Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 12E_2/10/2000 k RMA Reese, Macon and Associates, Inc. February 2, 2000 Mr. Thomas G. Bradford, Village Manager Village of Tequesta P.O. Box 3273 Tequesta, FL 33469-0474 RE: Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements - Phase I Dear Mr. Bradford: On January 26, 2000 we,conducted a bid opening for the above referenced project. This project entails replacing the water main and making drainage system improvements within the Phase I area commensurate with ENCON's sewering project. Six(6) bids were received as outlined below. The bid is a standard unit price contract, with the final payment amount based upon actual quantities installed. Note that for the water main replacement portion of the project, we asked for alternative pipe material costs to see if it was cost effective to utilize either ductile iron pipe (DIP) or high density polyethylene pipe (HOPE). The base bid included PVC pipe. Some contractors chose not to include a cost for the HDPE alternative. Contractor Total Base Bid• With DIP With HDPE Ric-Man International, Inc. $2,069,000.00 $2,120,900.00 $1,962,182.00 Kamphuis Pipeline Co. 2,186,635.00 2,432,965.00 2,312,850.00 Chaz Equipment Co. 2,347,610.00 2,440,855.00 No bid Foster Marine Contractors 2,358,727.00 2,418,347.00 No bid Giannetti Contractors 2,593,996.50 2,700,916.50 No bid ManCon, Inc. 2,653,879.00 No bid No bid As you know, Kamphuis Pipeline Company is ENCON's contractor for the sewering project within the peninsula. They are ranked No. 2 within our bid for the total base bid. We have no major concerns in administrating a contract, whereby coordination with a second entity(ENCON and their contractor) come into play. Up-front discussions on our expectations and ENCON's has already taken place and will continue throughout the project duration. • 6415 Lake Worth Road • Suite 307 • Lake Worth,FL 33463-2907 Telephone(561)433-3226 • Facsimile(561)433-8011 Page 2 We have investigated the qualifications of the apparent low bidder, Ric-Man International, Inc. We have found their qualifications to be in accordance with the specification requirements and their previous projects have been successful. Ric-man's low bid for the HDPE pipe material reflects their familiarity with the product from past projects and warrants consideration by the Village. The use of HDPE is becoming more prevalent and is a viable alternative for the Village, especially when you consider the cost savings of$106,818.00. This option will be reviewed further with staff. It is therefore our recommendation that the Village award this project to Ric-Man International, Inc. for the total base bid in the amount of$2,069,000.00. If a decision is made with staff to use HDPE for this project, then the unit costs and its associated final costs will reflect the reduced bid amount as shown above. If you should require anything further, please do not hesitate to call. Very truly you Thom . J sen, P.E. TCJ:crr cc: Joann Manganiello tcj0018/99-161 Village of Tequesta Memo To: Thomas G. Bradford, Village Manager ,^� From: Connie Holloman, Finance Director �0 ` CC: Date: February 4, 2000 Re: Tequesta Peninsula Per your request to clarify the funding sources for the Tequesta Peninsula, I have attached a spreadsheet outlining the sources. Please note that the Village of Tequesta has been approved to receive a $266,000 reimbursable grant from FEMA for storm water improvements that can be applied to this