Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
GENERAL ASPHALT BID PACKAGE
oRlot. MIAMI SHORES VILLAGE 10050 NE 2nd AVENUE MIAMI SHORES, FLORIDA 33138 BID NUMBER 2018 - APR -01 BID DOCUMENTS AND SPECIFICATIONS FOR CITYWIDE ROADWAY RESURFACING PROJECT MAYOR AND VILLAGE COUNCIL VILLAGE MAYOR: MACADAM GLINN VILLAGE VICE - MAYOR: SEAN BRADY COUNCILWOMAN: ALICE BURCH COUNCILMAN: JONATHAN MELTZ COUNCILMAN: STEVEN ZELKOWITZ VILLAGE MANAGER: THOMAS J. BENTON VILLAGE CLERK: YSABELY RODRIGUEZ PUBLIC WORKS DIRECTOR: SCOTT W DAVIS PUBLIC WORKS ASSIST DIRECTOR: CHRISTOPHER MIRANDA TABLE OF CONTENTS DOCUMENT DESCRIPTION PAGES 00020 NOTICE TO BIDDERS 1 00100 INSTRUCTION TO BIDDERS 1 -5 00300 BID FORM (REQUIRED DOCUMENT) 1 -3 00401 BID BOND (REQUIRED DOCUMENT) 1 -2 00402 PUBLIC ENTITY CRIMES FORM (REQUIRED DOCUMENT) 1 -2 00403 ANTI - KICKBACK AFFIDAVIT (REQUIRED DOCUMENT) 1 00420 BIDDERS QUALIFICATION FORM (REQUIRED DOCUMENT) 1 -3 00430 INSURANCE ADVISORY FORM (REQUIRED DOCUMENT) 1 -2 00500 AGREEMENT 1 -3 00600 CONSTRUCTION PAYMENT BOND (REQUIRED DOCUMENT) 1 00601 CONSTRUCTION PERFORMANCE BOND (REQUIRED DOCUMENT) 1 00650 O.S.H.A. ACKNOWLEDGEMENT (REQUIRED DOCUMENT) 1 00700 GENERAL CONDITIONS (Table of Contents on page 00700 -1) 1 -73 00800 SPECIAL PROVISIONS 1 -21 00801 TECHNICAL SPECIFICATIONS (Table of Contents on page 00801 -1) 1 -3 00900 ADDENDA 01025 MEASUREMENT AND PAYMENT 01050 FIELD ENGINEERING 01090 REFERENCES 01100 SPECIAL PROVISIONS 01120 SEQUENCE OF CONSTRUCTION 01152 APPLICATION FOR PAYMENT MIAMI SHORES VILLAGE TOC -i Citywide Roadway Resurfacing Project 01310 CONSTRUCTION SCHEDULES 01340 SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES 01410 PROJECT TESTING LABORATORY SERVICES 01505 CONTROL OF WORK 01510 MOBILIZATION 01700 CONTRACT CLOSEOUT 01720 PROJECT RECORD DOCUMENTS 01730 WARRANTIES AND BONDS 01750 MAINTENANCE OF TRAFFIC & PUBLIC STREETS MIAMI SHORES VILLAGE TOC -i Citywide Roadway Resurfacing Project OR MIAMI SHORES VILLAGE 10050 NE. 2nd Avenue an ' Miami Shores, FL 33138 305- 795 -2210 FCOHtiP� NOTICE TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID #2018 - APR -01 NOTICE IS HEREBY GIVEN that the MIAMI SHORES VILLAGE is seeking sealed bids for the following work as specified. CITYWIDE ROADWAY RESURFACING PROJECT Locations will be provided by the Village Bids will be accepted until 05:00 pm on April 18, 2018, at the Building Department of MIAMI SHORES VILLAGE at 10050 NE 2nd Avenue, Miami Shores, FL 33138. Envelopes must be sealed and plainly marked "CITYWIDE ROADWAY RESURFACING PROJECT — Bid# 2018 -APR- 01." In general, the work includes Milling, Asphalt resurfacing in specified Locations and other incidental work in connection therewith. Bids based on any one (1) part of the work will not be considered. A mandatory pre -bid conference will be held at Miami Shores Village Public Works Department, 1701 NW 103 St. on, April 11 2018, at 10:30 am. Only those attending this conference will be allowed to bid on this project. Contract Documents may be examined and obtained on or after, April 6, 2018, at Miami Shores Village Hall, 10050 NE 2nd Avenue, Miami Shore, FL 33138, Phone (305) 795 -2210. The Contract Documents in Electronic form, may be purchased for the non - refundable amount of $30.00 per set. If bidding documents are to be mailed, an additional separate payment of $10.00 for each set to cover shipping and handling, shall be made payable to Miami Shores Village. Payment in full must be received by Miami Shores Village prior to the issuance of the Bid Documents. Bid security in the form of a Bid Bond or certified check made payable to the "MIAMI SHORES VILLAGE ", in an amount equal to five percent (5 %) of the bid, will be required. Bidder must use Bid Bond form provided. Guarantee Bonds in the form of a Construction Performance Bond for 100% of the Bid and a Construction Payment Bond, in an amount equal to 100% of the Bid will be required. The MIAMI SHORES VILLAGE reserves the right to reject any and all bids, to waive any and all informalities or irregularities and to accept or reject all or any part of any bid as they may deem to be in the best interest of the citizens of the MIAMI SHORES VILLAGE. MIAMI SHORES VILLAGE 00020 -1 Notice to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 1.0 SUBMITTAL 1.1 Sealed proposals will be received until the time and date specified in the Notice to Bidders. 1.2 The Village as stated in the Advertisement will receive sealed bids. All bids, mailed or delivered, shall be received at the Miami Shores Village Hall, 10050 NE 2nd Avenue, Miami Shores, FL 33138. The bid envelope must be marked on the outside: Ciftwide Road Resurfacing Project 1.3 If said proposal is forwarded by mail, it shall be enclosed in another envelope addressed as listed above. Proposals will be received until the time and date specified in the Notice to Bidders. Proposals received after the time and date specified will not be considered. 2.0 BIDS 2.1 Certain portions of the bid may be deleted from the awarded contract 2.2 Bid must be submitted on the Bid Form provided herein. All applicable blank spaces on the Bid Form must be filled in legibly. Erasures on the Bid Form will not be allowed. Changes on the Bid Form shall be initialed and dated over the corrected amount. Each bidder shall submit a single, original copy of the proposal and its accompanying questionnaire. The forms must be submitted in good order and with all blanks filled in. The Total Bid Amount shall be stated both in words and in figures. In case of conflict between words and figures, the words shall govern. 2.3 Forms required by the Village, as explained at the pre -bid conference, must be submitted with the bid. 3.0 IRREGULAR BIDS 3.1 Bids, which are incomplete, not properly executed, conditional or which contain additions not called for, alterations or the owner may reject irregularities of any kind. 4.0 SIGNATURES ON BIDS 4.1 Each Bidder shall sign his bid with his full name, company name and address. In cases where a firm or corporation submits a bid, the bid shall be signed with the full name of each member of the firm, or by the name of the officer or officers authorized by its by -laws, in addition to the firm or corporation signature with its official seal affixed hereto. 5.0 EXAMINATION OF CONTRACT DOCUMENTS MIAMI SHORES VILLAGE 00100 -1 Citywide Road Resurfacing Project Instructions to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 5.1 Bidders are notified that they must thoroughly examine the Contract Documents, Specifications, Bid Documents, and any addenda issued prior to the opening of bids. 6.0 EXAMINATION OF SITE 6.1 Each Bidder shall visit the sampled site of the proposed work before submitting his proposal and shall fully acquaint himself with conditions relating to construction and labor so that he may fully understand the facilities, difficulties and restrictions attending the execution of work under the Contract. It will be assumed that the Bidder has investigated and is satisfied as to the conditions of work to be performed and materials to be furnished and shall base his bid on his own opinion of the conditions likely to be encountered, and for the bid prices must assume all risk of variance, by whomsoever made, in any computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. 