. TERMINATION FOR CONVENIENCE. The City reserves the right to terminate the Agreement in whole or part by giving the Contractor written notice at least thirty (30) days prior to effective date of termination. Upon receipt of termination from the City, the Contractor shall only provide those services specifically approved or directed by the City. All other rights and duties of the parties under the Agreement shall continue during such notice period, and the City shall continue to be responsible to the vendor for the payment of any obligation to the extent such responsibility has not been excused by breach or default of the Contractor. Upon termination, Contractor shall bill the City for all amounts not previously billed and due to the vendor at that time. The vendor shall not be entitled to a profession fee nor expenses for any work commenced or expenses incurred after the notice of termination was received by the vendor, unless specifically approved or requested by the City. The Contractor shall however, be entitled to payment for services commenced and approved by the City prior to receipt of notice, or with the expressed written consent of the City, prior to the effective date of termination. 10. TERMINATION FOR CAUSE. If City wishes to terminate the Contractor for cause due to the failure of Contractor to perform as required under this Agreement and/or in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances, then the City must provide the Contractor with written notice of said failure to perform. The City must give ten (10) working days from the Contractor's receipt of the Notice to Cure for the Contractor to cure or take reasonable action to commence to cure the performance concerns specified. If the Contractor does not take appropriate action within the ten (10) day period, the City may issue a Final Notice to Cure. The Contractor will have an additional five (5) working days from the receipt of the Notice to Cure to cure or take reasonable action to commence to cure before the City can terminate the Agreement. If the Contractor is terminated for cause, the Contractor may provide or employ any necessary labor and materials in lieu of Contractor to finish part or all of the work under the Agreement or to supplement the work of Contractor, and to deduct the cost thereof from any money, then due or thereafter to become due to the Contractor; and if such cost shall exceed the balance due to Contractor, then the Contractor shall pay the difference to the City. 11. BREACH. Failure of Contractor or the City to perform the covenants, conditions, or provisions of the Agreement shall constitute a material default and breach of the Agreement. In the event of any default, the City has the right to terminate this Agreement immediately without notice to Contractor In the event of any default of the City, except the payments required under the Agreement, Contractor may terminate this Agreement immediately without notice. If the City fails to timely pay the monies required under this Agreement, it has fifteen (15) days after written notice from Contractor to cure said default, unless the City disputes satisfactory performance of services. 12. E -VERIFY. In compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E -Verify system to verify work authorization status of all employees hired after January 1, 2021. a. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. b. The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. c. The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section, but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. d. A contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that City is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. 13. INDEMNIFICATIONIHOLD HARMLESS. To the extent permitted by law, Contractor hereby releases and waives all claims against the City, its officers, employees, agents, independent Contractors for any injury or damaged to the person, property, or business of Contractor, its agents, employees, sub -contractors, or other persons, for which injury or damages result from any act, neglect, occurrence, or condition in or about any City properties whether such damage is caused by the City or any other person. Nothing in the agreement shall be construed as a waiver of the City's statutory sovereign immunity pursuant to Section 768.28, Florida Statutes. Contractor agrees to indemnify and hold harmless the City, its agents, officers, employees against any and all claims, demand, cost, and expenses of every kind and nature, including reasonable attorney fees for the enforcement, defense, or appeals thereof arise from Contractor performance of the Agreement or any breach or default of Contractor. 14. PUBLIC RECORDS. Contractor specifically acknowledges the City's obligations under Article I, Section 24, of the Florida Constitution and under Chapter 119, Florida Statutes, to release public records to members of the public upon request and that the constitutional and statutory provisions control over the terms of this Agreement. As such, the Contractor shall keep and maintain public records required by the City and to comply with §119.071, F. S., shall: a) Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the services required under this Agreement; b) Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and d) Meet all requirements for retaining public records and transfer, at no cost to the City, all public records in possession of Contractor upon termination of this Agreement 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 system of the City. If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to Contractor's duty to provide public records relating to this Agreement, contact the Custodian of Public Records at 407-518-2308, citvclerkemail(a�kissimmee.gov, and 101 Church Street, Kissimmee, Florida 34741. 15. NON -ASSIGNMENT. Contractor shall not assign, sell or transfer this Agreement or any portion hereof without receiving the written consent of the City. This Agreement is hereby deemed to be of a personal service contact nature, thus, subcontracting any portion of this Agreement is prohibited. 16. APPLICABLE LAWS. This Agreement shall be governed, construed and enforced in accordance with the laws of the State of Florida. 17. JURY TRIAL WAIVER/VENUE/WAIVER OF ATTORNEY FEES. Contractor agrees to waive the right to a jury trial in any action, proceeding, or counterclaim. Venue shall be Osceola County, Florida. Each parry waives the right to attorney fees in any action to enforce this Agreement. 18. WAIVER. No failure of the City to insist upon strict performance in any one or more terms of this Agreement, nor any failure of the City to exercise any right or remedy under this Agreement shall constitute a waiver of any such term, right or remedy the City may have, or future rights to enforce compliance. 19. NOTICES. Notice under this Agreement shall be deemed effective when mailed, certified mail return receipt requested or when delivered personally at the parties address below: Notice to CITY: Natrevia Gradney-Mitchell, Public Works and Engineering Director 101 N. Church Street Kissimmee, Florida 34741 Notice to Contractor: Robert Capoferri — President 9021 Wire Road Zephyrhills, Florida 33540 20. ENTIRETY OF AGREEMENT. This Agreement shall constitute the entire Agreement of the Parties. Any prior understanding or representations of any kind preceding the date of this Agreement shall not be binding on either Party except as incorporated herein. 21. MODIFICATIONS. Any modifications or additional obligations assumed by either Party shall be binding only if written and valued considerations exchanged. (Signature page to, follow) IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed: CONTRACTOR Asphalt Pa nyi g Systems, Inc. By: Title: Robert Capofori, President Date: 6/10/2022 STATE OF FLORIDA COUNTY OF Pasco The foregoing instrument was acknowledged before me this 10th day of June , 2022, by means of ® physical presence or ❑ online notarization, by Robert Capoferri as President Asphalt Paving Systems, In Florida corporation, who is personally known t roduced dentificatfon. Notary Seal: AMANDA R. REICH W * * Comdteion 0 HH 214726 Jammy22,2026 ATTES � � ,�• 1. Linda,Hii 9011.-City'.Clerk Approved as to form a legal sufficiency: Ci Attorney Print lune: Amanda Reichart My Commission Expires:,,January 22, 2026 CITY OF 1USSEM31EE By: A-Q&C- A&tl�k Olga G alez Mayor-C66mmi loner Date: _(Zatzao� i L'11 C "., r} 0 TI-lN � 047 7 r Nr Q0 �� t1 �i N cl � tD O N tib aP r- fes- O a- N N M C? M tf� CD 9,66owwwwww 000000000 N Q O CD f� O m CD O N 00 t— U-j (n mm�CmmcmcmmCmCmm wwwwwwwwwww F-F-��������� wwLLwwLL.urwu-wu. 00000000000 F-- h- H !