project. Phase one is eligible for 90% of the funding for a total of$239,400. Since this is a reimbursable grant,the water fund will be loaning storm water the funds until the reimbursement is received. If you need any additional information, please let me know. 1 Tequesta Peninsula Project Water Stormwater Total Tequesta Peninsula Funding Sources Phase One FEMA Grant- 90% of total * 239,400 1999/2000 Capital Budget 125,000 Water Enterprise Undesignated Reserves 1,335,000 Water Capital Improvement Fees 500,000 Total 1,835,000 364,400 2,199,400 *Loan from Water fund Project Contracts RicMan Contract 1,584,805 484,195 2,069,000 Reese Macon Contract 102,000 25,000 127,000 Total 1,686,805 509,195 2,196,000 Budget Amendment Decrease Water Enterprise Undesignated Reserves 1,574,400 (including loan for FEMA grant) Water Capital Improvement Funds 500,000 Increase Tequesta Peninsula Project Expenditure 2,074,400 Tequesta Peninsula Project - Water Fund 2,074,400 Budget transfer in Stormwater Fund 125,000 Phase one total 2,199,400 RESOLUTION NO. 44-99/00 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, APPROVING A CONTRACT WITH RIC-MAN INTERNATIONAL, INC. , OF POMPANO BEACH, FLORIDA, TO PERFORM ALL WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS FOR THE TEQUESTA COUNTRY CLUB/BERMUDA TERRACE WATER MAIN REPLACEMENT AND DRAINAGE SYSTEM IMPROVEMENTS- PHASE I , IN THE TOTAL AMOUNT OF $2 , 069, 000, WITH FUNDS BEING APPROPRIATED FROM WATER ENTERPRISE UNDESIGNATED RESERVES IN THE AMOUNT OF $1, 469, 000, THE WATER CAPITAL IMPROVEMENT FUNDS IN THE AMOUNT OF $500, 000 AND THE STORMWATER UTILITY CAPITAL BUDGET, HAVING A FY 1999/2000 BUDGET ALLOCATION OF $100 , 000, AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE APPLICABLE CONTRACT ON BEHALF OF THE VILLAGE. THE AWARD OF THIS CONTRACT SHALL BE CONDITIONAL UPON ENCON EXECUTING A CONTRACT FOR THEIR PHASE I SERVICE PROJECT WITH A CONTRACTOR FOR THEIR ASSOCIATED IMPROVEMENTS . NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 . A contract with Ric-Man International, Inc . , in the amount of $2 , 069, 000 for the Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements - Phase I, attached hereto as Exhibit "A" and incorporated by reference as part of this Resolution is hereby approved and the Village Manager is authorized to execute the Contract on behalf of the Village. THE FOREGOING RESOLUTION WAS OFFERED by Councilmember , who moved its adoption. The motion was seconded by Councilmember and upon being put to a vote, the vote was as follows : ti FOR ADOPTION AGAINST ADOPTION The Mayor thereupon declared the Resolution duly passed and adopted this loth day of February, A.D. , 2000 . MAYOR OF TEQUESTA Carl C. Hansen ATTEST: Joann Manganiello Village Clerk NMH\WORD\MYDOCUMENTS\RESOLUTIONS\RESOLUTION RICMAN • PROPOSAL TO: VILLAGE OF TEQUESTA P.O . BOX 3273 357 TEQUESTA DRIVE TEQUESTA, FLORIDA 33469 FROM: RIC-MAN INTERNATIONAL, INC. 2601 NW 48TH STREET POMPANO BEACH, FL 33073 (Hereinafter referred to as Bidder) Gentlemen: , • The undersigned, as Bidder, proposes to furnish all labor, materials, equipment, services, and incidentals necessary to perform all work in accordance with the Contract Documents entitled: Village of Tequesta, Tequesta Country Club/Bermuda _ Terrace Water Main Replacement and Drainage System Improvements- \ Phase I . Bidder has also received addenda numbers 1 through 4 , and have included their provisions in this proposal . Bidder now submits the following and hereby agrees : 1 . The only person (s) interested in this bid, or Agreement, as • principal are named herein; that the bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith without collusion or fraud, or other illegal practices . 