6.2 Each Bidder shall thoroughly examine and be familiar with the plans and specifications. The failure or omission of any Bidder to receive or examine any form, instrument, addendum or other documents or to visit the site and become acquainted with existing conditions there, shall in no way relieve any Bidder from any obligation with respect to his bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this document. 6.3 No plea of ignorance of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for any failure or omission on the part of the Contractor to fulfill, in every detail, all of the requirements of Contract Documents, nor will they be accepted as a basis on any claim whatsoever for extra compensation or for an extension of time. 6.4 Each Bidder shall be responsible for investigating the groundwater conditions at the site prior to submitting his proposal. The bidder shall base his proposal on his own investigation and shall assume all risk of any variances in groundwater conditions. 6.5 Each Bidder shall verify the soil conditions at structure sites by undertaking his own soil borings as needed. Neither the Owner nor the Project Manager will assume responsibility for varying sub -soil quality of conditions encountered during the work. The bidder shall certify he has made all necessary sub -soil investigations and is satisfied his bid proposal adequately covers the anticipated soil conditions. 7.0 DISCREPANCIES 7.1 Should a Bidder find discrepancies or ambiguities in, or omissions from, the Drawings or Specifications, or should the Bidder be in doubt as to their meaning, the Bidder shall at once notify the Project Manager. 8.0 INTERPRETATION OF PLANS 8.1 On all drawings, the figured dimensions shall govern in case of discrepancy between the scales and figures. The Contractor shall take no advantage of any error or MIAMI SHORES VILLAGE 00100 -2 Citywide Road Resurfacing Project Instructions to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 omission in the Drawings or of any discrepancy between the Drawings and Specifications. The Project Manager shall make such interpretations as may be deemed necessary for the fulfillment of the intent of the Drawings and Specifications as construed by the Project Manager. All decisions by the Project Manager shall be final. 9.0 INTERPRETATION OF BID DOCUMENTS PRIOR TO OPENING OF BIDS 9.1 A Bidder contemplating submitting a bid for the proposed contract shall notify the Project Manager in writing of any conflicts, ambiguities or discrepancies it finds in the Bid Documents in order to permit the Project Manager to issue appropriate addenda. The persons submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addenda duly issued and copies of such addenda will be mailed or delivered to each person receiving a set of such documents. Request for interpretations or clarification of the Contract Documents must be made not later than five (5) days prior to time of bid opening. The Owner will not be responsible for any other explanation or interpretation of the documents. 10.0 TIME OF COMPLETION 10.1 All work for this project shall be completed within the number of calendar days as indicated in the Bid Form of the successful bidder. 10.2 Completion of the project shall imply complete possession and occupancy by the Owner. 11.0 LABOR REGULATIONS 11.1 The Contractor shall fully comply with all laws and regulations concerning labor, work hours, wage rates, labor conditions and related matters. 12.0 FORFEITURE OF BID SECURITY 12.1 In the event the successful Bidder fails to execute and deliver the Contract, the required Bonds and proof of insurance to the Owner within seven (7) calendar days of receipt of the Notice of Award from the Owner, the Bidder will be declared in default and the Owner shall have the right to call the Bid Security. 13.0 RETURN OF BID SECURITY 13.1 Certified checks and Bid Bonds of the unsuccessful Bidders will be returned to the parties submitting same not later than fifteen (15) days after the execution of the contract. In the event that all bids are rejected, the checks will be returned to all bidders within fifteen (15) calendar days after date of rejection. 14.0 CONTRACT BONDS MIAMI SHORES VILLAGE 00100 -3 Citywide Road Resurfacing Project Instructions to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 201 B- APR -01 14.1 The Successful Bidder shall furnish a Performance Bond in an amount of at least equal to one hundred percent (100 %) of the contract price as security for the faithful performance of this Contract and Payment Bond in the amount of at least one hundred percent (100 %) of the contract price for payment of all persons performing labor on the project under this Contract. The Surety on such bonds shall be by a duly authorized Surety Company satisfactory to the Owner. 15.0 QUALIFICATION OF BIDDER 15.1 A bidder will be required to show to the complete satisfaction of the Owner that the Bidder possesses the necessary facilities, equipment, ability, and financial resources to perform the work in a satisfactory manner within the time specified. No contract will be awarded except to responsible Contractors and businesses capable of performing the class of work contemplated. The Bidder shall submit the Bidders Qualification Form with his bid. 16.0 REJECTION OF BIDS 16.1 Bids, which are not responsive, shall be summarily rejected by the Owner. 16.2 Bids will be considered irregular if they show omissions, alterations of form, additions not called for, unauthorized alternate bids, or other irregularities of any kind, and may be rejected. 16.3 The Owner reserves the right to waive irregularities of Bids, or to reject any or all Bids. 17.0 WITHDRAWAL OF BIDS 17.1 A Bidder may withdraw the bid provided that a request is made in writing and delivered either in person or by special delivery mail to the Owner not less than one (1) hour prior to the time set for opening bids. The bid may not be withdrawn for a period of one hundred eighty (180) days following the date of the bid opening. 