-- F-- F— F- F— F— F-- F-- zzzzzzzzzzz 200000000000 m QdQ�Qa¢�4LQ mmmmmmmmmmmm J —1 _1 _! ._.1 _J .J _1 J J �¢Q¢Qa¢Qa�¢¢ E—F—gF F F— gF,F-F—F' W00000000000 W�Nm-e W11 -CO 9�a 7! z w a C) J z U a C6 a O U- 0 0 c 0.0 W L=U CL a o fY cn Oo O tp O a IX c m 0 En O c 0-0U)� U co tri a 0 c 0 c� a� cn a C 0 Q. 8 m .Y ca a) E rn w LU a z¢ as 00 00 o Co w to 4 m O m C7 t7 a O O COOD 0 th Pr P- T CCJ CLO CI 6 u') vi to ri w u1 v Cl M p [r7 N<6 (O C5 �- ��pp N MN C1 0 om- tC3 N h til tt? (D ZD 0 tD tVW trl aP P+ Cli N T ! ! co bre tf? 6R} ff3 fh? bg fO 69 bra 6% (a fA H} 6% bri 1 6). 6% 61% 64 1 Ef# H)- ER (0 Q). UY I 6 o Q Lt! Q W LL -j LL J LL J LL J U. -1 LL J U U- w _J i- U} LL .1 li _1 W .i >- to >- to >- (n >- >- 7- Li, LL, L t aQ tory p C� u0� + a Cl + 0 C? GQ1 + C:> Qty } $ O + C) Q U') r N r N C7 ! N u7 Cy T Q N C7 N �r N IL r C7 N 0 � �- r= C) N 0 N r © N r CS cv E (D m Z t, w E E E w `m o `m m ay E E E o E> °' 9 4) two CL cu 'm a a) m a c`o o >. m �, (D >, ro m m m .0 aD tx W w tx c v o aEi 0 0 m crn ocs c o c o > c Q a 0 0 U a co aci `� tY 8>x c� c a�i a0i = ~rn � U'o Q uJ L1J �m !�! v m aci ro ami G a Q a a. o a �, c c C (0 �+ U) fl en 'ra 0, c c ro c ro m ro � m m > ro a M M �a '' t� .. w .r ca3 as v a o cn a m o ro . e' ro V au c��n ro £e -E £ i �, N == u, cn 0 E 0 E 0 E ro a ro ca as �F ro W c c C I W LL I Im I C—n U 10 lo U 2 L J Lll Ltd I tL [Y IW W tr. of co V) i 4 to to t~ co a3 O .�.. ! !— N V- M r v T 10 T (D e- M1 r! co in e- © N r N N M N ST N �f3 N tD N t� N co N 0) N !i N N M CV M it 1`- CO h- a0 W T tl- t� V) a I� U) M O h U? m 0 d' m h- U7 M O m m P- Ui M Ca W e� 1� US M Q r N i*- to M Ca �q- tt7 Q O to LO CS? Q CS r C] C3 T fd I-� CV C� r C+) U) Ln CV Cr1 Z^ m to L6 N M T Cn n ui CQ cn T M rn Cp CV co t- C7 to 0 N co r M m I - N M s- m U'} fl- 0 m c q F i C�} ii b9 EO Ef} (Irl (4 fi3 0 <f? t4 W M 6" d} EA (0 16", 1 EHpR � ( � 69 ff3 E!t H3r cn to cn cn to cn to cn cn cn cn cn co (n cn cn U) co U) w to cn Co cn c4 cry cn 77 1 E— 3 7 O CRI C7 LO ' N C d r 0N O CV CJ LO ' O ) C) C:) CU C� n ' CV CO O - N 0 O N O m ' T ©� O O r- c N r O LO C> O r _ Cy t�ti J) Q Cy � C? m r CRI O Q r I O O N t r O LO '�' N� O 0 r t pp C� CV 1 !' 0© a ' T N COS e� 1 C. N f r 0 tl1 ' T N 0 p r 1 r O CV { T Z C7 �. ? L:Y. O CL O CL Q 4 O GL O CL O {✓ p U Q t] m 5 alb. 16 m [0 m Fo m 6 t� 6 =-. �- �, :— '-. -- io • " co co V" LO T" CV Cd CV M M Cwt it st `ct kn tt? i4 CG Ct? CD ro C O . O :. O +. CL c CL O CL O C7i C C C}? c fA C CSa c Cal C C31 C C O C C71 C m C: m C m G Cf C C?? C_ C71 C t7} C t?I C C 05 C C7� C w N La. a o o o o a 2 n 2� m 2 g ti'' 70 ,t m pct C5 LO c-- to N to M o 'C' L LO to CDI`� 0 LO CO w O) to C) m r w N 0 M 0 d tD to m Ct? CD t� cA m tU m Cb Q r- r r- N h- S+) t� d r~ tt? t� to P• fND N M1 SOLI ti i N PM-- t~ CD �t CD �V rY 4 I * w st N � � CO N 'S" r- m o tri 1- O r- CTi a Ck Ll- o r- m (D o n o t-- w m 06 w 06 w 6 n 06 w w ao M, to (M CD C%4 rn rn r - U3, H9f EF} U5� Ef)- (F} :i} U> ER efr jOft fA ER. ifl 64), !A 61) 16 { 69 03 16t) - LL LL ._t LL -.J LL.li. -j LL � L) J LL _3 LL -j L� Ll U. LL J U- J LL. w -I LL -i LL.. J U- -j L.. _-1 LL. -j L1- . , >- Cf) >- U) >- (f) 7- Cn >- Cn >- w 1© 5 O ►C) N� T Ci N O O `i ttr7 1 `- O iC? C�7 N C3 O i FS} N f `- a� Lf) Cii N O r< tij N T O Ln N n 0� t j 1 T O U? N O O Lt) N r 0 LC? N C) R t- 4 lh `y O O i N T © Liz cv Q U*) O r in CV , O 0 Q 0 LO CV m to rn 41 Q) CV G LII tU tCf U U U +� u 'Kt EO Y U U U U Ca U U U o C) A U C) A a t,,,) tU N � N w:. Q0 L w cz R " m n 0 t"�p i- cu ci d ,* S N a 0 N m 0 N C L 0 (YC (q a 0 t0 m C. 0 LAS m t� u Q? 1 CL m of CL m 0 C1 m Q) a- 0 N CL C) o & ua N Q w � a %u _� LL (D Q %L = LD iL_ s Lv C3. 0 >. cu w 0 >, 4) m 0 >. (V C9 Cj? 0 � cn U � cn u � co 0 � Cn u � � cn U � ro U C, � {4 to U � C�tS � U E U C 0 CJ G O v U � C) C) CD M1 w CA 0O O r O R- 0 T O r Q r O s•- r- T- a- e- V� T W r- t"t- L%- e- e- m r 0 r T O N r- r- N I-- N N c- M0 C14 r Gd? ti 'o CD � OC1 �- "4• 10 r 117 m O oa m m pp LO (Dco C) m 4 Com) Cd31 aC� M m w m UO 1` r CC? O r0o it) Cr! N OC1 Ci h. a CQ to r �- p r r CJ M to 'K LO W . tt +� O M N C.4 tm t� co CA to a}7 M N r r b9 FA iE><t EF? tF} EF? N3 m U). Er- Ela EA l6a FF3 EF} w, Eg F}} 1 &'!.� E'} y} Efa y} bla ffa 1 Cfa f Epi. Q w 4 w 4 w d w d d Q U. LL lL L� U- 11- U. uJ IL LL iL LL Ll- LL U- LL U.- U - w w w .� ...� .j -i -i -j -i .r _j i F + T T" M M N ^ L O O o �y Y to �•/ O / y V d tc) d tC1 .+y V C /..�, O tL7 /�/+ 0 O to V to Cp�� O Cr j r- N 1 r N / s- 1 r CV a N p tt7 1 d r CC) T C>j to r 1 I 'c"` 1 1 r fQ Cil `_ 1 �1 CS.a r 1 CV 1 �-•• ',7 r e^- C11 r' �- O r r Cf r-• N r N a-' ,�. (� 1 i t-- (0 N Cl N il) tt'} U) tCf r w tn CL C C C .� .-. C_ •� C C •� C C 'RS Rf (a CSI f5 fti co m 't6 c G ^ r•• R7 t4 (p t0 CiS tII w CL C1 CL CL CL CL CL CLCL Ll ' *FG to to N , . + • v� �' .. .. CL .. .. .. it C2 O a) ... 83- �•• a- CL 41 O Q CL. w C C «+ C CL as CL W Q 0 a N cL 0 CL LL •c CL �. 4 � CL c a Q. CL 0. CL CD a) cU Q) a) a) 1 N a) a) •C •C •C 1= •C •r , . , . �. C � C: .� ,� .-. � CL CL cL rn rn rn E E Ev3 v) tq U) to U) a u u a v v u a u rn �), .� •v`� 'a� E E E � > �' v � v u v v � fE � � i� iE tE `�' `� u v v ——— -- —- - u ; . ?7 CS a a o o 0 0 0 a CL u 0 0 0 0 0 cs 0 0 CL s m 0 cn to to w to co W se vs � yr w o (n 0 to U) to cn _ _ _ _ v1 cn to tq C C: C C C tL 'Cit) c0 Cii CA Ci) ICN GO CO N N f4 .N- CO CC) Cit C � CY7 �i tf3 f.0 tr. OCS � CJ r C1f l'+7 SF' tf) CL) t`- OD O) t7 'c-- G? �-- to 0 0 LO to to 0 to 0 0 m cb ft7 CC) tfa �- �•- T T r-- r s— r 't-- r t- r T T r �•-• s^-• r t' t" r-' r r c- r T ni CL O U7 M w M O O O m O O M O O 0 O O M O O 0 w O O r M M O I- (D V; M r M to M M M M LL) M N O O O W M V M Ln Co M O O (D a0 I� cD 6 r M r r (V cV CJ CV N N W, � O (V N M N (V V: 4 tet' 6 (L CNN N }' N? (f} 6A, 6f1. 6F3, 6--,6, fR 69 6.3 ffl d.} 1 EO 6% 6f} 6F? (4 6f} m m 6F} C 1,.C> jv9 jua, W LL_ U_ U_ U_ U_ U_ U_ LL. LL. U_ LL_ LL LL U- Q Q Q U_ U_ U_ LL LL LL U_ U_ U- Co w (n d C N a� f/1 � O O 0 0 0 O O O O 0 0 U) 0 to 0 0 0 0 0 0 Cl 0 0 N O M O N Ln O N 0 0 0 Ln 0 In c� r r r r O Ln 0 0 0 LO 0 M (\J t- t- N r to N Lt) LO N O LO O O N O r O r r r Q r r O D Lr' Cl) (p mL!7 E O to w Q A m J F O >0 o o°o o° 0 0 0 E E o 0 0€ a � E° � a a a E E E E O Q) � NN N m � N N W Nto N O O ch m C 2 2 i Iii w }2+[j 1uj 1 Qi Q) Qi Q) Q) CD Qi Qi W W iii :n i�% 1 1 C C D. CL Q Q Q Q ILL.ILL.!!! N a. a. OL G C r C n. a. a. c c �- _ E E E C C c (n (n (A (n fA Ui U) (!J 'C 'C 'c J. J J O m y m Q O U_ U U_ U U U U_ U M co cn Q> w Q) w V) >> > E E E E= U U U ti O N U U U Lif Q' ro ro O O ro ro ro ro (o Q ro }E tLU tZ a > F— I- ro I-- F- F— i o 0 0 o a o o o a 2 a ami °- E :2 a�>>> a) a) m x W liJ x 111 t (n (n Cn Cn (n (A (n Cn a`d � Y O O O U O O O O = -- u) (n (n ❑ o o a� 4- > con (°n con E E E E J N N CO CO CO N N N - _ _ _ _ — (D I c0 (D (D lco RD ❑ Il a CO 00 00 X W 0 0 0 r CV M �t M (D Il- CO O O T- N M N LO (b I- GO M O r N M [1 E o M O O O O O O O O O O O O O O O O O O O r r r- r r 4 0 U') 0 O 0 to o O O O O O O O O U') co to O m t- to O to (D to V 0 to o O a U7 o O U7 0 C) M U) O to (` O r 6() ffl O V T r In O C.0 "T M M to �? e} `- T to M M6 6 4 CL M CM N a) ,O=. _ (o w Ca U, (R EA H3 !A U)} (o � fA E�3 6F} V> to ER ..(D w > �+ N 0 0 'D 0 'o 0 Z Z Z } } i i- �- m `+ o O o o 0 0 0 0 ?- Y>- >-- >- >- (n (n U] U) (n O Im co (n M V) (n U) ` SFT+ 0 C) rl 1 (� w C:) C) O + r O C) O + r w C a O O O C + O O O + I O to O } r0 p lii O p t0 00 H Q C) to `- O p tf) O o r �- r r r I p I -a r T r r I C) O LO o O 0 (d r Op to r r. r C) U-) Ci p F E o T Ci T IY{•J•')i ' ) VJ � a , as a a � o a .0 0 0_ ._oo n n O tv a) a) o 4* Nt c c c co DO a M o M o M U C7 O N U CLU- U N N N Q OU N U m M 03 OD Ln :tf tin 4� t~n 4f U U U (UO 0 N (U4 @ U) o 0 0 w LO. N [n l/1 to U) u1 O 4- O v4- O m m iu W ami a c O O C O O C s E� ° O UCL o o U O U o U o U O x U) CL to a 2- c co 0_ C (n (n (n U_ C. O yCL C C C C t U r U 'CL - U L L L .� Q ... O _� N C _ V' O O tll tT tll tT O M N j O � L _ ? L C_ N C O IT O O O tT D t Q) O = > O _� Z (U Iu O fY yam. O C_ U) C U) C U) O C) O a O ❑ O � Z N � (0 � C_ () C CO C U) ❑ O ❑ C A 41 fd T N M d r N M U) to (D I� Cl) T N M r r- N CO %r Q 1 v O (n co (n (A 0) (n 0 (n °r ch (n U) U) U) U O. 0 0 0 0 0 0 o O 47 C) [n 0 0 o 0 o 0 O m O Lo 0 0 o 0 o 0 Cn O p i U')O LO O 00 CC) I-- In O In O (Y) N I,. N U7 O LO O LO Imo• Lo I U `' �^ O O N V r rr--: c6 I V �- r .� O O' C P- V �- N ,0 N N r a CL a E» 6 j 6", cs 4U4 W W O O O H o 0 0 0 o �- CQ C) a o o o df o o a o 0 o } } y cn cn cn cn cn cn -it m cn cn to g _ �Pei = N c V] Cq N 2:1 O O N Z,Cl Co M C O O O C7 p + O p O O +U] O In C) O + d r r r r Ci U O W CY •a r r r r LO 0 r r r T- O Lo p a CL) a0+ O O O CJ , O O Q (W L, p' , p O fC E r O O to� f0 r O O [rr t!S i r O U) 1 C) O 0 O i W a z W O O i i m � � � Q � 0 O O Q O O O LL)Z sT LM C to C u: C C O U Z U C O U z U C O C) Z U U O U O U O (fid co m m m 4H 0: W-� - ON N I-- ~ _ F- L f O C 07 C rn C O O O w O O O O O O 04-- U C O O L C N C O OC O C ffi a O O N tll U U ++ a 'C �. ca 0t0 � C fII C M Ql M N M N +� Q .'