2 . To hold Bid open until an Agreement has been executed between the Village and the accepted Bidder, or until ninety (90) calendar days after the bid opening date, whichever is shorter. 3 . To enter into and execute an Agreement on the basis of this • Proposal, within twenty (20) calendar days after the notice of award of the Contract is issued. To furnish the 1000 Performance Bond and 1005 Payment Bond in accordance with the Contract Documents . Failure to execute the Contract and furnish said Bonds within twenty(20) days shall cause bid security to be forfeited, not as penalty, but as fixed and liquidated damages for costs and expenses incurred, payable into the funds of the Village . 4 . To start work within ten (10) calendar days of the Date of Commencement as established in the Notice to Proceed. Work shall be completed within the number of calendar days specified in Article 3 of the Construction Agreement . Addendum 4 Page P-1 99-161 'r 5 . In the event of multiplication, addition, or clerical errors on the Proposal Forms, the Village may correct these errors to clarify the Bids . The information which results in the lowest cost to the Village will be considered correct, and therefore utilized . • • Addendum 4 Page P-2 99-161 Village of Tequesta Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements Unit Price Bid Schedule Item Estimated Estimated No . Description Ouantity Unit Price Amount I. WATER MAIN REPLACEMENT A. FAIRWAY EAST & WEST 1. PVC Pipe a . 8" 2 , 850 LF $ nO $9/P,co• (Do b. 6" 1, 070 LF $C��. rn S oR.9,9 ,O.CO 2 . D. I . Pipe a . 8" 60 LF $ 3V..00 $ oZ, O i'O. 00 3 . Valves w/Box a . 8" RSGV 4 EA $ g(90•00 $ 3,56,0.00 b . 6" RSGV 2 EA $ 690.op $ 32.0.co 4 . Tapping Sleeve and Valves a. 6" x 6" 1 EA $ 0,a0n.[io $ � aoo• oo 5 . Fire Hydrant Assembly 7 EA S 4706•o0 S /a 6,00. oc) 6 . Terminal End w/Blowoff 1 EA $ y DO.oo S y lc,n. o0 7 . D. I . Fittings 3 , 500 LBS $ $ 4'SO•oo 8 . Sample Points 4 EA $ I30.co $ ,Sao.00 9 . Main Connection (1) 1 JOB LS $ 1,940•00 10 . Main Disconnects 1 JOB LS $ 9.2o. 00 11 . Existing Main Abandonment 3 , 700 LF $ (32. /0 S 7 70.00 Addendum 4 Page P-3 99-161 • Item Estimated Estimated No . Description Ouantity Unit Price Amount 12 . Temporary Road Restoration 70 SY $ y(,Q $ ao2.C3o 13 . Driveway Restoration a. Concrete 370 SY $ a�.00 $ 9 G� o2c . c c> b. Asphalt 1, 050 SY $ /o. 00 S /0 Son.00 c . Shell 35 SY $ F.Sa $ a9'7. 56 d. Special Treatment 255 SY $ 51. no $ 13,no5. co 14 . Sod 4 , 700 SY $ I o S 14, , 70.00 15 . Services a. 1" Corp Stop 39 EA $ 57. co $ aaa.3. 00 b. 1" Curb Stop 64 EA $ 6o. 00 S3,Yyo.n� c . U-Branch 25 EA $ .So. oo $ 1, aSa.o0 d. 1" Poly 965 LF $ 02. /0 - $ a,Oa6 .So . e . S" x 1" Saddle 27 EA $ /50 .0O $ OSo • a�-� f . 6" x 1" Saddle 12 EA $ /`/O. no $/, ko. oo 16 . Air Release Valve 1 EA $ 4300.00 $ /, Soo . o0 Subtotal, Item A (FAIRWAY EAST & WEST) S e"?.37,58Y.00 Addendum 4 Page P-4 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . PVC Pipe a . 6" 1, 250 LF $oZe©O nOC). 00 b. 4" 180 LF $ o7S. CC) $ (//S•On. 2 . D. I . Pipe a. 6" 120 LF $ /. 00) $-i 76: °.0O 3 . Valves w/Box a. 6" RSGV 2 EA $ (D !l7.On S/, 25?0-c c 4 . Tapping Sleeve and Valves a. 8" x 6" 1 EA $ a,oZOO.00 $ a, A.00.00 5 . Fire Hydrant Assembly 2 EA S /,£Cno. ocl oO 6 . Terminal End w/Blowoff 1 EA $ 9,zmc) .op $ y XO.oa 7 . D. I . Fittings 1, 100 LBS $e?. loO $ o? &Go. 00 8 . Sample Points 5 EA S/S/O . OD S 700. 