18.0 OWNER'S RIGHTS RESERVED 18.1 The Owner reserves the right to accept any bid which, in his opinion, is the lowest and best, and in the best interest of the Owner. The Owner also reserves the right to reject any and all bids. 19.0 QUALIFICATION OF SURETY 19.1 The Contractor may provide a cash bond, an irrevocable letter of credit drawn on a Florida Bank acceptable to the Village or a surety bond executed by a corporate surety company authorized to do business in the State of Florida, holding a certificate of authority from the Secretary of the Treasury of the United States as acceptable sureties on Federal Bonds and executed and issued by a resident agent licensed and having an office in the State of Florida, and resident agent in Miami- MIAMI SHORES VILLAGE 00100 -4 Citywide Road Resurfacing Project Instructions to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 Dade County representing such corporate surety. Said surety bond or its equivalent shall be in effect prior to the issuance of any work permits and shall remain in effect until the provisions of the agreement to transfer ownership of any improvements have been fulfilled. 20.0 SUBCONTRACTORS 20.1 The Contractor shall furnish as outlined in the Bid Form, a list of the names of the subcontractors proposed for all parts of the work, including the name, address, phone number, subcontractor's license number and parts of work to be performed and at least three (3) references and three (3) projects of similar nature. 21.0 INSURANCE 21.1 The Bidder's attention is directed to the insurance requirements outlined in the Supplementary Conditions of this document. The Successful Bidder will be required prior to execution of the contract, to furnish a certificate of insurance naming the Owner and its Agents as the named insured under such contract of insurance. 22.0 POWER OF ATTORNEY 22.1 Attorneys -in -fact who sign contract bonds must file with each bond a certified copy of their Power of Attorney in effect at the date of the contract execution. 23.0 AWARD OF CONTRACT 23.1 The Contract, if awarded, will be awarded to the lowest responsible and eligible bidder. Such a bidder shall possess the skill, ability and integrity necessary for the faithful performance of the work. The term "lowest responsible and eligible bidder" as used herein shall mean the bidder whose bid is the lowest of those bidders possessing the skill, ability and integrity necessary to the faithful performance of the work. 23.2 The Owner may reject all bids at the Owner's sole option and rebid either all or part of the work proposed by this contract. 24.0 ACCEPTANCE PERIOD 24.1 The Bidder shall hold his bid good for acceptance by the Owner for a period of not less than one hundred eighty (180) calendar days following the date of the bid opening. The bid guarantee required herein above shall be effective for this period. 25.0 EQUAL OPPORTUNITY REQUIREMENTS MIAMI SHORES VILLAGE 00100 -5 Citywide Road Resurfacing Project Instructions to Bidders INSTRUCTIONS TO BIDDERS CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 25.1 During the performance of the Contract, the Bidder agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, handicap or marital status. The Bidder shall take affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, handicap or marital status. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. MIAMI SHORES VILLAGE 00100 -6 Citywide Road Resurfacing Project Instructions to Bidders BID FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 BID TO: Village Hall Submitted: '41(t L Lst�eJc� l I�s t hw� T- 10050 NE 2nd Avenue Miami Shores, FL 33138 The undersigned, as Bidder, hereby declares that he /she has examined the sample construction site and has fully acquainted himself /herself with the work to be done; that he /she has thoroughly examined the Drawings, Specifications, if any, and all Contract Documents pertaining thereto; including the Notice to Bidders, Instructions to Bidders, Bid Bond, Contract, Construction Payment Bond, Construction Performance Bond, General Conditions and Supplementary Conditions and has read any and all Addenda issued prior to the opening of bids; and that he /she has satisfied himself /herself relative to the work to be performed and the time within which it is to be completed as designated under the Miami Shores Village Bid Number 2018 - APR -01. The Bidder agrees to accept the Total Sum Bid Amount as full compensation for all labor, transportation, materials, equipment, Safety, Maintenance of Traffic, removal of excess material and all other tasks necessary for the completion and acceptance of this project. The Bidder acknowledges that the Total Sum Bid Amount includes costs for complying with the Florida Trench Safety Act of 1990. The Bidder agrees that, if Awarded the Contract, he will sign the Contract Documents within seven (7) calendar days of the Notice of Award; that he will commence the work on the date stated in the Notice to Proceed; and that he will have the work complete for the Owner's use within ninety (90) calendar days from said date. The Bidder acknowledges receipt of the following Addenda: Addendum No. 1 Addendum No. _ Addendum No. _ Addendum No. Addendum No. 2 Addendum No. _ Addendum No. _ Addendum No. Addendum No. _ Addendum No. _ Addendum No. _ Addendum No. Failure to acknowledge addenda shall not relieve such bidder from its obligation under this bid. OWNER: MIAMI SHORES VILLAGE PROJECT: Citywide Road Resurfacing Project. The undersigned bidder proposes to furnish all labor, tools, materials and supplies, and to sustain all the expense incurred in doing the work set forth below that may be awarded through work orders by the Miami Shores Village, Florida, through its proper officers, and to do the same strictly in accordance with the drawings and contract documents herein and made a part hereof, at the following unit and lump sum prices, to -wit: Refer to sheet 00300 -3 for a list of Bid Schedule. TOTAL BASE BID AMOUNT $ 232- t yZ b , c�o Zwa 4w,dv -_J Th-44 -+wo Tnw -SC- J TOTAL BASE BID AMOUNT (in words): �if ytur,6r, J Two k.J, p,,11 a Ks Dollars MIAMI SHORES VILLAGE 00300 -1 -A2 Citywide Road Resurfacing Project Bid Form CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 BID FROM: IF BIDDER is: An Individual By: (Individual's Name) Doing business as: Business address: Phone No.: A Partnership By: (Firm Name) (General Partner) Business address: Phone No.: A Corporation (Corporation Name) By: -�Uber 4 Uc eC 2- (Name of Person Authorized to Sign) Phone No.: (3 oY� -*5-c, 7 - 3 y k {] (State of Incorpora (Title) (SEAL) r • rJ Cor orate Seal Attest: ssr� ,... (Secretary) C �e Business address: L� 'E�Sb NW -72'`d e ✓`k& '% FL 33 l b Phone No.: (3c,;-) 5Ci2- 3`t KCB A Joint Venture By: M (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) MIAMI SHORES VILLAGE 00300 -2 -A2 Citywide Road Resurfacing Project Bid Form ADDENDA CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 ADDENDA Addendum #1 Replace Section "00300 -1 thru 00300 -3 Bid Form" with "00300 -1 -A1 thru 00300 -3 -A1 Bid Form" Supplied in email dated 4/13/2018. Addendum #2 Replace Section "00300 -1 thru 00300 -3 Bid Form" with "00300 -1 -A2 thru 00300 -3 -A2 Bid Form ". Item #4 "Milling of Asphalt where Directed" added to Bid Proposal. END OF DOCUMENT MIAMI SHORES VILLAGE 00900 -1 -A2 Citywide Roadway Resurfacing Project ADDENDA BID FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 BID PROPOSAL Item No. Description Unit Quantity Unit Price Price 1 General Conditions and Mobilization LS 1 glow `° 8,006-- 2 Maintenance of Traffic per FDOT Design Standards LS 1 to ow ,w to coo..O 3 Asphalt Paving Type "SP" SY 20,000 4 Milling of Asphalt where Directed (minimum of 3 ft. wide) SY 1000 '1 • UO -7 o0o • " 5 8" Limerock Base with 12" sub -base SY 150 SI •u° -7 (. � 6 Type "D" Curb & Gutter LF 50 [f (QS. OD 3 ISU 7 Adjust Valve Box (any size) EA 25 9 3(oC).