. cU O � (6 C CB C <� Cn fl) Vi ►� Q = N O t0 to N N CU Cn UJ C N Q] LU N Q C CC C O C) 0 O m C m C m C a m a 4 t 1 2 a O t CD C m co D Z O LL. O LL O lL � z� R w U m U CO U o Z C _ G C E I- co Cn O Ci E e- N c� � o T r NM C? t4 r N co v Ch In I? 'O'' CA '� V) U) m m m m m m m m m m m z f Z Z Z Z z Z Z Z Z Z �, u, o o� 0 t- U �� U c- a. i Q. ti+ w D Ef} Ef3 d4 ffl ER W w O o > �.. L > Q R\\ c o LL LL LL LL m m LL l~L CD m m O o � tn � -V{J CD 00 T O C O O O t O O O + C O C�lO C) O + C5 r� W .� T T T [� T r' :i; r- T O r_l WF .00 C" l- t- T O G ti � l 7 t- o LO F E E iT-- o w O w z a uj Q d d O a F F P- ,ice � O L M Z C C C C C C C Z O V V fl o Q £] O U U ... N U V U U V U N m iLo co 00 S o f- 2 0 0 Z Z Z 0 0 _ 0 Y. 0 B a c a a m a "E.0 -?5 ++ CL CU C C C C = _ _ > _ > _ > = d O (d C N C N N cti C N o 'O 'O 'D _0 'O N N Cn En co CL fn r - L C C CU O N N N CU to Q a�z��in���n�� O Cil CIS CL ❑, p. CL CL CL C? o�Z����Fn O c4 N � E T N MU1 m M fn Ui Cn fn Cl) c 0 a a> iC U �o C CU a N E 3 a) aci co tm CL _ t4 N CL c »� LL CL 0 d! O O C � F" Z O m U T) L>_ O BS LLJ 7 d Q Z L p c a c l4 CL CL � p (nO O C C CD e.. a ohecu a�€ E� oN� O O CD J C 0 .-. O U O 'O d CL Cr 70 C O C 0• O O O -a ca OC O N ® Z 4„ O Nit xIL •C C C C3 c4 � .> O ,0 O 'C7 X a) 'S � N O +O• � LO � �pO� 0 -0 C O LJO C._ �(n C o (a E X CL 0 a 10 0 0 C CL a) �_ E C CL •— .+ v) 4) O v) N � O O A (fl > � -0 � U u=i >► CL CD a) --0 ° 0 w W $r' E ca 70 ca a) 0-0 _O a) .3 0 "c '0 N C2. W N L m E _ O L CL• tM t C: 'a E 0 a- c E «� a� a) ca c o 0 M N .0 .c - ca t 0 �' a) a) 0 LL Z O N. V 'O a) E -0 i T m cu L -CO 0 (D a) LZ ��Zi -� oca m 00E camoc�.Ea� a0io� >o.p� Eo civ o ca 0 M € o Z •a �.. 2 ._ 0 52 a) 0.0 � `•� � 'a - 0. u«Oi CD C � cA N qNi b -� C C ppC c� vOi co Ja— r_ AMS-00 i� C (D m (a CL Z7 tC a) _J C U O w U> oWcnm t°�•� c°�aiL'o E��° ca L- U) m o E €. >, o o , J o �, O c ..., IX M O C CL a) 0 N t0 a) ® UJ cn= U3 O o Q CO a) '�' 0 C C C O t� O E4 1 CO E a) (M � ca C m 0 o C Q) V C O C� CL= C �'E E-U'Ca-p N E0 C ^a) C � C) CL v p O m = v `t LL +- = — L- > �•Ca �Q c� w.0 m .0 o m 0; v cv v,E U L t ca 'moa) j 2IZCL a moo s '-� � vao o 0 —� o c N vi U1 W UUU'c m m co 3 V co C a) F 0 iO E OIL [ m 4- o..�c :C ®FO w L CL c w O w O e d a� .ta w 4 0 P N N Q cm eM— w e m N V ® x M X z N U. �0 .. mS, > Y. 111 _ r N V zc a v � o C E s°� w• d C O e �= c E �V^g co r- .-,^ m .,c�n.0 d 0 W wto 7 ctm �oOp ;E a >- o 9 ..� Lm cc O t % O MM p to p CD �vz�.�C O's Q ' E coco »>»> q' 0 t" OHn9 IMO cn M MM C N 0 cm of co of � ODO)Nw E O 9 cm N c N d m ti ter N co OO OU)m% '.'3 Lo P.. 0 Irl- cq 3 cc w w co Cf t0 = �7 N C) N •A 8) C) M tv i� w �% ID OQ � o CO) _ �jaC47 ' M pati Lt��0wN�ow C CM a o y �.ai ENS Oo�����Io N. m w O LAO �e-cm t^ T� AC*COwN w �O A�PPPPP c O 'Q aj O F 0� O vN— .a �' t t+ t t v'r A �-.2 '7� �O.® + + A fit% Q (D m w O)o c a, o o, a m E U � a3 .fl 3L v� C 'U .c O E cea -Q V � y � a- is e O N •� D 2L m a a UL 0) tm 4- m o our q �LLLP S ppC C U � O � N m N m CL N D. -s 0'a O oma r' N Wa t v 3 � N O Zf ��- .N C _ > O L CL m o � E N Pill o 3m m O O U C V Q? U n- ;� O •- Q '0 a [c0 � N R1 h 40- C y tc�i' E t� a Nw CD vi o Y�- C c m o o f = o ,: a c Cl- w .. 6 o o cu U � � € .22 o nn o c c Lon- -v as o o IL 3 'c 0 'r c � CU o m :O U LL m � o c m e } Mn m L E_ — c� ' V �� to v a Ems' c o v Q [� -a U 3 € ofn 14 w �- o O Q Q 2 c Q _j < Q 4,042 O 'p Q R1 N �. G® 0 F— cLn P a g w i-+ .�C a� N 3 •° c U) O N � a al 'y ? N L+ d d .} O Q ami ��-- ,°' E a) I- = N m O a) C6 O _ E •5-, c m �� $ P CL V 0 E O C: MnLL. a C p c C a) N O •0 a7 a cm •n mca O -m Eco is 0 ccu ;a B,2 O� C m m 1 a`co c c m E CDO a�° m °a °m c�'o. m U-- o a m a m qN� � t o 0 m :3 W O m 0 0-0 SII ► r-• me r. U) U) m .0 co Z •� O = N O a O =O x �_ '0 ca4.1 m `'' �' E " "� cc v $ cad O a c m� c� ami o° J0 W (mac a ��o (3m H $ �,c ��� 2 �iumi � Z vi a ,�`°- H �' = ami vi a �E� 0 �X a� U°2 °E� J am N �� ° •o mOff, a m dN 0tmw a�� y a E Lm- mQ.o Q a 0- 0 0 in N cA c E Y H J o Y LL ¢ a` ca [ Q G O O t� a mo ao Q�� a Z _ .- N -6-0 o - N "' a am ti.� u S O O O - �% a `tl O C CA i p O 'n to � � � .�� y� o •O^ b s� ••� p0 � .� bA a� a� �Cj C CO ca c b �b vo a�oo0 U 41 C o 4, � v p ocz C: y Cd a v C ct, O N 2 0 «f O a3 ^� as o c C :6 3 a a4- 0, -d o OA u cd mO to = b . C '> 9= R bw 0 tp v p0 Q O > 4-4 3 E'� .mss a .� -� m m o c �,� o �U I mo: cU °t 4-4o co y O C O CU p V]�O O O a 0 O C70 � c!1 U .� N O o o Op 'O i2 'L7 .�.• p 4-� �"'j O O .�I w 00. '- O O Cd 3 .O .L "p "� i"' j o 'fl ^� p0 O U U O -0 L1 m Q� , l3.� ►0, 'ti O v N C E til Qy N +� t -i C4 0 C (D CU IL d t-, X3. , ti A, 'L7 .fl N 'd cN cr, >, > O N O C u -- V a) m >_ cos a) O q b b cd ptz. `n O IL N N co O Q- Q) .00 O � .. � .s:1 � U ,L07 � O s -0 �. a v ' O W m L m V),Ly 'C ,�, mIN ,nom 4 N E O n" .f1 , y 0 O� 41 O cC O in u G o N <C S Z -5 H U 4,2' o o m Z 6 4 "o :° O s Ci ri IL m i-• t- U) ` � = o � CL a� U O o �- 0II7 c C Gi ` o.o c`• •S n.CL E M mo pm a � c� vii°402 cv cn t-0 oro .cc ate, -:5-Smc ` oV c0 o a o 0 C o O O M m C.4 O O v. > c rno -cam to v, c -Y `o vE 'vim a`��°� v '- > w c �N a Q) o Mro `�° "-� v N 00 L $ to 3 N r7 2 d c 3 a Q1 0 c � CL 3 O N •� cC13 o a� CL 3 CDC � cn n c caro co -&-A8 _ami Y-- t- CL oQ' CL L C _ L � o. O c o 0 :o tD CMro -o m 5 OD m� •0 cc O c N •s tC �j o d p �� 0 c cn ca 6. ca0 c Hoo mro CD 0� 0 o� E .!C Lc a N .0 N CD Ln 0M 0.Qo m`°o n• 3 UN N � .Q n 0 vii � h c 0 o c- 3 o c c O ca ca c O N O O ca ca a� V cOQ N•Z ��<C m'�Q L H � L6 OQ 5 c aS ° .� O O G1 m O m a c .� v,3 c N N c • N of R m O m C.. S.. -Nd, m E'er o�v pm c c� cv cn t-0 oro .cc ate, -:5-Smc ` oV c0 o a N N 0 C to O O M m C.4 O O v. > c rno -cam to v, c -Y `o vE > w c C9 m a. a o Mro U E _�. c 2c Ot- ro o E N M Q1 0 c Q O o O N •� cC13 o a� CL �.. M 3 CDC cn 0. a m ++ F- i oi O e- Y-- t- N ° N 0 Q. 0 W Q8 Q >, CV N V i aD C'--0 -5 m a d 0 :3010 Q 3 E L' ' A, N� 3LO E cu M ,g LE t N a v �+ N Lo eq co E.0 0. y O 0 0 W Q 0 vd 0 w �o Z Al" aE m� p� om o W IS LL o m °._ Q O mcg, mc CU CD � °' o ``° *' Q In Q �0Q '°tc°c Z Lry \Q 0 N W cn0a � c ai ai L .� ma- � d cn U Ut o -� 0-4.0 o c (' WX�.. a (1) CO m aim �q o � °ma V ��� �� �ZZ a' 0� 0 40- Q — 3 V Q N c c Y C: o 0) a�oIL Q �Q0m a �1 0 >10 O m �L C C 0 0 E 1.w as m d m as c d N d O �N M v N C •r M O w O a c � M Mw C� O O W i O 3 N A 75 c� d �.o d � E .c c m c� O 'Q m W V z W aLL aIx w °' ~0 vz J W > _j Ua 1--o Lu o ui J 0 LL 0 i W5 W i LL c 0.2 � � G av E W O H 4- >- 'a 0m c E W ca"v c a a 0 d c a .1p C cc O U) td? O T p tij d trf3 Q ti j t� �! c7 p cri © n t`� �- LC tp T CQ Ca cn O G M t� tt tt) o t0 oq 8 000 OBD ~1� 4 PNS cm �p (!� N C(D Cf) CCD r- h w tit 1- E1: N 00 6-0 6% 1 VJ� 6R, EA 6ek IM IV3, iR 6 6% 1 1{3 140 63 to !fl H3 l6n, dA m lo. 1 K3 (4 64 64 64 o < dW LL LL LL LL U, J it J U Q w J w J.! w ?- U) LL -i tL J LL J }- to �- (t) �- �- LCL LL k^ a V se LO CV i* i O T LC) o N t ' N © — Q C� N ion C%l + *' �- O N rt} N + Q t7 �[�(��] N } t� C7 Q� �o vi�i+ N { T O :iii N + T Cl N t� �S± c N m O 4) c c c co4) 2 O c 4 E 2 a. Qi m m cn c a m m �' n a c o w m a 3 � c c :� CD c te= 0) mu c a 0 r in E- a c } E (D c cC7 9 E (D c tri J E `m C c c� U�9 O '>> c 0 ca o cY a an c � W a ai Er a vi c tu o m Q 0) c L 0 W 5' c a cm 0 (D Q) > a c W Q (D 0 > s M co > cl� n co a c� L ttf cc o co � c�i L 0 to > Lia c6 02F m 0 V> cm 0 4 C)C cJ) t w L2. 10 r T T r r r T r- c- r N N N N N N N N N N V1 Q i M M j 4 o rn a 7 U) co co t~ per} t (3! tt t] O00 � O ccoo O iV i0 C) tfi p i } tr] � Q C3 O CV M n N c6 Ln N c4i +) N M CD CV M 6 cv M i�- CV CM t� g Q) t7} CD a P- M tr) M Ln c� LO M to m Ln Co to M to X77 V., t..� T f'.. N 60 f 3 6°.� 011, fo 400- to 613 44 0" (0 CE3 On, .", 4f3 V4- 64- tO 6", 611, 16111 Cd). W). cn w (n cn Cn fn Cn in co r% cn cn cn cn (n in cn cn U) f11 W cn cn rn Cn co I l O C> C) Q C) O C] { Q C) O C3 C3 C) o Q C q C3 b {� C3 C7 0 a1 0 0 a"7 C> C7 C3 Q C3 O O 0 0 0 Q 3 LO C, o LO o C) tri 0 aU-) C) o tri o Cl Ln to C� o to o Ca Cp .= Cti * cV T r- LV r CV K+! T r- tV r CV N N N 1 r' 0 N N N r N Q N N Q ' tlj t� LO � t0 t0 t0 to tr) i r r r n Q C7. a CL a m C a 0 0 01 c�o C�oao v mm m m w m �. ' ... n. n mm m as m m �-- in Ur u, :-.r. . , ,.... .., .- - -. f,- �} -ibr r r r r r-- N N N m M m d' d' dr ir) tr7 CQ CD CD a O O 0 Q Q o c3} t?