9 . Main Connection (2) 1 JOB LS $ 07,/00. r):3 10 . Main Disconnects 1 JOB LS $ 9a0. oo 11. Existing Main Abandonment 1, 270 LF $ a•/O $0)6607.co 12 . Asphalt Road Restoration 120 SY $ /0. 00 $ // c240. 00 13 . Driveway Restoration a. Concrete 300 SY $06, . 00) $ 7 ROO. 'DO b. Asphalt 400 SY $ (QDO S �/,nnO.no 14 . Sod 1, 700 SY S �/, /O $ c,970. On Addendum 4 Page P-5 99-161 Item Estimated Estimated No . Description Quantity Unit Price Amount 15 . Services a . 1" Corp Stop 13 EA $ 45-7. 00 S 7411• c c b . 1" Curb Stop 23 EA $ (oo•oo $ 1380 . oc� c . U-Branch 10 EA S SO. 00 $ Soo. pO d. 1" Poly 390 LF $ 2Io $ g/9.oO e . 6" x 1" Saddle 10 EA $ /Yam $ /(Lien.CC' f . 4" x 1" Saddle 3 EA $ 13cc. $ .39O. O O • Subtotal, Item B (TEQUESTA CIRCLE/GOLF CLUB CIRCLE) , 9154:). ✓ Addendum 4 Page P-6 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount C. FAIRVIEW DRIVE/RIVER DRIVE AREA 1 . PVC Pipe a . 10" 1, 120 LF $ 3?.00 $ i/, WM.nn b . 8" 8, 450 LF $ 3 ? . oo $a700 ttoo.00 c . 6" 2, 850 LF $ oZ$.00 $ ' aOO. o c) 2 . D. I . Pipe a. 10" 60 LF $ 3 7 OO $ a, . a o, op b. 8" 115 LF s ,3 Li. (no s3,9/O.00 c . 6" 60 LF $ /. 00 $ I, (0O. OIi 3 . Valves w/Box a . 10" RSGV 6 EA $ //°TY).O0 S 7,aco. 00 b. 8" RSGV 24 EA $ 900.oc $ al, Goo. 00 c. 6" RSGV 8 EA $ (090. 00 $ S,Sao• co 4 . Fire Hydrant Assembly 21 EA $ /, Q•OO.co S 37,5-0O.00 5 . D. I . Fittings 11, 000 LBS $ . . ?-O $ 30,&Oo.cc 6 . ' Sample Points 17 EA $ /Y0 . Oo $ .11 3rso. oO • 7 . Main Connection (4) 1 JOB LS $ a1 QcO. a Q 8 . Main Disconnects 1 JOB LS $ 9aO. 00 9 . Exist . Main Abandonment 12, 950 LF $ oZ ./O $c?7 /95. Oo 10 . Temporary Road 250 SY Restoration $ Y. (o0 $ / /SO. On 11 . Driveway Restoration S S a. Concrete 1, 300 SY $, C,.00 $ 33,R-Gn.00 b . Asphalt 2, 120 SY $ /(. 00 $ Al,,,9nO.00 c . Special Treatment 1, 100 SY $ S/.OO $ $o,(00.00 12 . Sod 16, 850 SY $ y. /o $ (,9; CUSOO 13 . Air Release Valves 5 EA $ l 300. 00 $ � ,5co.00 Addendum 4 Page P-7 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount 14 . Services a. 1" Corp Stop 132 EA $ 5-2 OO $ 7Sn2(-L f7Q b . 1" Curb Stop 208 EA $ (00. 00 $ L1rO•(DO c . U-Branch 76 EA $ So• 00 $ 3, goo . oc d. 1" Poly 3 , 940 LF $ c . l0 $ 7c./. DO e . 8" x 1" Saddle 103 EA $ /SO oo $ /.S yS-0 .00 f . 6" x 1" Saddle 26 EA $ J'-/O .bo $ R L,yO.O0 g. 10" x 1 " Saddle 3 EA $ /(,O. 60 $ y80. oCl Subtotal, Item C. (FAIRVIEW DRIVE/ RIVER DRIVE AREA) $ -7 L/, 7,a R. on Addendum 4 Page P-8 99-161 Item Estimated Estimated_ No. Description Ouantity Unit Price Amount D. BERMUDA TERRACE 1 . PVC Pipe a . 8" 7, 320 LF $ .3o2Co s yaYo. cm b. 6" 1, 480 LF S �?: 00 $ 14 yya. 00 c . 4 " 160 LF $ (,?.5. 00 $ 9/ 000 . 00 2 . D. I . Pipe a. 8" 210 LF $ 3Y. 00 S7f /MC). 00 , b. 6" 60 LF s 2/.no $ ,1f?(6n. co 3 . Valves w/Box a . 8 " 19 EA S 900. o0 S 17/no. on b. 6" 4 EA S (o9O. CDO $ 0217G,O. tor) c . 4 " 1 EA S (f /O. 00 $ (n/0. o o 4 . Tapping Sleeves and Valves a. 8 " x 8" 3 EA $ Qi 4,4D• oo $ 7, 0.00. c0 5 . Fire Hydrant Assembly 13 EA S 4 kOO.on $ .2 3,I/DO.no 6 . D. I . Fittings 8, 670 LBS • S o2. SO $ 02 /16757On 7 . Sample Points 16 EA $ /VO. 00 S off,a1/O. o0 8 . Main Connection (2) 1 JOB LS S 01 con• CO 9 . Main Disconnects 1 JOB LS $ 9co. oo 10 . Exist . Main Abandonment 7, 560 LF $4/0 S/s-32G. OO 11 . Temporary Road Restoration 190 SY $ 9. 