- fa 9 000. 8 Type "D" Inlet EA 1 (l 1 oW -" -7 Om • " 9 French Drain 15" Perf. Pipe LF 25 ik e0.I o. w 10 6" Yellow Thermoplastic Paint LF 500 1 .' c SS1J " 11 12" White Thermoplastic Paint LF 50 #f 2. zO 12 24" White Thermoplastic Paint LF 150 A �--I . '111 13 Sharrows EA 30 91 330.` cl q00. 14 Speed Hump as per approved Miami -Dade PWWMD Details EA 13 3bOO• °° y(o goo.' TOTAL BASE BID AMOUNT 4 Z3 2 , 42 a' Notes: MIAMI SHORES VILLAGE 00300 -3 -A2 Citywide Road Resurfacing Project Bid Form BID BOND CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 BIDDER (Name and Address): General Asphalt Co., Inc. 4850 NW 72 Avenue Miami, Florida 33166 SURETY lNarne and Address of Principal Place of Business): Arch Insurance Company Harborside 3, 210 Hudson Street, Suite 300 Jersey City, NJ 07311 OWNER ('Name and Address): Miami Shores Village Council 10050 NE 2nd Avenue Miami Shores, Florida 33138 BID April 18, 2018 BID DUE DATE: PROJECT (Brief Description including Location): Citywide Roadway Resurfacing Project - 2018 - APR -01 BOND n/a BOND NUMBER: DATE: (Not later than Bid Due Date): _April_ 18, 2018 PENAL SUM: 5% Bid Amount IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY General Asphalt Seal Ar rye trance Company Seal Bidder's Ne' a r or eal 7, urety's am nd r r e Seal x — J/ By: / �rG s� cl tiw '4' By: Title Charles J. Nielson, ignature and Title (Attach Power of Attorney) Att df Attest: Please see power of attorney attached Title Sig nature and Title MIAMI SHORES VILLAGE 00401 -1 Citywide Road Resurfacing Project �fl AIC 0000233405 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit'Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing ider the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company ") does hereby appoint: Arthur Lawrence Colley of Charlotte, NC Brett Rosenhaus of Lake Worth, FL R. Hoover of Miami Lakes FL EACH Charles D. Nielson, Charles J, Nielsen and David R oo i 4 F. Danny Gann, Edward T. Ward and Audria R. Ward of Atlanta, GA (EACH) John R. Neu and Kevin Wojtowicz of St. Petersburg, FL (EACH) Laura D. Mosholder of Orlando, FL its true and lawful Attorney(s)in -Fact, to make, execute, seal, and deliver from the ate of issuance of this power for dO on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ( 90 OOU 000.00). This authority does not permit the same obligation to be split into two or more bonds In'order to bring each such bond within the dollar limit of- authority as set forth hereirffif in pursuance o f these resents shall be as recognizances and other surety obligations p The execution of such bonds, undertakings, g Y 9 P binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged gy its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15; -2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business 'Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory In the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011; VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and bLind-Lng upon the Company. OOM LOO 13 00 03 03 Page 1 of 2 Printed in U.S.A. BID BOND CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018- APR -01 Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. 1. Bidder and Surety, jointly and severally, bind of default from Owner, which notice will be given with themselves, their heirs, executors, administrators, reasonable promptness, identifying this Bond and the successors and assigns to pay to Owner upon default of Project and including a statement of the amount due. Bidder any difference between the total amount of 5. Surety waives notice of and any and all defenses based Bidder's bid and the total amount of the bid of the next on or arising out of any time extension to issue notice of lowest, responsible and responsive bidder as award agreed to in writing by Owner and Bidder, determined by Owner for the Work required by the provided that the total time for issuing notice of award Contract Documents, provided that: including extensions shall not in the aggregate exceed 1.1. If there is no such next lowest, responsible and one hundred eighty (180) days from Bid Due Date responsive bidder, and Owner does not abandon without Surety's written consent. the Project, then Bidder and Surety shall pay to 6. No suit or action shall be commenced under this Bond Owner the penal sum set forth on the face of this prior to thirty (30) calendar days after the notice of Bond, and default required in paragraph 4 above is received by 1.2. In no event shall Bidder's and Surety's obligation Bidder and Surety and in no case later than one (1) year hereunder exceeds the penal sum set forth on the after Bid Due Date. face of this Bond. 7. Any suit or action under this Bond shall be commenced 2. Default of Bidder shall occur upon the failure of Bidder only in a court of competent jurisdiction located in the to deliver within the time required by the Bidding state in which the Project is located. Documents (or any extension thereof agreed to in 8. Notices required hereunder shall be in writing and sent writing by Owner) the executed Agreement required by to Bidder and Surety at their respective addresses the Bidding Documents and any performance and shown on the face of this Bond. Such notices may be payment bonds required by the Bidding Documents and sent by personal delivery, commercial courier or by Contract Documents. United States Registered or Certified Mail, return receipt 3. This obligation shall be null and void if: requested, postage pre -paid, and shall be deemed 3.1. Owner accepts Bidder's bid and Bidder delivers effective upon receipt by the party concerned. within the time required by the Bidding Documents 9. Surety shall cause to be attached to this Bond a current (or any extension thereof agreed to in writing by and effective Power of Attorney evidencing the authority Owner) the executed Agreement required by the of the officer, agent or representative who executed this Bidding Documents and any performance and Bond on behalf of Surety to execute, seal and deliver payment bonds required by the Bidding Documents