} C75 {Fl [7} to t� C� CYl GJI m to v} r� rn iJ1 vi Qi -- c a 0 010 0 0 0:E g:2 12 n in 12 p:F 2 12 i 2 2 In:E 2'5i �i IZ> 2 M M M C7 r- N M Et Ln CO R w [3i D r N (h U) to P- DO Q K3 r N Ch d tr? CC} `V U)t0 W) U) LO m m to tri tr) tD (S1 L{} Cil c 1 ice- CV co C'7 V-- C+7 tom- C7) C ! M t- C� I`- a? t14 rY) f^- tY7 t,- Cri N m I`- cr) h- " to tt NT vr ey CV T) Ci �Y �t O (3� O r �i t� cx3 tX? CS7 q (w 1� Cri tX) C7 Cq C 4 CSt CS O C7 O Ci] O Ca r- Q 4~ Cj) Cy7 w CX} co Cii m Cn m M w CY) (.0 Ci3 (0 r '4 C%4 CA O) @�3 ulv EF} C } if} k} 433 i#3- (,,I� ca £3§ Eft its 6,3, 44Y"!! {,Y f"l' 64 I €f} U* U). oo, to U)- v% ifs LL I LL I.S.. LL LL LL LL U- -j IL J LL ..J 4L -t LL -j LL _.i LL .J LL ...1 Lt- _, l 1-1 LL LL _I LL J LL _..1 LL _1 LL�- J U) U) U) CO CO 43) 3 O a J ¢ Lo T O t.? CV C7 o r t1) ' r Q tc7 CU N Ti r to E T O to Cf3 C1d O o � N r 0 L9 N O a t^ C 1 r SU to N Q ca y... Y` tt) 0 � r C1 4V O C2 T r Ln N 1 T O u? C j a C) t„ r LCA N� E T 0 Ctrl © 0 �, r L C) o r r Ln cW _ O r Q u, } Crf 4 to N I M ra w c C c t[9 t4) tti U U > > > "qr v I�r w (D to a_ .2 7 0 4 C) n U .0 C) C) .2 C.? . 0 ca c-) U n C) sz c� ss o as tx Q o CL o v CL 0 at la 0 u CL 0 ct_ 0 s t3 0 �z cs os I- CL U) Un X11 C d CT] CD tY� d D o !3J L11 LL! L).. LL LL. 0 (D CD Q) V] 0 U3 (1) U) CU co tD U) 0 U) a) (n W (1) Q) U) CwU 43 D _0) a� C2. $) C1 Cl. tl) CL cu CL GY qy CL 41 C2. N Cl. N a CU C1 0 CL (D OL N (ll Q) _U U_ U U U_ U_ c 12 U C; 000 0 d) 0 c Ulu � 0 r_ n CC} ti 00 to Q CD `- C 4V d �� 0 a t+t) V cfa 0 tom- 0 co a C3� C> G� Y r- Y" C^1 r M '£" V' T St) T to 1'� i'- Yom' CO 4"� 0i P 0 (�i CN CM N LL.4 r r r r <-^ t— a•^ CD to LO a 0 (= LC) C7 tC) Nr w r ri m - LOM (D w co m 0 to CJ w C) C) i CD t- `ti' C) to h m m T`- CA C ri C O CO Cr} GO (i r CC) Cri T Lb LO M N W Cry 1,- C to O 06 r- 6 O w UY) r- r O t- e- Ca tC) mi 4h tf; tD V T Ca m CV CV � t to M r i''i - r r- 1� CD CD to m CV , #!9 5A I Ef? 69. 64 619. V9 to 6z? ff} bF3. C4 64 bg 60} 0). V* M EA 60 6% 01- to (a 0' 6'), t Q 4 Q Q d d W W u_ W w w U- w u� u W u_ w U- w w t.t_ u.. I W W W i J + + o © o © o a n a to try C) ,n try (D a o CD a c� C) `i� Ca Ca r C7 , ,- cry Cit co , 0 o tts o o Rn C`i u� , a N tc� , o CV tii �a © ICS 0 r- CL) w r Cil C, t r- r N r r T CV r c- , CN r r- T T CSU N O N O L to N O to til tIy EL t1 d Qi 4S Q o v ay a) Q.1 'm C "C6 c E 'ttS c 'ta c 'CQ C .-� ..\ r•. i c CCi to co RS G a C ... ._ .-, m CO Co m to ca m c Q a CL 0- CL 4 Q C. a ICS v 0 n c n u a vn a CD 0 Cu as a) v 47 A3 t> a s Q a Q ° 0. ,.. •r ° . a. 4D LL a ay v to ar tl a a. C a a. OL ca. �. CL C1 Q Q. Q N dy l 9 i N E .a ... U1 Cly Cl1 55 Uy ��. U) «�. Uy .�. Uy ,� U) w U) G CD C a7 a7 Q) U) U1 C/1 Cly Cn Ca v Ca Ca V t y to U U co U) U] en ' u) 'vy E E E > > 7 a 0v v u is i ! Eto ca C C C C G i (_ti_ (Q L L L� }- F- 1- 1- F- F �-- F} c15 m 7 a f— f C7 Z7 'O Z7 G= C� E- �^^ i- U) C!y U) U] Uy Cl) `a ___ o o a o o o o p cz a 0 0 o a a o U)Cn co U) V) UZ Uy Co to :.x .2- W Uy (n m U) Uy - = = c _ _ _ _ Uy (n U) C UI CA C in C in 0 to C 0 0 0 zCIA cm N co oc� Fo N N N CD is c(3 tQ io Asa �- CO (ta Cti C d 'd• � C7 e- tV c+a rt tt7 (p !'� CO CA ti d d v a` 0 m U-) to to U") u) to U) Lo0o 0 w tD CO 0 0 0 0 QS T r T r r s"' r r t"' T c^ T r- r r e•+ .- T �- �- r Y r r r T e- ro I O (t7 M CX1 M O O O W O O Lfl CA O In O d M W O l!) DD CA O r M C7 M LO m M M W LO M N O O O W M "9t m m w M O d i (D m w t` CD CD r N N NCV N N q' N N M N N q- 'd c oa 4ta O M N �p a N N t' } (AI (f3 (f} (PI EA Efi 64 EF) fF} (4 (fD (f) EO W- Ef! Hi ER ER Ef} Ef3 ff9 64 0-1 Eft Ef3 Q" Ef9 C O J U- J U- J LL J U- J U- J LL J u- J LL LL u- lL u- u_ U- Q Q Q LL (L LL u. u.. U- tL U- U- J J J J J ! J LL1L1l LLLLII LU J J Cq (/) (n (J) (n (n C I .r N o o 0 0 C) + o 0 0+ o+ W C3 W O ,n o IBJ O o Lo O C) O � O 0 O W O O O O M O V i r•• N _ 1 r N r N 7 r �i (v m CO7 Q 1 t O r r r t[) W to N Q Ln O r O N O O `- t'�- O Q LL� r W CO7 r M E � w Q a � u Q F O D O O O O O O O O O O O O O O O O O O - E E E € € EE E O O O E t E € t€ € Q fl. Q. 9 Fe E E "0 E `- E W (Cv Q) O € N O O N N N O Q) a) s H ,CO }— c c tm 5 f— N c NN oI co N rn 2 w w 2 w w w 'v m m m w i m a m �u W U) i i -� c 0 2 2 2 a a a a a a. n. Q n c n. a a a a. a c _ a` ) E E E c c c (n CA UJ En 'C: 'C 'C J _l J N O o u v v o v u o cn fn (n w w w 3 cn cn W>>> E E E _ � � � � � E: � o v v z3 zI E° E v v v ca a (u d m a a) W (D as c� m ca ca ¢ cn M (>� m coo � CL 72 ti 2 n {- i— F- 'O � 'a G a) C �- ►- F- 11 W 5 0 0 0 .9 0 0 0 0 -o a a Q a� w a z= o m E a a v CD �� W W LLI I cn cn cn cn cn cn :� +c �e o 0 0 o v o o v O> con w in E E E E E E V CV N a0 00 OQ V 11 N N 10 10 w w (D 0 ICL 00 OD 00 x M MO r N M V' In M r- m CA O r N M to w t- w O O r a W a a� rn m m 0 0 m m a 0 0 0 0 8 o a o 0 0 v- N N N N N N N N N N N N N N N o o o O O O O U) lU U) m U) U.) 0 0 0 o to 0 U) LO C) L(} U7 0 U7 O 0 0 0 qt CO O 1- O (D V. U) O U) O LO m O h .- CO (D r r Lo o a 4 m M U.) �t d C6 `- '' LO C6 C i 6 6 m CV) N a> CL a � U�F 69� Gc* C4 V) 609, (R U'3� ull, j cr3 ( crr (n w ro 0 0 o Z Z Z �- % %- > >- m r o o 0 0?- m F- �- �- cn v7 cn v7 v7 v7 Q cn v7 U7 v7 cn = cn 0 w.a r, o o � 0 0 QO U) � CD OO m I p O + TO O Lo r+ r O ' O O ' O p O ' O U') r T C r' 'a' O LZ 8 m m T r p 0 LO OO U7 I�' O O o E .- �= o F o 1 4 T � � W l a a LQ[, [^ a .0 .� O q O O fn fn fA p fl O O C.7 CD CD C? M co co co LM cq 0 0 o s= z �' °' o a o m M M Z" C) (7 C� 3 3 3 p (U N O U U 0) O U � U LE O 0 I� in 1` U7 I� U; (d N L [2 O U O U U CO ro co t0 co (9 N N C`D 000 `t � `C � > > - LO f- F- N O O O > (n > Cn > (n U7 U7 w O v- O O c0 0 I6 Q�j U) Cu U) Q; cr oC g a) U w U c`a cL- O O O O O O U U (W fn C1 Q C <.. O x c c U U) U U) U cn v c`� U U U O C o '� c G a d L1 :a c s rL O c0 C �` _U d O C C U U U U U L O N O Ql 7aO -- CU C15 N CU (1 V 0 f� C C LL LL LL _O O CT _N CT O O fl 7 S] O C) CA L = • _O L L] t C } 5 O 7 3 C C C O O O g4t► O .0 CD w _C C_ C_ > QQ? Z (Y � U) U7 V) 0 C1 ❑ O Z U� fn (A O C1 C CL E B r N C? 't U) (D h m O r N mq U 41 = U r N m rt � Ui ' U) ' U7 , W, ' CA ' U7 , 6 r w , 6 d CL U7 0 0 0 0 0 0 0 O U-) O to 0 o 0 0 0 0 0 o O m a m 0 0 0 0 0 0 0 0 Ln O O LO O Lo O .- 00 CO ti !n O to O m N I- N to O to O LO N to N d r r -q: C; ai C r- (V N N r CL a CL � 64 4G4 (P4,cfl (q to a w w o O O O > O w' O o 0 op f+ a o 0 0 0 0 0 0 }}} C CO (n (n f!l @ to Cn (n w Q c to Cn (n fn '+ N eelt � O l O 1� •O O O 7 C O O + uj co i p O + cn M O + .Oi O O p LO C) + iG O � to © (� O to O 0 [(�a �- r a- r- p , r .pr E r O O C tt7m r., ) C r O O F a c r r O QO O In O O Q •Fd � z :y r •� r w w w � © O � d � O � H � � ® O O O O O O U U U 2) TO -C (!7 C N C to C c O Z c z c Z 0 o a U U O U U O U U N N Q' N �' N cu N N m m co N T M rn rn l� i— O O O O O O O O O C 0 O C:C O C O O O 4I C Q O U U U C O t0 to W O � ++ O Gt0 m C C C C fn 70 (n t0 7 Rl O C6 C C (a C Q' QI Q� N ry + (1) Cn N (n _G C N VCO N n "C rn C: 'm cL o Ql C73 O N o «. LM C 'ca •� ctz a d n JC rn c C_ •o cts [6 C3 z n LL o tL o tL a� D z 2 M 0 m 10 m 10 nr 0 o z to 12 g_ c c c E r N M tt r- 00 CA N M d• O r N E r N m m C7 a M Ln t�7 co (n V)c- CA (n C? U) ui cr m Z m Z m z m z m z m z m z m z m z m z m Z �� M o o M 0 o 0 o 0 �- �n 0 �n h y V `- CD to ori a C. M t3� t� cf3 L y. } cn O Q o o = o 0 0 LL LL lL LL C N o 0 o a) U) (A Q 5 5 O O w 4 � � jN aAi Cl O 00 + O ck cn t C d Q O + O p C/� C CY O O O p 2 Q I� T r T r LO Lo �r m r Q O L O E p E a p j w iu Z a 4 Q Q � A O OG1 frt oR O � O � F O L CD Q? c Z C3 C C C C O) C C) C C Z O m ~ 7 O > > O ca m O O >� Z z ZIN y �c m 0 c a E n. E n. E_ Q. E a E ao Em ^+a) N al mC mfnCnqi o m m n Q. a a Q aco a�O z cn cn cn to cn mm m cnE M S N co ko (D YYcn I�co 0) pN = m m UJ cl com Ui fn fn f0 U � c a� E CA > aCi c!: E C co CL cccc iu a LL tr t � c u, a c rn c o � C � o 2 z c CA c O LL c C: c c 0 d � L c CIS� >. ML A La E a) } til � o ~ c I o a � o cC cl � A a, w � U O E E z .r 1 NMd'ui(S60!ci CL LL CD 0 0 m CL co a .EZ: O C1, a� to 4 m 0 b ro tV R-4 1-1 04 J �J R I 79 0 I ,J A Lt ILO: I 0 W V V m >1 A CV LD J 0 27 Fn .t] 79 0 i z i i I 1 a i s E to jI E �i j ,III, i i V� E/J Q i Wg Q CL z Q cl L Q iM E C Cl. z cog Q z C to 0 �- E z�� c� Q w ° v Q v.. 1 CL 8 . CE z .. E z CD to U Q w - CL `� c0 ¢ i z o o , i z 4 E to ca E c �.!z G7 V� E/J Q C Q CL z Q cl L Q 4 I l i iM E Cl. z cog Q z C to 0 �- c� Q Q z v a 0 a c 0 4 �s `o � m w z L' W �. E w V �� w ►. _ c 'IL -0 O Q 4' d p -©©- t7' V o 0 0 0 4 a. z 3 0 m w z L' W �. E j2 O M z A cccs� m -ao �� w ►. _ c 'IL 0 r/Olt V (D CL ,� E c o 4' d p -©©- t7' V Z 0 C] Attachment G `NOTICE* IF62022-002 If for some reason you are not participating in this solicitation, PLEASE complete the following and return to: City of Kissimmee Finance Department 4t' Floor Attn: Purchasing Division 101 Church Street Kissimmee, FL 34741 DO NOT return the solicitation package. Failure to respond may result in removal of your firm from our current vendor file. Company Name: Address: Phone Number: Fax Number: Continue on Vendor List: Yes No Large Business ^ Small Business —min ty Owned Reason for no response to the solicitation: Cannot supply at this time Suitable, but engaged in other work Quantity too small Cannot meet required minimum Opening date does not allow sufficient time to complete Equivalent not presently available Other reasons or remarks: Signature 31 IDENTICAL TIE BIDS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) 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 under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (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 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. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Robert Capofbixi, President Vendd'��_tignature 32 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(M&UDDNyyy) 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. __ ._ lMPORTAN7 lithe certificate holder Is an ADDITION..AL INSURED, the poilcy(fea) must have ADDITIONAL iNBURELt proalelons or tie endorsed. R 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 any rights to the certificate holder In lieu of such endorsement(s). raal+ ae1 Joseph J. Meo)s, CIC, CRM _ _ _._ _ McKee Risk Management, Inc. PAHic°n,Ercl 609 SB9�t161 _ i,No 608 587 2824 _....__ LSMAIL _ 610 Freedom Business Center Drive, Suite 300 ADDRESS ..-_- _.. cmoresco@mckeeriskcom ... _ King of Prussia, PA 19405-1329 ersuRt s—` Fo COMAes _ __..,. nnrca_..._ ___._ _ _� _.__._ __ 36318 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 CONTRACTOR 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 IADDL we— L/0112022,04/iDl/2021'EACiOCC�f�RE?42E OLt£Y€FP POiIEYE%P LINrTS LTR j TYPEDFrNSUAANCE _� yg;A'v POI.lCYNUMBER -..d10DBYYYYI ; L4t£k15YY17 - _ _ A X COMMERCIALGENERAL LIABa.ITY { X 1000D25864221 W~ ; 52000.000 CLAIMS -MADE OCCUR ( I- ES 4"N'E ei _ =100-„LOOO _ .. 1 4! tMEDEXPtAnr t5 -00_.v__ PERSOtIAL6ADV.INJINY 52000,000 1GEN'LAGGRC-OATEUMITAPPLIESP6t I jF,L�IERALA(it3REt3ATE IS4�OOO,OOO IarsUIRERA: Starr Indemnity&LiAbilrryCompant+ INSURED __... Asphalt Paving Systems Inc. 500 N. Egg Harbor Road- I Noma 0 MSUREA D ._ ......:...__�_,._._... P 0 Box 530 i ER F.- Hammonton, NJ 08037 INSURER F. recrrnnarc R71IhaRCQ• 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 CONTRACTOR 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 IADDL we— L/0112022,04/iDl/2021'EACiOCC�f�RE?42E OLt£Y€FP POiIEYE%P LINrTS LTR j TYPEDFrNSUAANCE _� yg;A'v POI.lCYNUMBER -..d10DBYYYYI ; L4t£k15YY17 - _ _ A X COMMERCIALGENERAL LIABa.ITY { X 1000D25864221 W~ ; 52000.000 CLAIMS -MADE OCCUR ( I- ES 4"N'E ei _ =100-„LOOO _ .. 1 4! tMEDEXPtAnr t5 -00_.v__ PERSOtIAL6ADV.INJINY 52000,000 1GEN'LAGGRC-OATEUMITAPPLIESP6t I jF,L�IERALA(it3REt3ATE IS4�OOO,OOO � A ,A�UMBazLJL., Au9ae ' occuR s 0.s CLMMS4,1ADE A .MVIXERSCOMPENSATION AND EM�PpLpO�YEROS' LIABILITY XIJ1WY /N OFFtCEAIIrIEMOEREAXCtUOED?ECSC NIA IMandatory In NH) - i 04/01/2023 _... _ �w /0112022 04/01/202 COMBINED `bINWLE UMR 1000008480221 �.If�5.c�8n1i I BODILY INJURY (Por parean) $ BODILY INJURY (Per aeddw O S DAMAGE— I; 1000586960221 O1I2D .__ _...__._.___.__ . __._� if 22104101/202 F.Ius+occuplaENCE f 1000004574 DESCRIPTION OF OPERATIONS/ LOCA'nOr/S I VEHICLES (ACORD 101, Addtdonal Remeft Sahodule, may be attadnd a mon speoe la MCIIAred) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 9E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATWE ACORD 25 (20laM3) 1 of 1 The ACORD name and logo are registered marks of ACORD �. POLICY Q � LOC OTH R. A AUTOMOBILE LIABILITY `X ANYAUTO OWNED I AUTOS ONLY SCHEDULED AUTOS plft0.S ONLY ? �O -OWNLY � A ,A�UMBazLJL., Au9ae ' occuR s 0.s CLMMS4,1ADE A .MVIXERSCOMPENSATION AND EM�PpLpO�YEROS' LIABILITY XIJ1WY /N OFFtCEAIIrIEMOEREAXCtUOED?ECSC NIA IMandatory In NH) - i 04/01/2023 _... _ �w /0112022 04/01/202 COMBINED `bINWLE UMR 1000008480221 �.If�5.c�8n1i I BODILY INJURY (Por parean) $ BODILY INJURY (Per aeddw O S DAMAGE— I; 1000586960221 O1I2D .__ _...__._.___.__ . __._� if 22104101/202 F.Ius+occuplaENCE f 1000004574 DESCRIPTION OF OPERATIONS/ LOCA'nOr/S I VEHICLES (ACORD 101, Addtdonal Remeft Sahodule, may be attadnd a mon speoe la MCIIAred) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 9E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATWE ACORD 25 (20laM3) 1 of 1 The ACORD name and logo are registered marks of ACORD Asppmr 4 AVING Sys 21 Wire Rd ® Zophyrhilis. FL 33540 Phone (823) 798-0010 * Fax (823) 788-0020 EQUIPMENT LIST quantity Make Year Model Descriptiozr 2 2 6 1 2 1 7 6 1 3 2 1 7 2 2 6 2 3 7 2 10 I 1 2 2 2 3 5 6 2 1 2 4 1 8 5 2 Wirtgen Wirtgen Wirtgen Wirtgen Wirtgen Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Caterpillar Ingersoll Rand Caterpillar Caterpillar Ingersoll Rand Caterpillar Caterpillar Caterpillar Caterpillar Etnyre Etnyre Western Star Western Star Western Star Western Star Western Star Western Star Western Star Western Scar East 2019 2018 2018 2017 2018 2016 2017 2018 2017 2008 2010 2013 2018 20171 2015 2013 2016 1999 2016 2016 2009 2014 2012 2007 2012 2016 2016 2019 2019 2019 2019 2019 2019 2019 2019 CR3800 210-1 WR250 2000 150 D5 12M 14M 95G 938G 936F 325BL 420F 415F 655 1055 534 DD90 214C 224C DDIIO CB -64 534XW 563C 433C 9500 9500 9500 9500 9500 9500 9500 9500 Athey 2014 2TE4DHL Caterpillar 2018 8530 Caterpillar 2003 PS180 Dynapac 2016 CP271 Caterpillar 2012 PS360 Ford 2013-2018 F-9000 Weiner 2016 E-1250 Additional Equipment Provided Upon Request Road Profiler! Recycler Road Profiler / Recycler Reclaimer/Recycler Cold Planer Cold Planer Dozer Grader Grader Rubber Tire Loader Rubber Tire Loader Rubber Tire Loader Hydraulic Excavator Backhoe Backhoe Paver Paver Asphalt Roller Asphalt Roller Asphalt Roller Asphalt Roller Asphalt Roller Roller Roller Roller Roller Distributor Distributor Triaxle Dump Truck Triaxle Dump Truck Tandem Dump Truck Tractor Tractor Tractor Water Truck Lowbed Trailer Emulsion Tanker Dump Trailer Sweeper Cold Planer Rubber Tire Roller Rubber Tire Roller Rubber Tire Roller Cement Truck Transfer Vehicle Eguipment List Quant ic Make Year Model Description 9 Bergkamp 2017-2018 M-310 Paver 8 Bergkamp 2017 M-1 Mobil Mix Paver 6 Bergkamp 2018 M-1 Mobil Mist Paver 3 Bergkamp 2018 M-1 Mobil Mix Paver 4 Bergkamp 2020 M-1 Paver 4 Bergkamp 2004 L-9000 Mobile Support 12 (13 CY) 2010 L-9000 Trucks 2 Bergkamp 2008 L-9000 Mobile Support (21 CY) L-9000 Trailers i9 Ford 2015-2019 F450 Stake Body 28 Ford 2014-2019 F450 Utility Body 12 Ford 2014-2019 F450 Crew Cabs 4 At -hey Mobil 2015 Broom 9 CAT 2015 PS -130 Rubber Tire Roller 6 CAT 2011-2016 PS -360 Rubber Tire Roller 8 CAT 2014 9368 wheel Loader 13 CAT 2014-2108 938m Loader 1 CAT 2019 938m Loader Z CAT 2018 9268 Loader 16 Etnyre 2016 Series 6000 Bulk Tanker 12 Fruehauf 1992 6000 gal Bulk Tanker 14 Heil 1991 6500 Bulk Tanker 16 Etnyre 1990 6000 Bulk Tanker 4 Etnyre 2018 Centenial Oil Distributor (2000) 6 Etnyre 2018-2020 Black Topper Oil. Distributor (2000) 5 Etnyre 2014 Black Topper Oil Distributor (2000) 5 Etnyre 2015-2020 Black Topper Oil Distributor (4000) 1 Etnyre 2017 Model 4WD Chipper (10-20') 3 Etnyre 2017 Model 4WD Chipper (11-22') Additional Equipment Provided Upon Request Experience of Key Individuals Asphalt Paving Systems, Inc. Experience of Key Individuals Individual's Name Title Exp. Robert Capoferri CEO 31 Kenneth Messina Operations Manager 26 Robert Bevilacqua Project Manager 32 Dave Gannon Project Manager 28 Thomas Donald Regional Manager 29 Dennis Williams Superintendent 22 Leon Rubba Equipment Operator 11 Jeff Daunoras Equipment Operator 26 Jay Jewett Foreman 18 Mike Mobley Laborer 8 Kenny Cooper Foreman to State of Florida Department of State I certify from the records of this office that ASPHALT PAVING SYSTEMS, INC. is a New Jersey corporation authorized to transact business in the State of Florida, qualified on December 4, 2009. The document number of this corporation is F09000004816. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on January 20, 2022, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twentieth day of January, 2022 Tracking Number: 6541290385CC l Secretary of State To authenticate this cerdficate,visit the following site,enter this number, and then follow the instructions displayed. bttps:llservices.suabiz.org/FIIings/CertificateOfstatus/CertificateAuthentication Contractor Pre -Qualification (CPQ) FDOT Prequalified Contractors Listing Return to Inquiry Menu Contractor with Name ASPHALT PAVING SYSTEMS, INC. 1-1 of 1 contractors Printer Friendly Version VENDOR NAME ASPHALT PAVING SYSTEMS, INC. F223787755010 EXPIRES: 6/30/2022 WORK CLASSES DRAINAGE 7/21/2021 8:08:58 AM EST .HOME OFFICE ADDRESS JBIDDING OFFICE ADDRESS PO BOX 530 9021 WERE ROAD HAMMONTON, NJ 08037-0530 ZEPHYRHILLS, FL 33540 (609)561-4161 (813)788-0010 FLEXIBLE PAVING GRADING HOT PLANT -MIXED BITUM. COURSES JOINTAND CRACK SEALING FLORIDA DEPARTMENT OF TRANSPORTATION FDOT Report Technical Problems to the Service Desk @ 1-866- r 955-4357 or emall: Service Desk v bL InfomAlion sY=urns Send Prequaliflcation Questions or Comments to Contracts A Administration Office Internet Privacy Policy, Qisclaimers & Credits _,Requestfor Frere (Rev. November 2077) Depanorotn of the Treasury imarr?sl P tisnuo Service Taxpayer Identification $ bar and Certification Is, Go to ivwwJ s.gov1ForMW9 for Instructions and the latest information. Give; Forth to the Per%i3e5t@tr. D6 not send to the iRS. 1 Name (as shown on your Income tax ralumi `'lama is required on this line; do not leave this fine blank. tAsphall PaV111{ S StefflS, Inc. i 2 Buei9ess nams/disregarded entity name. if different tram above B Check apprepdate box for federal tax classification of the person whose name is entered an line t. Check only one of the 4 Exemptions (codes apply only to m j fe'ImJr ng seven boxes, ' certain onaties, not indivlduals; see Instructions on page 3): ❑ Individual/sole proprietor or [D C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate to single-mamberLLC Exempt payeeccda(ifanyl G ❑ Umfied liability company. Fater the tax classification (C=C =potation, fi=S corporation, P=Pertnership) 11� o Nate: Check the appropriate box In the line above for the tax classification of the single -member owner. DD not chock LLC If the LLC is classified as a single -member LLC that is disregarded from the mvner unless the owner of the LLC is Exemption from FATCA reporting another LLC that is not disregarded from the owner, for U.S. federal tax purposes. Otherwise, a single -member LLC that code (if any) is disregarded from the owner should check the appropriate box for rho tax classification of its owner ❑ Otheir fasa Instructions) P ___ ___ - - Address {n,xxtger, sheet, and epi. or mitts no.) Sae ktsiructbrrs. iP.0 Box 530 6 City, state, and Zip cods Hammonton, NJ 08037 7 -Llai account nvmbertsi nab (op4lartafl Arp"r to 9c'.currrsrwsniwtedorms, irhe U5/ Requites name and address (optlonaq Enter our TIN in thea ro 'ate box. The TitV rovidsd must match the name given on line 1 to avoid Soar amcuntyr number Y PP Pn P $ - backup withholding. For Individuals, this Is generatiy your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, seethe Instructions for Part 1, later. For other((�'T-�{j _FT entities, It is your employer identification number (EIN), if you do not have a number, see How to get a _t—t--t 77N, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I oyerlderniffestionrilbnber Number To Give the Requester for guidelines on whose number to enter._ Under penalties of perjury. I certify that: 1. The number shown on this form Is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and 2. 1 em 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 fa failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S, person (defined below); and 4. The FATCA code(s) entered cn this form Of any) indicating that i am exempt from FATCA reporting Is correct. Certification lnstri ons. You must cross out item 2 above If you have been ratified by the IRS that you are currently subject to backup withholding because you have fallzd 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 certiflcatlon, but you must provide your correct TIN. See the instructions for Part 11, later. sign Signature of / Here I U.S.person A ®ata 2.23.2022 General irastruMeets 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 ertacted after they were published, go to wwwJrs.gov1FormvV9. 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 (SSM, individual taxpayer identification number (TTtN), adaption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the mnount paid to ycu, or other amount reportable on an information return. Examples of information returns Include, but are not limited to, the following. o Fount 1099 -INT (kiterest earned or paid) • Form 1099 -DIV (dividends, Including those from stocks or mutual fun ds) • Form 1099-MISC (varlous types of incom e, prises, awards, or gross proceeds) e Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) e Form 1009-K (merchant card and third patty network transactions) • Form 1099 (home mortgage Interest), 1098-E (student loan Interest), 1 o9e-T (tuition) • Form 1099-0 (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. Ifyou do not return Farm W-9 to tufa requester wlih a 77N, you might be sutyect to backup wtihholdrig. Sea What is backup withholding, later. Cal No.10231x Form VV -!J 0ev.11-2017) Full Depth Reclamation References Asphalt Paving Systems, Inc. Project Name City of Palm Bay Eldron Unit 41/ Owner City of Palm Bay (VA Paving Was Prime Contractor) Contact Hector Franco Address 120 Malabar (toad SE Palm Bay, FL 32907 Telephone Number 321-952-3400 Project Description FOR (Cement & Emulsion) Date & Amount 10/1/2019 $1,071,501.05 Project Name C12-05-167; Chip Seal and Asphalt Surfacing (Term) Owner St Lucle County Contact Christopher Lestrange Address 2300 Virginia Avenue Ft. Pierce, FL 34982 Telephone Number 772-462-2511 Email: lestrangec@stiucieco.org Project Description FOR (Cement & Emulsion) Date 7/5/16 -12/31/2019 Project Name CR -278 (Peacock Rd) Anderson Columbia was prime contractor Owner Jackson County Address 2864 Madison Street Marianna, FL 32448 Telephone Number 850482-9677 (Jackson County) Contact Kevin Buchanan (Anderson Columbia) Email; Kkevinb@andersoncolumbia.com Project Description FOR (Cement & Emulsion) Date & Amount Jan. 2020 $350,000 Project Name Annual Asphalt Pavement Rehabilitation (Term Contract) Owner Pasco County Contact Efrain Figueroa Address 8919 Government Drive New Port Richey, FL 34654 Telephone Number 727-834-3601 Email- efigueroa@pascocountyfl.net Project Description FOR (Cement & Emulsion) Date & Amount 9/30/17 -12/31/2018 $5,000,000 Project Name Owner Contact Address Telephone Number Project Description Date Full Depth Reclamation Project City of Dunedin 737 Louden Avenue, 2nd Floor Dunedin, FL 34697 727-298-3208 FDR (Cement & Emulsion) Sep. 2019 Project Name Pavement Alternative Methods (term contract) Owner Polk County Contact Katia Delgado Address 300 Sheffield Road Winter Haven, FL 33880 Telephone Number 863-393-4114 Email: KatiaDeigado@poik-county.net Project Description FDR (Cement & Emulsion) Date 5/30/17-12/31/2018 Project Name Piggyback of Polk Co. Pavement Alternative Methods (term contract) Owner City of St Cloud Contact Dianna Rawleigh Address 1300 9th Street St Cloud FL Telephone Number 407-957-7103 Project Description FDR (Cement & Emulsion) Nolte Rd Date & Amount 4/1/2018 $1,450,255.00 Email: dianna.rawleigh@stcloud.org Project Name Piggyback -Pavement Alternative Methods (term contract) Owner Brevard County Contact Bruce Slack Address 2825 Judge Fran Jamieson Way Melbourne, FL 32940 Telephone Number 321-690-6815 Email: bruce.black@brevardfl.gov Project Description FDR (Cement & Emulsion) Date & Amount 2019-2020 $2,000,000 Paving References Asphalt Paving Systems, Inc. Project Name Annual Asphalt Pavement Rehabilitation (Term Contract) Owner Pasco County Contact Michael Silvery Address 4454 Grand Blvd. Project Name New Port Richey, FL 34654 Telephone Number 727-834-3601 Email:i�rrs ivu oas=m fl -.net Project Description Little Road; Milling and Paving Date & Amount January 2021$ 2,012,572.09 Project Name Gulfport Resurfacing Owner City of Gulfport Contact KendrixAnderson Address 240153rd Street South Gulfport, FL 33707 Telephone Number 727-893-1083 Email: Kanderson rnygulfnort.o Project Description Milling and Paving Date & Amount January 2021$ 371,000.00 Project Name Street Rehabilitation Owner City of St. Pete Beach Contact Brett Warner Address 155 Corey Avenue St. Pete Beach, FL 33706 Telephone Number 727-363-9254 Email: N A Project Description Milling and Paving Date & Amount January 2021$ 905,428.30 Project Name Bid No. 20-052; Roadway Surfacing, Recontruction and Preservation Owner St Lucie County Contact Christopher Lestrange Address 2300 Virginia Avenue Ft. Pierce, FL 34982 Telephone Number 772-462-2511 Email: festrangec@stlucieco.ory Project Description FDR, Chip Seal, and Mill & Paving Date & Amount January 2021$1,522,454.01 Project Name Annual Resurfacing FY 18-19 Owner City of Zephyrhills Contact Shane LeBlanc Address 5335 8th Street Zephyrhilis, FL 33542 Telephone Number 813-780-0022 Email sleblanc@ci.zephyrhills.fl,us Project Description Mill, Paving, Micro and Chip Seal Date & Amount 1/1/2019 $391,557.40 1. 3. S. Micro Surfacing & Crack Seal References Project Name C12-05-167; Chip Seal and Asphalt Surfacing Owner St Lucie County Contact Christopher Lestrange Address 2300 Virginia Avenue Ft. Pierce, FL 34982 Telephone Number 772-462-2511 Project Description MICRO / CRACK SEAL / FDR / CHIP Date 7/5/16 -Current Email lestrangec@stlucieco.org Project Name Annual Micro Surfacing Owner Osceola County Contact Shane King Address 1 Courthouse Square Kissimmee, FL 34741 Telephone Number 407-742-7522 Project Description CHIP / FOG/MICRO/CAPE SEAL Date 2019-2020 Email Shane.King@Osceola.org Project Name Annual Resurfacing FY 18-19 Owner City of Zephyrhills Contact Shane LeBlanc Address 5335 8th Street Zephyrhills, FL 33542 Telephone Number 813-780-0022 Project Description MICRO/ SP 9.5 / CHIP/CAPE SEAL Date Jan -19 Email siebianc@ci.zephyrhills.fl.us Project Name 2017 Roadway Resurfacing and Striping Owner City of Seminole Contact Jeremy Hockenbury Address 9199113th Street N Seminole, FL 33772 Telephone Number 727-397-6383 Project Description MICRO / CRACK SEAL/ SP 9.5 Date & Amount 7/1/17 - $155,000 Email jhockenbury@myseminole.com 6. `7 8. 