600 $ &7y. 00 12 . Driveway Restoration a. Concrete 460 SY $ „X.,. 007 $// %O. 00 b. Asphalt 505 SY $ /0.00 $ S ( O. on c . Special Treatment 55 SY S 57.Do $ �, SOS. o0 13 . Sod 10, 200 SY $ 9. /C) $ c1/I �• CXl 14 . Asphalt Sidewalk Restoration 10 SY $ 9. VD $ 99 m 15 . Air Release Valves 3 EA . $ I 3o.cc- $ 3, 90n. no Addendum 4 Page P-9 99-161 • 16 . Services • a. 1" Corp Stop 86 EA $ .57. co S `f goo. o0 b. 1" Curb Stop 144 EA $ Cfn.co $ � 6.YQ oc) c . U-Branch 59 EA $ S0.con $ /p..SQ• no d. 1" Poly 2, 300 LF $ cQ, (O $ 4.4S-3U,oc� e . 8" x 1" Saddle 64 EA $ /SO.c $ 9; (moo, o� f . 6" x 1" Saddle 20 EA $ /y0 . do $ 02 boo.o0 g. 4" x 1" Saddle 2 EA $ /3O. oo $ a(0o, on Subtotal, Item D. (BERMUDA TERRACE) $ L f 9(1 D. ' • • TOTAL, WATER MAIN REPLACEMENT -�c� (Items A-D) $ l/ 5 o /i ?cS oO 'Z Addendum 4 Page P-10 99-161 ALTERNATE BID ITEMS OPTION NO. 1 (PVC to DIP) I . WATER MAIN REPLACEMENT • Substitute items A. 1 . , B . 1 . , C. 1 . and D. 1 . , PVC Pipe, with the following: Item Estimated Estimated No. Description Quantity Unit Price Amount A. FAIRWAY EAST/WEST 1 . DIP a. 8" 2, 850 LF $ 314. 00 $ 94,c)oo•co b. 6" 1, 070 LF "In.an $ 3a)lno . cx B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . DIP a. 6" 1, 250 LF $ 30. CO $37,5-no.co b. 4 " 180 LF $.29. C1O _ $4522.2.0. 00 C. FAIRVIEW DRIVE/RIVER DRIVE 1 . DIP a. 10" 1, 120 LF $ 37. 00 $ Lll, "Pin.0o b. 8" 8, 450 LF $3Y. 00 $.78'7,200 .00 c. 6" 2, 850 LF S 30.or) an5-00•cno D . BERMUDA TERRACE 1 . DIP a. 8" 7, 320 LF $3Y. O0 $ ace, EiSo.op b. 6" 1, 480 LF 5 $ yy) 90D•00 c. 4" 160 LF $ 029. 00 $ y,Lo40• o0 Addendum 4 Page P-11 99-161 • OPTION NO . 2 (PVC to HDPE) I . WATER MAIN REPLACEMENT • Substitute items A. 1 . , B . l . , C. l . and D. 1 . , PVC Pipe, and items A. 7 . , B . 7 . , C. 5 . and D. 7 . , D. I . Fittings with the following : Item Estimated Estimated No. Description Ouantity Unit Price Amount A. FAIRWAY EAST/WEST 1 . HDPE a . 8" 2 , 850 LF S 30.on $ 85;Scn.co b. 6" 1, 070 LF $ a(r1.no S 7 . HDPE FITTINGS a. 8" x 6" Reducer 1 EA S I (,O. coo $ RDO. OO b. 8" 22 1/2° 6 EA $ 39.no S a,3�1. Oo c . 8" TEE 2 EA $ I5O.OO $ 3 00 .00D d. 8" 45° 10 EA S 72.00 $ 7$O.00 e . 8" 90° 1 EA $ ISo.00 $ SO. CO f . 8" x 6" TEE 1 EA $ ED3O.0(5 S 3O. 0D g. 6" 90° 1 EA $ 9g. CC) $ B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . HDPE a. 6" 1, 250 LF $,Cb .00 $.1ars .o0 b. 4 " 180 LF $ a`/. Cho $ L1,3 O. oO 7 . HDPE FITTINGS a. 8" x 6" TEE 2 EA $ a,3O. O0 $ (-t(OO • n b. 6" 22 1 EA $ 4k.00 $ 9?. Co c . 6" x 4" Reducer 1 EA $ 13O.CO $ l3C).Oo d. 4" 45° 2 EA $ 5 .On $ ! 1 a. CO Addendum 4 Page P-12 99-161 Item Estimated Estimated No. Description Quantity Unit Price Amount C. FAIRVIEW DRIVE/RIVER DRIVE 1 . HDPE a . 10" 1, 120 LF S 3a.c-c- $3S8c10.o0 b . 8" 8, 450 LF $ 30.00 $ a53,,Soo.o0 c . 6" 2, 850 LF $ ?C .o0 $ 7/,/1 c . 5 . HDPE FITTINGS a . 8 " 90° 2 EA S / o.oO $ 30o .co b . 8" TEE 5 EA $ J cO.00 $ 750. 0.0 c . 8 " x 6" Reducer 2 EA $ /c0n_oo S 302o. 00 d . 8 " 45° 15 EA $ (In $ / /7Oo0 e . 8" 11 1/4° 4 EA $ 39.oa $ 1SCo.00 f . 8" 22 1/2° 4 EA $ 39.oo $ /.S'(p . 00 g. 8" x 6" TEE 4 EA $ 0230.co $ 9a4.00 h. 6" 45° 9 EA $ 9$'.00 $ 8ga.CO I . 6" 90° 2 EA $ 99oo $ /9(,.Oa j . 6" TEE 1 EA $ a00.co $ 0/.00.ob k. 6" 22 1/2° 2 EA S 9? oo $ /96,0o 1 . 10" 45° 8 EA . $ //O•co $ O. no m. 10" x 8 " Cross 1 EA $ 2$O.00 $ oR?O.no n. 10" x 6" TEE 2 EA $ aSD. ao 0 .oU • o. 10" 90° 2 EA $ / $ 36.O.00 p. 10" 22 1/2° 1 EA $ 6l.0o $ (o/. 