such Bond and bind the Surety thereby. and Contract Documents, or 10. This Bond is intended to conform to all applicable 3.2. All bids are rejected by Owner, or statutory requirements. Any applicable requirement of 3.3. Owner fails to issue a notice of award to Bidder any applicable statute that has been omitted from this within the time specified in the Bidding Documents Bond shall be deemed to be included herein as if set (or any extension thereof agreed to in writing by forth at length. If any provision of this Bond conflicts Bidder and, if applicable, consented to by Surety with any applicable provision of this Bond conflicts with when required by paragraph 5 hereof). any applicable provision of any applicable statute, then the provision of said statute shall govern and the 4. Payment under this Bond will be due and payable upon remainder of this Bond that is not in conflict therewith default by Bidder and within thirty (30) calendar days shall continue in full force and effect. after receipt by Bidder and within thirty (30) calendar 11. The term "bid" as used herein includes a bid, offer or days after receipt by Bidder and Surety of written notice proposal as applicable. MIAMI SHORES VILLAGE 00401 -2 Citywide Road Resurfacing Project PUBLIC ENTITY CRIMES FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid Number # 2-018 - APP, —y ( for C t w1 C�Qrx c�wcuJl Res. - errc- �" - 2. This sworn statement is submitted by 6K f.Af OLI + phc•��� Cam. �r�� (name of entity submitting sworn statement) whose business address is y SSiS M,,) 72 "d rluev►ue Mtaw, i F1ar_aa 331t� L and (if applicable) its Federal Employer Identification Number (FEIN) is 59- 111 SZ 9'7 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1•S) Pr 3. My name is P-6be✓ + Lod _ and my relationship to the entity name above (please print name of individual signing) is: #7,re. m 6 evt % 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record, relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. MIAMI SHORES VILLAGE 00402 -1 Citywide Road Resurfacing Project Instructions to Bidders PUBLIC ENTITY CRIMES FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, director, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (Please indicate which statement applies.) w Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy,,vf the final order.) The person or affiliate has not been placed on the c action taken by or pending with the Department of General q STATE OFF 6 -id a COUNTY OF Mka Y�` - 0( {c(e (flue= escribe any PERSONALLY APPEARED BEFORE ME, the undersigned authority, IDe✓ -" COP--G-Z- who, after first being sworn by me, affixed his /her signature in the (name of individual signing) space provided above on the (1rµ day of 2012"- 2-0►c� OTARY PUBLIC) My commission expires: Q� -06 -Zaao .¢; LY11 ffi1SIGHEZ �a;kc,,,y(bG sszs �Ott ENp�®fA7• ®6��4$ MIAMI SHORES VILLAGE .�� fi° �+dpe�dnMOUQn � B�v_arA�o�+auvss.Qt.11�iaNs► 00402 -2 Citywide Road Resurfacing Project Instructions to Bidders ANTI - KICKBACK AFFIDAVIT CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 STATE OF FLORIDA ) SS COUNTY OF MIAMI -DADE ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the Village of Miami Shores as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. I hereby certify that to the best of my knowledge and belief all correct. By: STATE OF COUNTY OF NQVY4 I - DaGIe- ame- 1-1 .- PERSONALLY APPEARED BEFORE ME, the undersigned authority, ing fats -are true and � tv 4 L�oe6 -z- who, after first being sworn by me, affixed his /her signature in the (name of individual signing) space provided above on the I f'_i day of Pri, My commission expires: 67— 06 - 202-6 __2101T'20 ( d NOTARY PUBLIC, Sta-te-of Florida "OFFICIAL NOTARY SEAL" STAMP flAOL SAW:H1~Z g. Commission M GG 8929 r • My Commission Expires 07 -06 -2020 +�y Bonded Through "•r/ oil, Ameflc ©n AssaGkoNan of Noiarles MIAMI SHORES VILLAGE 00403 -1 Citywide Road Resurfacing Project ANTI - KICKBACK AFFIDAVIT BIDDERS QUALIFICATION FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 The undersigned guarantees the truth and accuracy of all statements and answers herein contained. 1. How many years has your organization been in business as a General Contractor? 5 t year's 2. What is the last project of this nature you have completed? t? 1ec j c se-e- I t s 4- cL44z cv"_ -� 3. Have you ever failed to complete work awarded to you: If so, where and why? N® 4. Name three individuals or corporations for which you have performed work and to which you refer: 5. List the following information concerning all contracts on hand as of the date of submission of this proposal. (In case of co- venture, list the information for all co- ventures). NAME OF TOTAL CONTRACTED % PROJECT OWNER CONTRACT DATE OF COMPLETION VALUE COMPLETION TO DATE �l ems,.1_e c coa e, F} -E'd -r ' (Continue list on insert sheet, if necessary.) MIAMI SHORES VILLAGE 00420 -1 Citywide Road Resurfacing Project BIDDERS QUALIFICATION FORM BIDDERS QUALIFICATION FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 6. The Bidder is licensed as a General Contractor to perform the work contemplated by this bid and holds License No. CGc-1S2Z'1Z3 (Bidder shall provide photocopy of General Contractor's License.) �1ease S LE- 7. Will you sublet any part of this work? If so, please list subcontractors, including name, address, phone number, contractor's license and parts of work to be performed. �u V �-In ww �- �cn c, c e •� ��°*� t i ,, ?QV" . V � a � n try, C '4J�.� r k rAm.c CCA, �r Qec . ''1 — 7l t ,30p NU,) SIS AI) Celvcv yJ@sw»Lvti� I'I 4,t I'1✓�1 H%gvvii 'F(- -5- ) Cl 3`1 - i � 8. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet if necessary.) MIAMI SHORES VILLAGE 00420 -2 Citywide Road Resurfacing Project BIDDERS QUALIFICATION FORM BIDDERS QUALIFICATION FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 9. State the true, exact, correct, and complete name of the partnership, corporation or trade name under which you do business, and the address of the place of business. (If a corporation, state the name of the President and Secretary. If a partnership, state the name of all the partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) Correct Name of Bidder (a) The business is a (Sole Proprietorship) (Partnership) ( orporation) (b) The address of principal place of business is (c) The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: MIAMI SHORES VILLAGE 00420 -3 Citywide Road Resurfacing Project BIDDERS QUALIFICATION FORM = 111E STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION IY. , �, CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399 -0783 LOPEZ, ROBERTADOLF JR GENERALASPHALT CO., INC. 841 SAN PEDROAVENUE CORAL GABLES FL 33156 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE NUMBER (850) 487 -1395 SCR. STATE OF FLORIDA # DEPARTMENT OF BUSINESS AND -.