10. Project Name Annual Microsurfacing Project Owner City of Ft. Lauderdale Contact Barbara Howell Address 100 N. Andrews Avenue Telephone Number Fort Lauderdale Telephone Number 954-828-4505 Project Description MICRO / CRACK SEAL Date December 5th 2017-2019 Email bhowell@fortlauderdale.gov Project Name Annual Pavement Preservation Treatments Owner City of Lakeland Contact Troy McCain Address 407 Fairway Drive Telephone Number Lakeland, FL 33801 Telephone Number 863-8343306 Project Description MICRO/ CRACK SEAL/CAPE SEAL Date & Amount Jan -19 Email troy.mccain@lakelandgov.net Project Name Pavement Alternative Methods (term contract) Owner Polk County Contact Katia Delgado Address 300 Sheffield Road Winter Haven, FL 33880 Telephone Number 863-393-4114 Project Description CIR / SP 9.5 / MICRO/ CHIP / FDR / CRACK SEAL/CAPE SEAL Date & Amount 5/30/17 -2019 $3,000,000 Email Kat€aDelgado@polk-county.net Project Name RFS RD 95-15 Pavement Preservation Owner Okaloosa County Contact Bryan Moore Address 302 N. Wilson Street, Suite 203 Crestview, FL 32526 Telephone Number 850-689-5772 Project Description CHIP / MICRO / CRACK SEAL Date Apr -19 Email bmoore@co.okaloosa.fl.us Project Name Yearly Road Building Services Owner Manatee County Contact Brian Martineau 11 12 13 14 Address 1026 26th Avenue E Owner Bradenton, FL 34208 Telephone Number 941-720-1085 Project Description Micro -surfacing/ Chip Seal Date & Amount 3/1/16-2019 $850,000.00 Email brian.martineau@mymanatee.org Project Name Asphalt Pavement Preservation Owner City of Jacksonville Contact Janet Duffy Address 6455 Powers Ave Jacksonville, FL 32217 Telephone Number 904-733-1478 Project Description Micro -surfacing Date FY 2018-2019 Email jduffy@elsmanrusso.com Project Name Pavement Preservation Owner City of Tallahassee Contact Art Sivilla Address 300 S. Adams St Tallahassee, FL 32301 Telephone Number 850-570-7758 Project description Micro -surfacing / Chip Seal / Cape Seal Date & Amount FY 2018-2019 Email arturo.sivilia@taigov.com Project Name Michigan Blvd. Reclamation Project Owner City of Dunedin Contact Address 737 Louden Avenue, 2nd Floor Dunedin, FL 34697 Telephone Number 727-298-3208 Project Description FDR / SP 9.5/Micro Date & Amount 2018 Project Name RFQ 17619, 2: Neighborhood Resurfacing and Pavement Treatment Owner Hillsborough County BOCC Contact Address 601 E. Kennedy Blvd, 22nd Floor Tampa, FL 33602 Telephone Number 813-307-1868 Project Description MICRO/CHIP SEALICAPE SEAL Date & Amount 2019 Cold -in -Place Recycling References Project Name Cold in Place Bituminous Base Recycling with Apshait Resurfacing Owner Orange County Contact Eddy Quinn Address 42005John Young Pkwy Address Orlando, FL 32839 Telephone Number 407-836-7960 Project Description CIR Date & Amount 5/30/17 -2019 $3,391,350.00 Date & Amount Edward.Quinn@ocfl.net Project Name Lorraine Road Cold Recycle Owner Manatee County Contact Brian Martineau Address 1026 26th Avenue E Bradenton, FL 34208 Telephone Number 941-720-1085 Project Description CIR Clay Gully Rd Date & Amount 2019 Project Name 2015-2016 Annual Asphalt Pavement Rehabilitation Owner Pasco County Contact Efrain Figueroa Address 8919 Government Drive New Port Richey, FL 34654 Telephone Number 727-8343601 Project Description FDR / CIR / MICRO / CRACK SEAL Date & Amount 9/30/17 -2019 $5,000,000 Project Name Owner Seminole County Contact Calvin Landers Address 100 E. 1st Street Sanford, FL 32771 Telephone Number 407-565-2332 Project Description CIR Lake Markham Rd Date & Amount 4/1/2018 $601,660.00 cianders02@seminolecountyfl.gov Project Name Lakewood Ranch Blvd CIR/ AJAX Owner Manatee County Contact Brian Martineau Address 1026 26th Avenue E Bradenton, FL 34205 Telephone Number 941-720-1085 Project Description CIR Lakewood Ranch Blvd Date & Amount 3/14/2019 $728,042.00 Company ID Number. 1215880 THE E -VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE i PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the employer name> (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating In E -Verify. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E -Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E -Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE If RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notic as supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system; a. Notice of E -Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E -Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E -Verify access only to current employees who need E -Verify access. Employers must promptly terminate an employee's E -Verify access if the employer is separated from the company or no longer needs access to E -Verify. Page 1 of 17 E -Verity MOU for Emptoyera I Revision Date 08101/13 Company IA Number: 1215880 4. The Employer agrees to become familiar with and comply with the most recent version of the E -Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E -Verify cases will complete the E -Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E -Verify in order to continue using E -Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E -Verify. B. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 G.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E -Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach It to the employee's Form 1-9. 8- The Employer agrees that, although it participates In E -Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274E of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E -Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E -Verify MOU for Employers I Revision Date 06!01113 Company ID Number: 1215880 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E -Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E -Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E -Verify. 9. The Employer is strictly prohibited from creating an E -Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E -Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E -Verify process as are necessary according to the E -Verily User Manual. If E -Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E -Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E -Verify User Manual does not authorize. 11. The Employer must use E -Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.8 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article til below) regarding tentative nonconfirmations, The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E -Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees_ The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconftrmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B_ below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be Interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E -Verify MOU for Employers I Revision Date OWDII13 Vo. M:;k r I r- - Company ID Number: 1215880 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment_ Employers or employees with questions about a final nonconfirmation may call E -Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2748 of the INA or Title VII may also lead to the termination of its participation in E -Verify, If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E -Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E -Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify5dhs.gov. Please use "Privacy Incident —Password" in the subject tine of your email when sending a breach report to E Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, which includes permitting DHS. SSA, their contractors and other agents, upon Page 4 of 17 E -Verity MOU for Employers I Revision Date 06/01/13 Company ►D Number: 1215880 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E -Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E -Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E -Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E -Verify endorses or authorizes your E -Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E -Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Webb) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E -Verify. 