00 q. 10" TEE 1 EA $ /70, 00 $ j 70.0O r. 10" x 8 " Reducer 1 EA $ (90. OO $ / i27. CO Addendum 4 Page P-13 99-161 • Item Estimated Estimated No. Description Ouantity Unit Price Amount D. BERMUDA TERRACE 1 . HDPE a. 8" 7, 320 LF S .n oo $0?l9,(no°.0O b . 6" 1, 480 LF $ aG_o0 $ 3 Yi-o,o0 c . 4 " 160 LF $ aY, 0 0 $ 3ikt-so 00 6 . HDPE FITTINGS a. 8" TEE 6 EA S /SD •p 6 $ 4on.oo b. 8" x 6" Reducer 2 EA $ /46 . on $ :Ran. oo c . 8" 45° 26 EA $ ?k. 00 $ 02/ 0 a2.00 d. 8" 90° 2 EA $ /5b. oo $ A00 . e. 8" x 4" TEE 1 EA $ 0230. 00 $ a2 O. 00 f . 8" x 6" TEE 1 EA $ -2 30. 00 $ .030- 00 Addendum 4 Page P-14 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount II. DRAINAGE SYSTEM IMPROVEMENTS 1 . HDPE Pipe a . 42" 825 LF $ 7a. O D $ S /� Yf7n on b. 36" 700 LF $ (00. 0O S 90, D000oC) c . 30" 980 LF $ SO. CC) $ y� 000. 0O d. 24" 1, 370 LF $ 9. C)d $.SygCJO.[nC) e . 18" 1, 900 LF $ 3S. 00 $ 6 coO. Oo 2 . Elliptical Conc . Pipe d. 34 x 53 (42 " EQ) 48 LF S 79 OO $279r .00 3 . Drainage Structures a . Type "C" 33 EA $ / /OO.00 $3(v,30Q. co b. Type "E" 12 EA $ /, („OO. CSO $ /9,a©O.CCD c . Type "E" w/weir plate 1 EA $c=2/ 03.00 $ a, Oo 3. OO d. Manhole 4 EA $ //600.CO $ (a, /OO. 00 4 . Swale Construction 14 , 000 LF $ y DO $,S(D 600.00 5 . Driveway Restoration a. Concrete 850 SY $ 23.00 $ f 55-0 .QU b. Asphalt 1, 125 SY S 9. 00 S(O /AS. 00 c . Shell 25 SY $ 7.00 $ / 7S; 00 d. Special Treatment 550 SY $ 115 00 $ ay 7SO.0O 6 . Temporary Road Restoration 1, 200 SY $ (/. 00 $ C/, koo, oO 7 . Drainage Demolition 1 JOB LS $ �/ 0DO.00 8 . Endwall Construction a. w/ 36" Dia. 1 EA S o2,45-/3/1. rap $c 0(7). 00 b. w/ 42" Dia. 2 EA $ afSnn.no $ S000.cp c . w/ 30" Dia . 1 EA $ ,Sc-n. oO S 'S O0 . cim 9 . Connect to Exist . Pipes 6 EA $ /, ono.cap $ (01000. ao Addendum 4 Page P-15 99-161 • Item Estimated Estimated No. Description Quantity Unit Price Amount 10 . Repair/Restoration/ Replacement of Improvements Between Lots a . Lot 255/256 1 Job LS $ /,000. 00 b. Lot 479/480 1 Job LS $ / OOO. 00 c. Lot 436/437 1 Job LS $ 4 OOD_ Fab d. Lot 340/341 1 Job LS $ (OO.[7C) e. Lot 330/331 1 Job LS $ / n00.On f . Lot 445/446 1 Job LS $ /, 000. g. Lot 561/562 1 Job LS $, DDJ.Dc h. Lot 529/530 1 Job LS $1 OOb_ rlc> 11 . Exist . Pipe Abandonment 350 LF $ V. 00 $,�1 /OO.DO TOTAL, DRAINAGE SYSTEM IMPROVEMENTS $ / g-%, /93 cC TOTAL, BASE BID (ITEMS I & II) $ eQ, CYO? 000 • 00 (Water Main Replacement and Drainage System Improvements) Addendum 4 Page P-16 99-161 r • The following is a complete list of the subcontractors to be used if the undersigned is awarded the Contract for this project . The subcontractors performing more than $25, 000 work (equipment and labor) on this project must be listed below. Subcontractors named below may not be changed by the Contractor. The Owner may request a change under the terms of applicable sections of the General Conditions . Type of Work Name and Address of Subcontractor �fA N1A • Dated this 26 day of JANUARY , 2000 (month) (year) Contractor: RIC-MAN INTERNATIONAL, INC. CORPORATE Address : 2601 NW 48TH STREET SEAL POMPANO BEACH, FL 33073 By: AO/ 1 e : DAVID MANCINI, PRESIDENT Under the laws of the state of FLORIDA. DAVID MANCINI, PRESIDENT 2601 NW 48TH STREET POMPANO BEACJI, FL 33073 RENE CASTILLO, SECRETARY 2601 NW 48TH STREET POMPANO BEACH, FL 33073 LISA JANKOWSKI, TREASURER 6850 NINETEEN MILE ROAD STERLING HEIGHTS, M 48314 Addendum 4 Page P-17 99-161 . TRENCH SAFETY ACT (90-96, Laws of Florida) Bidder acknowleges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990 . The bidder further identifies the costs of such compliance to be summarized below: Trench Safety Unit of Measure i4_aaure Unit Unit Extended (Description) (LF/SF) (Ouantit v) Cost Cost A SLOPE BANKS LF 33,058 $20.00 $661 ,160.00 B . - — C. D. TOTAL $ 661 ,160.00 If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet in _ depth shall be in accordance with the Florida Department of • Transportation' s Special Provisions Article 125-1 and Sub-article 125-4 . 