• PROFESSIONAL REGULATION CGC1522723 ISSUED: 07/28/2016 CERTIFIED GENERAL CONTRACTOR LOPEZ, ROBERT ADOLF JR GENERALASPHALTCt7., INC. IS CERTIFIED under the provisions of Ch 489 FS. Expiration date : AUG 31, 2018 L1607280001816 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 LOPEZ, ROBERTADOLF JR GENERAL ASPHALT CO., INC. 4850 NW 72ND AVENUE MIAMI FL 33166 AM S ISSIIFn• 07 /78 /9n1Fi nmpl AV A RF!ll uppn RV I AIAI CFrI$ i1rn7?Annn1A1R c�f` f ic.e of• su��l�lier The Department of Management Services' Office of Supplier Diversity "serves those who serve Florida." Ty The Office of Supplier Diversity provides resources designed to improve business and economic opportunities for Florida's >�• woman -, veteran- and minority -owned businesses. Learn more about becoming a certified business enterprise at cftrts.nr lr�tida.crrrtt/ftrtf or call 850- 487 -0915. To find out about State of Florida tools supporting statewide centralized procurement activities which have streamlined interactions between vendors and state government entities, please contact or visit the Department of Management Services' l MyFloridaMarketPlace at: !tl(ptrM, It{lptsn XffgYidymtjrkeWA= cant SIGNATURE (For the protection of our professional license holders, this license contains hidden security features to prevent counterfeiting. Unauthorized reproduction is strictly prohibited and will be prosecuted to the fullest extent of the law) The Department of Business and Professional Regulation (DBPR), issues licenses for many licensed businesses and practitioners in the State of Florida. DBPR is changing the way you interact with state government. Many of DBPR's services are available online at www.MyFloridaLicense.cam. We encourage you to utilize these services to make address changes, licensing changes or to renew your license. Name changes require legal documentation verifying the name change, which must be mailed to the DBPR. An original, a certified copy or a duplicate copy of an original or certified copy of a document that shows the legal name change will be accepted, unless the DBPR has a question about the authenticity of the document. If applicable, the DBPR will send a renewal notice to your last known address or email address of record. If you have not received your renewal notice, please call our Customer Contact Center at 850.487.1395 or online at www.MyFloridaLicense.com/contactus. Please refer to your profession's governing statutes and Administrative codes for further information regarding renewals. These may be accessed from our website. AC# 01.0569910 n O 00 p1 T O D\ o\ M a, a, O O 7 N O O Vt r iD Q\ �D of �D of 10 C\ N O O M M N O 10 O M Cl M �-. O oo 7 a\ V D\ 7 W O M N O 10 7 00 o\. 0\ a N r.l l� oo N vt p� oo N p� �O N O '.cO O M N N O c� p� T �D p� �D CD O lU O CD O O C? M p� 0 oo Cl p� 01 �D N O �D' �D �D 7 c� N 1� � N l� Cl p� CO O rO h N N N M N O �O I? FI-^ U x b 0o v Vl N O m pN V vl N V r h C V o h V 7 V O m O Vt M v 7 M v 7 M V V M V V M N O �D 10 m Q\ 10 to V 7 io o� 10 m Q\ D Q\ N h D N V M V n v n V r- r N a o M t- lD 10 V m o0 10 W C� v 7 M m ✓1 C• 10 of r O of N 7 V h V l- V l- O 7 ai A O 1p OO Vt O 1p o0 V1 V V1 V1 O M 10 V O 7 V'l v1 V Vt vt V1 V1 O V'1 Cl 4 vl vl O 7 V'1 Vt Vt V1 A 7 7 7 V1 7 vt 4 V1 �n 4 V1 V �D d' V 4 V1 M h M l" a, of M o0 7 0� O M O\ O M O M M m - Q\ O M M V'1 T O M O M O M O M O M - Vt vl Q\ O M Vt O- M O M O- M o\ O M D\ o0 r V'1 a\ V'1 a\ V1 of O M ,.., 0 0 0 o F 3 vY y h y y h U d O Q'N b N c ❑tl N tcl ro- N t ❑Ud N tCtl N N❑ b �. �. 'p cUd E W ^ 'O N `. ^ cd 3 N j 0 7. V 4y o N N 7 N y N 3 b . p.. 0 o ON o o o 0 b a � w p v d � ? d O O � O A U y U A� C o �' p .on p F a o o a o o o o .� ° own oou ° C m H W .� o b U N N U �. W Cd at. P W W p '. Z 'G Y� o. ... a 3 `� X a� N o N v N o o❑ o v O ° om ° a E a a ... ,� 0 ... OO v P N 0 N iy N. Cd N V1 b. 0 .� - t3 U O v N• i3 ... 0 Z N 3 .p b A r-i �-i i-i b E w y P E H? ui ui ui o F p ui w ui a oa d q R d d d a a w ou w o p C7 a 0 w ° x 4 x x Q� v w p w w d? x P Cl) C cl m w v 3 3 x x 0 0 o o c, E �e o g ti ° 'Z 0 0 0 o G �' o v 5 c. R o o� o°� Rya w W W � 02 C ¢ w d� U C, [.r.. rn C) 0L �. Ci] �-. w � 0 C) M .':. 04 U z U) z �O Z �O Z V) Z VI ,Z cn P p: OU h z Cl) z �o z7-. ',�o ' zz "I z U1 z U7 z 00 U7 z ' U7 Z U7 z V� z On z Gn z z z z V) %. 7q�. on U1 �z c) z U7 z U] z croO O H O H O F O F O F O F w O O 0 d 0 F 0 F 0 F 0 F 0 F '� O O F O F O F O F O F O F O F w O F w O F U '� O w O F w O F w O F w O F �T-' w O F w O F w O F w O F w O F y d W W W W W W a, ] z O O S d W W W W P. W a a, W a, W a, W a W c7 z w W w W w W w W w W w a. W a. W a W s W c7 z a W a W w W a W a W q x w¢ d d d¢ d W° Q Q a A d A d A d A° d¢ A Q d¢ Q Q d Q d> W Q d¢ Q Q d A d A d Q d Q d A d¢? A W W a Q d Q d Q d Q d¢ Q A A A �? Q Q Q g Q W C�1 Q Uw �1 G' ul Q �a A �w A Q �w W a: o Q Q Q w 0 0 0 0 O' O ° 0 0 0 0 O a d O o 0 0 w 0 u: 0 0 �w 0 �w 0 ° d 0 a w x a a a a a a a a s g U a o a 0 a 0 a y 0 a 0 aaa 0 0 0 a d O O F w w w w w w U W w w w w a w w w w w w w w w w w w w w w w w w w w w F-F F F E a a. a. x w a a, x a. a a. x x w a. ao a. a. Z x a, x a. a. a, x a. w x w w x w x w w z a. P. P. a, x P. P. x a, x w x a x w x a n d n d d d d d¢¢¢ n w d n d U) d d d d n d v d> WW U)� d d d Cl) d � d U) d n� d d U) d U7 Q d> W V) d¢ d � d cn d Cn d cn d U) d cn d cn d U, d � O O O' O W� W�{�a W�W r>W{�~a W��] W��W c��W4a W�W� W��a W��a W�W W�W W�W W��c1 uWW: cWrWC cWWC W�W W�W W�W W�W W�W cWW� W�W WwW' WaW' WwW uWW: uWW: +c�Ca cWW4 r>WW~ WwW W�W cWWC W�W cWWC C7 C7 O' C7 C7 C7 C7 U L7 C7 L7 L7 C7 C7 L7 C7 U C7 U C7 C7 C7 0 C7 C7 C7 C7 C7 C7 U U C7 C7 C7 C7 C7 C7 C7 C7 C7 C7. O w F x z Q W >4 48 Q Q Q Q F FF� O p W° ° H J j U � o Q° U w 0 ° O O U Q C z o O F O ° 3 O ° W q W W x v ° W o Q O °. �� d QQ � QC� o.a � Q °w 9 O o A w U 3 ° W LT'? F x O > w ° o O � F� °NQaz2mP4 W v > .�a u n oW 3 Q w� �ac��Q' UOw�� a ° P4 Q v F w o U 3 0 - d a 3 H C, x y x F x d �a w > F Q d F d cn ¢ F F �'z'3 a o U 3 Cl) z a a_ 0 A A v7 a n 3 cn W z Z U o F O a d N O Q v W w' Z � o ° W W W o H N F F d H H H H F W H H W H M, H O O N H M M ID p F p p W W F W H r- a a o 0 0 0 O H o 0 0 o w o 0 0 0 o E� H 0101010 a O o o FO o ° 3 �¢� x 4 z° Q,Q Q Q Q g Q q Q Q Q Q A Q u u Q Q Q Q Q Q Q g Q aa- Q H > w N o N C� 0 N C� 0 N 2i 0 N' 0 N 0 N ,N o N O N O N m. o N Cl N 0 N ,m. 0 N m 0 N m 0 N m 0 N M 0 N �. 0 N m 0 N � 0 N MM. 0 N 0 N 0 N 7 0 N V 0 N a' 0 N V 0 N V 0 N 0 N 7 0 N 0 N 7 0 N 0 N 7i 0 N 0 N vl 0 N vt 0 N v2 0 N �n 0 N -1-In 0 N 0 N C, N U O O 0 0 0 0 0 0 0 0 0 0 0 O O G O 0 0 'R O O O W V O M O O O M O O 00 O N 0 0 0 0 'o M O �D M N O M 00 -� 00 [- I- M O\ � d'� V1 � M Vl 10 N N v1 M N N V1 b N M .• h r� w O o 0 M CNI a W 7 O O O 00 M M� N V1 O r N V O O D c1 m h M r v 7 O M cn 0, h 7 4' O N M --� �o O o\ h N M M V '. V m O M. 7 O p [- � [� Ow h --+ b h 0% �-- �--� 7 7 O .--� O .