22, The Employer understands that if it uses E -Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E -Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E -Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E -Verify User Manual for Federal Contractors as well as the E -Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E -Verify by the Employer, the Employer may not create a second case for the employee through E -Verify. a. An Employer that Is not enrolled in E -Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E -Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E -Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E -Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract whichever date is later. Page 5 of 17 E -Verify MOU for Employers I Revision Date W01113 Company ID Number: 1215880 b. Employers enrolled in E -Verify as a Federal contractor for 90 days or more at the time of a contract award must use E -Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E -Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E -Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1966. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E -Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E -Verify case for an employee assigned to a contract as long as: That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's worts authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete anew Form 1-9 consistent with Article 11A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 EVerity MOU for Em&yers i Revision Date 06/01/13 V 0,airfllfy Company ID Number: 1215880 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article Ii.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E -Verify User Manual. g. The Employer agrees not to require a second verification using E -Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employers compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E -Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E -Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E -Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E -Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E -Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DNS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Vedfy MOU for Employers i Revision Date DW 1/13 Company 1D Number: 1215880 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E -Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to provide to the Employer with access to E -Verify training materials as well as an E -Verify laser Manual that contain instructions on E -Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E -Verify. 4. DHS agrees to train Employers on all important changes made to E -Verify through the use of mandatory refresher tutorials and updates to the E -Verify User Manual. Even without changes to E -Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employers participation in E -Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U -S. Department of Justice. 6. DHS agrees to issue each of the Employer's E -Verify users a unique user identification number and password that permits them to log in to E -Verify. 7. QHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E -Verify, or to such other persons or entities as may be authorized by applicable law. information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DNS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees` employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DNS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 'I. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E -Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E -Verify Page 0 of 17 E -Verity MOU for Employers l Revision Date 06101113 EE I flir. Company ID Number: 1215880 case, The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is stili pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E -Verify. The Employer must record the case verification number, review the employee information submitted to E -Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will Instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E -Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E -Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E -Verify MOU for Employers I Revision Date 06101/13 Company b Number: 1215880 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as -described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8_ DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E -Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E -Verify, an Employer will need a personal computer with I ntemet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICA77ON 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E -Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E -Verify system enhancements by DHS or SSA, including but not limited to E -Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E -Verify MOU for Employers I Revision Date D8101113 Company ID Number: 1215880 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E -Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E -Verify, with or without notice at anytime if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E -Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any parry for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E -Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E -Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E -Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E -Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E -Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E -Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 or 17 E -Verify MOU for Employers i Revision Date 06101113 Company Ib Number! 1215880 Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DNS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or, (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E -Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E -Verify at 1-888-464-4218. Page 12 of 17 E Verify Mott for Employers t Revision date 06/01/13 E -Verity....... 0 RUN' Company to Number: 1215880 Approved by: �mpinyer ,Asphalt Paving Systems, ina Name (Please Type or Print) itle Michelle Donis ignature � ate Eleelronk.' Signed 07/22/2017 apartment of Homeland Security - Veritfcation Division lame (Please Type or Print) Tille t1SCIS Vefflcation Division ignature Date EiechuWcatly Signed 07/22/2017 Page 13 of 17 E-Vwfy MOU for Employers I Revision Date 0W/13 Company ID Number: 1215880 information Required for the E Verify Program €information relating to your Company: Asphalt Paving Systems, InC- r)mnompaly Name 500 N Egg Harbor Road Hammonton, NJ 08037 company Facility Address P.O. Box 530 Hammonton, NJ 08037 ompany Alternate Address taunty or Parish ATLANTIC fnployer Identification Number 223787755 Orth American industry 237 iassification Systems Code arent Company umber of Employees M to 49,9 umber of Sites Verified for 2 Page 14 of 17 E-Vetlfy Mou for Emp oyam I Revision date o8/01n 3 /1 ran Company ID Number: 1215880 Are you verifying for more than 1 site? if yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) NEW JERSEY 1 site($) Page 16 of 17 E Verify MOU for EnVfoyers I Revision Date 08101/13 Company 10 Number: 1215880 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Michelle Donio Phone Number (609) 561-4161 ext. 207 Fax Number (609) 567-2B24 Email Address mdonic4asohalb3avincisystems.cc)m Name Tammi Massev Phone Number (609) 561-4161 ext 214 Fax Number (609)567-2824 Email Address tmesseyCa)asohaltDavinqsystems.com Pam 16 of 17 E -Verily MOU for Entlftem I Revision Date 06f01t13 m Company 10 Number: 1215880 This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E Verily MOU for Employers i Revision Date GBIGI113 EXHIBIT "C" �SIR�t1)? CITY OF KISSIMMEE Work Order#: PUBLIC WORKS & ENGINEERING WORK ORDER FORM Purchase Order#: DATE: Per the terms, conditions, and specifications of the City of Kissimmee purchasing policies and procedures, this work order is issued to with the following described work as agreed upon and are hereby accepted and incorporated: DESCRIPTION OF ASSIGNMENT: FORM OF COMPLETED DELIVERABLES: BASIS OF PAYMENT: Services shall be made on the basis of method in accordance with the Scope of Services, the total not to exceed without further authorization from the City of Kissimmee. ESTIMATED DATE OF COMPLETION: This assignment shall be completed by from the receipt of the official Notice to Proceed from the City. TASK FEE 1) 2) 3) 4) 5) 6) 7) $ - Contract Dollars: $0.00 NET Dollars for this Work Order/Addendum (Addition/Subtraction): $0.00 CONTRACT TOTAL DOLLARS: $0.00 Accepted By: Requested By: (Signature) (Signature) Title/Position: Approved By: (Signature) Title/Position: City Commission Approval Date: Approved By: (Signature) Title/Position: Public Works and Engineering 101 Church Street, Suite 301 1 Kissimmee, Florida 34741 1 407.518.2170 1 Fax 407.518.2165