1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL-TRENCH EXCAVATION) . Failure to complete the above may result in the bid being declared non-responsive . Contractor agrees that the above safety compliances and costs are included in his bid package. 3;. nature of Bidding Contractor DAVID MANCINI, PRESIDENT TSA-1 99-161 000 RESOLUTION NO. - 99/00 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, APPROVING A CONTRACT WITH RIC-MAN INTERNATIONAL, INC . , OF POMPANO BEACH, FLORIDA, TO PERFORM ALL WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS FOR THE TEQUESTA COUNTRY CLUB/BERMUDA TERRACE WATER MAIN REPLACEMENT AND DRAINAGE SYSTEM IMPROVEMENTS- PHASE I, IN THE TOTAL AMOUNT OF $2, 069, 000, WITH FUNDS BEING APPROPRIATED FROM THE HAVING A FY 1999/2000 BUDGET ALLOCATION OF $ , AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE APPLICABLE CONTRACT ON BEHALF OF THE VILLAGE . THE AWARD OF THIS CONTRACT SHALL BE CONDITIONAL UPON ENCON EXECUTING A CONTRACT FOR THEIR PHASE I SERVICE PROJECT WITH A CONTRACTOR FOR THEIR ASSOCIATED IMPROVEMENTS . NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS : Section 1 . A contract with Ric-Man International, Inc. , in the amount of $2, 069, 00 for the Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements - Phase I, attached hereto as Exhibit "A" and incorporated by reference as part of this Resolution is hereby approved and the Village Manager is authorized to execute the Contract on behalf of the Village . THE FOREGOING RESOLUTION WAS OFFERED by Councilmember , who moved its adoption . The motion was seconded by Councilmember , and upon being put to a vote, the vote was as follows : FOR ADOPTION AGAINST ADOPTION The Mayor thereupon declared the Resolution duly passed and adopted this 10th day of February, A. D. , 2000 . MAYOR OF TEQUESTA Carl C. Hansen ATTEST : Joann Manganiello Village Clerk MicrosoftWord\My Documents\Resolution\Ric-Manlnternational PROPOSAL TO: VILLAGE OF TEQUESTA P.O. BOX 3273 357 TEQUESTA DRIVE TEQUESTA, FLORIDA 33469 FROM: RIC-MAN INTERNATIONAL, INC. 2601 NW 48TH STREET POMPANO BEACH, FL 33073 (Hereinafter referred to as Bidder) Gentlemen: The undersigned, as Bidder, proposes to furnish all labor, materials, equipment, services, and incidentals necessary to perform all work in accordance with the Contract Documents entitled: Village of Tequesta, TeqUesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements- Phase I . Bidder has also received addenda numbers 1 through 4 , and have included their provisions in this proposal . Bidd re now submits the following and hereby agrees : 1 . The only person (s) interested in this bid, or Agreement, as principal are named herein; that the bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith without collusion or fraud, or other illegal practices . 2 . To hold Bid open until an Agreement has been executed between the Village and the accepted Bidder, or until ninety (90) calendar days after the bid opening date, whichever is shorter. 