--� h �n � Vl C> 00 V O �n d 7 h 3 w/ W w d� 69 N M 69 h N V3 M N 69 O m 69 o0 �-- 69 00 fA V r 4�9 V fA N a 00 N U 7 V3 V M N 69 Iq 69 D 69 o\ 10 V lc �;; V3 7 M 69 1 .-i fn O M 69 N 69 V N F/i o0 � 69 7 V� V V 69 N fA o 69 69 v 69 69 V U3 7 U9 00 69 h Vi n O 00 V v1 Vt O_ O O J Vt O 7 Vl V1 � h 00 M vl O N 1? N O N W �O O M V Vt '. V 7 M E. cpi ai vi td 7 _ O p ❑ 0 E 4 Al b (�D GGll O o ai 3b❑x opdA .•• o N P" O 0 0 0 O O O O a w w w w a O F F A Q Q a' Q c) QqA QqQ QqQ O QqQ 0 Q w w w w w U w w w F F F F F a F F F ,¢ a a d x a a a cn C14 0, < Q Q Q w C7' C7 C7 C7 C7 z C7 U C7 C7 c7 O a U P. W F W � o F� 7 �" d NW 0 > �O 0 O > d d x 0 z a H z a M x O M to M d a d wwHwH3'o o w F o o o U O O O H O O 0 0 0 0 0 0 o c o 0 M rn �D O M 69 V1 N N M �O 69 00 N 7 FA V1 O\ h 69 �°. M 7 O 69 7 M 0 O 69 V1 o0 �O rn 69 C1 •t 90 C (S �- O n Q\ N O N 0\0 a-i FDOT� Florida Department o f Transportation RICK SCOTT 605 Suwannee Street GOVERNOR Tallahassee, FL 32399 -0450 July 14, 2017 GENERAL ASPHALT CO., INC. 4850 NW 72ND AVE MIAMI FL 33166 RE: CERTIFICATE OF QUALIFICATION Dear Sir /Madam: MIKE DEW SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2018. However, the new application is due 4/30/2018. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Precualification Application System via the following link: HTTPS_ / /fdotwpl. dot. state. fl .us /ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT -MIXED BITUM. COURSES, SIDEWALK You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14- 22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14- 22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA:cj Sincerely, Alf,./Au try, anager Contracts Administration Office www.fdot.gov GENERAL ASPHALT CO., INC. ASPHALT CREDIT REFERENCES TRADE REFERENCES CREDIT REFERENCES RETRANCA TRUCKING & EQUIPMENT 1280 SW 26TH AVENUE SUITE # 4 FT LAUDERDALE, FL 33312 954 -581 -6613 ATTN: ANGEL MARIAM ASPHALT 5201 CAUSEWAY BLVD TAMPA, FL 33619 ATTN: DENISE HODGEN 1- 813 - 623 -3941 WHITE ROCK QUARRIES, INC. P. O. BOX 15065 WEST PALM BEACH, FL. 33416 1 - (305) - 822 - 5322 MARATHON ASHLAND PETROLEUM LLC 1000 ASHLAND DR STE 201 ASHLAND KT 41101 -7057 ATTN: STANLEY J. SMUNTY 606 - 326 -2553 606 - 326 -2549 (FAX) SDI QUARRY 9350 S DIXIE HIGHWAY # 1250 MIAMI, FL 33156 305 -670 -9610 305 - 670 -6787 (FAX) TRADE REFERENCES HORIZON CONTRACTORS, INC. 8175 WEST 32ND AVENUE HIALEAH, FL 33018 1- 305 - 828 -2050 ATTN: MR. JOEY SANCHEZ KIEWIT INFRASTRUCTURE GROUP 13680 SW 5TH STREET SUITE130 SUNRISE FL 33325 ATTN: TONY LITVINAS (954- 835 -2228) CONDOTTE AMERICA, INC. 7590 NW 12 STREET MIAMI, FL 33126 ATTN: ANDRES MENDOZA (786- 955 -2305) h: \credit reference letter \credit ref td bank.doc 4850 NW 72 Avenue Miami, Florida 33166 Phone: (305) 592 -3480 Fax: (305) 477 -4675 BANK REFERENCES ALSO DOES EQUIPMENT FINANCE TD BANK 3885 NW 107 AVE DORAL, FL 33178 JOUBER OLIVERAS, VICE - PRESIDENT — BRANCH MANGER (305- 499 -5011) CLIVE COLLINS, VICE PRESIDENT — SENIOR LOAN OFFICER (305- 441 -5641) ESTHER MORENO, ASSISTANT TO MR. COLLINS (786- 437 -2407) ACCT NUMBER "4292076663" REGULAR CHECKING BONDING COMPANY NIELSON, HOOVER & COMPANY, INC. 8000 GOVERNORS SQ. BLVD SUITE 101 MIAMI LAKES, FL 33016 ATTN: MR. CHARLES NIELSON 305 - 722 -2663 BONDED WITH LIBERTY MUTUAL INSURANCE COMPANY EQUIPMENT FINANCE WELLS FARGO EQUIPMENT FINANCE, INC. 733 MARQUETTE AVENUE, SUITE 700 MAC N9306 -070 MINNEAPOLIS, MN 55402 LOCAL REP: CHUCK SAXTON ORLANDO, FL 407 - 375 -1054 (CELL) GENERAL ASPHALT CO., INC. GENERAL INFORMATION COMPANY NAME: GENERAL ASPHALT CO., INC. ADDRESS 4850 NW 72 AVE., MIAMI, FLORIDA 33166 PHONE 1 - 305 - 592 - 3480 FAX 1 - 305 - 477 - 4675 TYPE OF BUSINESS HOT AND COLD MIX ASPHALT PAVING MATERIAL MANUFACTURE AND PLACING OF MATERIALS STATE OF FLORIDA CORPORATION ESTABLISHED JANUARY 1966 PRESIDENT ROBERT A. LOPEZ VICE - PRESIDENTS ALBERT J. LOPEZ ROB A. LOPEZ, JR ASSIST SECRETARY /CONTROLLER CURTIS SIMPSON SALES TAX WE ARE NOT SALES TAX EXEMPT FEDERALID # 59- 1115297 h: \credit reference letter \credit ref td bank.doc CONFIDENTIAL STATC OF FLORIDA DFPARTMUfT OF TRANSPORTATION FORM 375 -020 -22 CERTIFICATION OF CURRENT CAPACITY COND AC SADAnR SmAn "R 10/93 Submitted by the undersigned with, and as part of, "Status of Contracts on Hand" VENDORNUMBER VF- 591115297 -002 For bids to be received during the month of : December 31.2016 (Letting Date) CERTIFICATE We, General Asphalt Co. Inc, (Name of individual, partnership or corporation) hereby certify that the amount of any single proposal submitted by this bidder for the above letting does not exceed the amount of our CURRENT CAPACITY. The following is a true and correct computatuion of such CURRENT CAPACITY. Our MAXIMUM CAPICITY RATING IS: Deduct the total uncompleted work as shown on the "Status of Contracts" report. Our CURRENT CAPACITY IS: 250,000,000.00 $ 89,893,150.20 $ 160,106,849.80 We father certify that the "Status of Contracts on Hand" report was prepared as follows: If the letting is not later than the 25th day of the month, the certificate and report reflect the uncompleted work as of the 15th day of the month, last preceding the month of the letting. 2. If the letting is after the 25th day of the month, the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. In either event all new contracts ( and subcontracts) awarded earlier that five days before the letting date are included in the report and charged against our total rating. Sworn to and subscribed before me this 23 TH day of _JAN , 2017 by _Robert Lopez (name of afftant). He is perso ly 4y1N,I! JUAN GUILLERMO GONZALEZ ;•o''Y �� °�� ; Notary Public - State 01 Florlda All A0 Commisslon # GG 029157 . 3 ':"�, �N My Comm. Expires Sep 12, 2020 Nota s n ':P; ,`,`°:�' Bonded through National Nalary Assn, C A ITY VGRIFII D: Notary's inted me Commission expires EA Date: Contracts Administration Office 1/24/2017 O:\CONTRACT FOLDERS \NEW BIDS \CONTRACTS ON HAND\2016 \CONTRACTS ON HAND 2016 CERTIFICATE] (0 0 N ❑ z F�- H Z O U (n m M M N O N N r C) caur)c•,wo. M o0or-t.r` o v�1- (0- (D (`O CC)Go o oc Z o e} 0 O 000 CO - � O Ln 0Y C,4 M - A GO 't 0) M M (o r r, r Sri O r M In M W 0) N CL CL r M M 00 n Q M V m m c Ul z N 'C dd p Q - t LL N w m m E OF M CDCCOO -C14 LOf')C000�0 O � 10 �M} z 'fir cq 't M CO h N 00 CO O M M W, 0 O O (Mvvr- G) 0 14 M co(Ma)(0corMr- U) O CO 00 W V M � Q' CO OD V CD It M04040) nMM M M C d O r rL r Ni NrCM � 0 ma E (O L Z V N t� co � Cs E Q d O w a 02 Z IL w d G Q o t• z O O MO0) O O CO y tO'r r (O O(O o w 0 w N O I- v r- m O (A m O O-- F 0 O r O r M 0 mn 0 - J D Q � 0 OMOM r" W r r 0O MO W CO v V'.O M (D It N M (O C) 396 0 z (LON 0 0(O0 rrv0 (6C M Cj 0 0 }O 0 CnOaOMN (O�Or�l�CO(00) Off. WO- rOOCAOr�00 (A l0 N r }~ m❑ OQ. 1-1-01- CMN(flr� M C w rOMrl�r(0 r r r -0m Z V 00 0 z' U 00 N Z c0 crr � O m Z m z O W O O U y 0 v .. m V yg U O O C0 r- O O O 0 CD 0 0 00 LO N O O O O O O O O z 0 ❑ F- F J O 00 h (D W 1q, r r- N O Vi N Cl) C) r- H Z Q V N W (N D It N 000 1l- C�0� r 0 JN M S z �S LLI N S (CI O Z z0 ZO' O ❑ 0 0 Z LL. O < G J N W OO O Mor O Cn COr00 r O O W N NWr- O M - Mrr 0C �( tr ° "t o i N N m OO. CrC . �n000Nh(h )0 CC (D 0(14 WMMN Z 0 IL o C (17 U) O@1F r- C01�NMNCO I� N N NI--rM"'wNMr0 r 00 CA � V'rll�(ONMCM (O �' N CO V- 0) 'C?Q W rM0M0r-0 0 virr, r M C0 N (C)r r J '� O LO O M ? Q �OC2 Q 0 Z E J O (i ovama LC O C~ < vN Cry z 0o O +0i X00 H r O SEA O d m O o e Q f0 r- `' N r ui :E ZZ a o o �+ w w �< w0 0 z w `L' E 3 �' O O O O❑ ao 0 z p w C ❑ w - `� c°) 0- Z O YQzc<70m f- u>M d Q w N 5n F a0 U O� N ❑U W +nZ Lo m �jQ w0 W Z O c�~ aa 43 0.4 N OJ Y F- J W KO zF QFWW'❑ d UQ 0 z� z»o Woo >w� Fo °�a(> z0 o�� N �Q¢LOL o W 03 �W<Q � 3 =a V, HrW �O� i LL. 00 Q WJW 03 W JUJ t(Y)L6 w p LL'00 WCCw =0 U)LL�I 'D to LL -�0 2z O W ❑0z0coa' ❑ as JUO O U) O c IL =YxW 0corW o :wLL w� �CO< a. u- et E 7 (D co M M m W � C3),MNCMO V 000z000 wO C U O 00�CO ❑U V�%fM9(MO (O *.t OO Q 000 V Cl) M ( C W I- h-O0H W w0 I- W W �LL U rn N O LL U. O 0 en � E O (0 N r N y 0 V C O N) g3 6/7 5 JJj 4) 0 o a (0 0 N ❑ z F�- H Z O U (n m M M N O N N r GENEASP -01 TGARRIE CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DDrrM) _ 01 /05/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Teresa Garrido NAME: Collinsworth, Alter, Fowler & French, LLC PHONE FAX 8400 Governors Square Blvd A /C, No, Ext): (305) 822 -7800 (Arc, No): (305) 362 -2443 Suite 301 M .t arridq@caffllc.com Miami Lakes, FL 33016 INSURER(S) AFFORDING COVERAGE NAIL it _ INSURER A: Travelers Indemnity Co. of America 25666 INSURED INSURER B: Travelers Propeq & Casualty Co. of America 25674 General Asphalt Company Inc. INSURER C: Phoenix Insurance Co 25623 P 0 BOX 522306 INSURER D, Miami, FL 33166 INSURER E: INSURER F: r nvFRArRr-_.q rI=I2TIC1r`ATR Kit IRAMWO- 13c%1401f%L1 kl Pnmo m. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY _ CLAIMS -MADE X I OCCUR CO8063M466TIA18 01/01/2018 01/01/2019 EACH OCCURRENCE 1,000,000 DAMMA TO ER, ENaD $ 300,000 MED EXP (Any one erson 5,000 PERSONAL &ADVINJURY $ 1,000,000 GEN'LAGGREGA , ELIMIT APPLIES PER: POLICYLK.IECT F-1 LOC GENERAL AGGREGATE $ 2,000,000 $ 2,000,000 f PRODUCTS - COMPIOPAGG OTHER: A AUTOMOBILE LIABILITY COMBINEDSINGLE LIMIT JLLKWORO $ 1,000,000 X BODILY INJURY Per person) ANY AUTO OWNED SCHEDULED BA2F29947718CNS 01/01/2016 01/01/2019 AUTOS ONLY AUTOS BODILY INJURY Per accident $ X PROPERTY DAMAGE Per acciden HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY EACH OCCURRENCE $ $ 1'000'000 B X ' UMBRELLA LIAB X OCCUR AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE •CUP9G4173011826 01/01/2018 01/01/2019 DED I X RETENTION $ 0 PER OTH- E_ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE QFFI ER/MEMBER EXCLUDED? NIA E.L, EACH ACCIDENT E.L. DISEASE -EA EMPLOYE amatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT C Leased /Rented lQT6608720M378PHX18 01/0112018 01101/2019 w /$5000. Ded 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: BID NUMBER 2018 - APR -01; CITYWIDE RESURFACING CERTIFICATE HOLDER, MIAMI SHORES VILLAGE IS NAMED AS ADDITIONAL INSURED MIAMI SHORES VILLAGE 10050 NE 2nd AVENUE MIAMI SHORES, FLORIDA 33138 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988 -2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD [IA E (MM /DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE /20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-800 -247 -7756 kE4dA(L TACT E: Holmes Murphy & Assoc - WDM NE FAX AlC No PO Box 9207 RESS. INSURERS AFFORDING COVERAGE NAIC9 Des Moines, IA 50306 -9207 INSURER A: ZURICH AMER INS CO 16535 INSURED INSURER B General Asphalt Company, Inc. INSURER C : 4850 NW 72nd Avenue INSURER D: INSURER E Miami, FL 33166 INSURER F; COVERAGES CFRTIFICATF NIIMRFR• 51593198 l4F \ /ICI(1N NIIMRFR• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEE_ N REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY MMLDDY� LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $_ PREMISES Ea occurrence) $ CLAIMS -MADE F OCCUR MED EXP Any one person $ PERSONAL & ADV INJURY $ GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY F EC T J❑ LOC EC PRODUCTS - COMP /OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ _, BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE (Per accident) ) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED 1 1 RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN WC3757135 O1 /O1 /18 10/01/18 % STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMB ER EXCLUDED? LA N /A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: BID NUMBER 2018- APR -01; CITYWIDE RESURFACING CERTIFICATE HOLDER CANCELLATION MIAMI SHORES VILLAGE 10050 NE 2nd AVENUE MIAMI SHORES, FLORIDA 33138 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD zstitzwdsm cicoa1oc INSURANCE ADVISORY FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the Village requires appropriate coverages listing the Village of Miami Shores as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The Village of Miami Shores is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of "B +" or higher. (NOTE: An insurance contract or binder maybe accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the Village: (NOTE: This list is not all inclusive, and the Village reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) General Liability Commercial General Liability Owners & Contractor's Protective (OCP) Liquor Liability Professional Liability Employees & Officers Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability Automobile Liability Any Auto All Owned Autos Scheduled Autos Hired Autos Non -Owned Autos PIP Basic Intermodal Garage Liability Any Auto Garage Keepers Liability MIAMI SHORES VILLAGE Citywide Road Resurfacing Project MINIMUM LIMITS REQUIRED General Aggregate Products - Comp /Op Agg. Personal & Adv. Injury Each Occurrence Fire Damage (any one fire) Med. Expense (any one person) $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 50,000.00 $ 5,000.00 Combined Single Limit $ 500,000.00 Bodily Injury (per person) To be determined Bodily Injury (per accident) To be determined Property Damage To be determined Trailer Interchange $ 50,000.00 Auto Only, Each Accident $ 1,000,000.00 Other Than Auto Only $ 100,000.00 Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 00430 -1 INSURANCE ADVISORY FORM INSURANCE ADVISORY FORM CITYWIDE ROADWAY RESURFACING PROJECT BID # 2018 - APR -01 Excess Liability Umbrella Form Worker's Compensation Employer's Liability Each Occurrence To be determined Aggregate To be determined Each Accident Disease, Policy Limit Disease Each Employee Statutory Limits $ 100,000.00 $ 500,000.00 $ 100,000.00 Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Other As Risk Identified To be determined MIAMI SHORES VILLAGE 00430 -2 Citywide Road Resurfacing Project INSURANCE ADVISORY FORM