3 . To enter into and execute an Agreement on the basis of this Proposal, within twenty (20) calendar days after the notice of award of the Contract is issued. To furnish the 100% Performance Bond and 100% Payment Bond in accordance with the Contract Documents . Failure to execute the Contract and furnish said Bonds within twenty (20) days shall cause bid security to be forfeited, not as penalty, but as fixed and liquidated damages for costs and expenses incurred, payable into the funds of the Village . 4 . To start work within ten (10) calendar days of the Date of Commencement as established in the Notice to Proceed. Work shall be completed within the number of calendar days specified in Article 3 of the Construction Agreement . Addendum 4 Page P-1 99-161 5 . In the event of multiplication, addition, or clerical errors on the Proposal Forms, the Village may correct these errors to clarify the Bids . The information which results in the lowest cost to the Village will be considered correct, and therefore utilized. Addendum 4 Page P-2 99-161 Village of Tequesta Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements Unit Price Bid Schedule Item Estimated Estimated No . Description Ouantity Unit Price Amount I. WATER MAIN REPLACEMENT A. FAIRWAY EAST & WEST 1 . PVC Pipe a. 8" 2 , 850 LF $ 3200 $9/ A00. o0 b . 6" 1, 070 LF _SCQR_ C7n $ P.9,9 .00 2 . D. I . Pipe a . 8" 60 LF $ 3y.00 $ a, OteO. 00 3 . Valves w/Box a. 8" RSGV 4 EA $ o 13•00 $ 3 56,0.00 b . 6" RSGV 2 EA $ G9O,on $ 11 3?O.00 4 . Tapping Sleeve and Valves a . 6" x 6" 1 EA $ aZon.cn $ . , 2oo. oo 5 . Fire Hydrant Assembly 7 EA $ I,PO J.00 $ /a (Doc. 00 6 . Terminal End w/Blowof f 1 EA $ Y,?DO.d0 $ y ?on. cc) 7 . D. I . Fittings 3 , 500 LBS $ a. 7O $ , 47'50.no 8 . Sample Points 4 EA S )30.co 9 . Main Connection (1) 1 JOB LS S 1,'5'00.oo 10 . Main Disconnects 1 JOB LS $ 5 ao. oO 11 . Existing Main Abandonment 3 , 700 LF $ 2. 10 $ 7 77u.00 Addendum 4 Page P-3 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount 12 . Temporary Road Restoration 70 SY $ 9.6,0 $ 13 . Driveway Restoration a . Concrete 370 SY $ $ 91(.o 2o. oc. b. Asphalt 1, 050 SY $ /o. oo $ /0 Soa.00 c . Shell 35 SY $ FrSb $ a97. 56 d. Special Treatment 255 SY $ 5/. no $ 13,00s. co 14 . Sod 4, 700 SY $ I O $ /9, a7O .00 15 . Services a. 1" Corp Stop 39 EA $ .57. op $ a,aa,3. oo b. 1" Curb Stop 64 EA S Go. oo $ 3F4fo.no c . U-Branch 25 EA $ So. oo $ /, aSa.00 d. 1" Poly 965 LF $ a. /o $ a 00.(0 .50 e. 8" x 1" Saddle 27 EA $ /So .oO $ 41jOSo . b� f . 6" x 1" Saddle 12 EA $ /YO. no $4 6ko. oo 16 . Air Release Valve 1 EA $ /,30d,cc $ 300 . OO Subtotal, Item A (FAIRWAY EAST & WEST) S o?37,S8Y.0O Addendum 4 Page P-4 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . PVC Pipe a. 6" 1, 250 LF $ ae•co ___ . OO b. 4" 180 LF $ OS. GLO 2 . D. I . Pipe a. 6" 120 LF $ /.on $.3 7a0.00 3 . Valves w/Box a. 6" RSGV 2 EA $ Co9C).nCT $J, 3 PO.nO 4 . Tapping Sleeve and Valves a. 8" x 6" 1 EA $ (Q,c20o.o0 $ 42, ,0o.00 5 . Fire Hydrant Assembly 2 EA $ /,kno, oc) $ a,6, 0. 00 6 . Terminal End w/Blowoff 1 EA $ 9/z-x-.c-lo $ y 220.On 7 . D. I . Fittings 1, 100 LBS $(?. (00 $ a/ &6O. On 8 . Sample Points 5 EA S/5/n . 00 S ?00.cl) 9 . Main Connection (2) 1 JOB LS $ d f/OD, ex) 10 . Main Disconnects 1 JOB LS $ 9ao.00 11 . Existing Main Abandonment 1, 270 LF $ a•/O $O (0 n 7.0O 12 . Asphalt Road Restoration 120 SY $ /O. oO S f,a00. 00 13 . Driveway Restoration a. Concrete 300 SY $,Oa . 00) $ 7ROO. ao b. Asphalt 400 SY $ (OoD $ 4.6nOO. On 14 . Sod 1, 700 SY $ 4/, /O 5 61470. o0 Addendum 4 Page P-5 99-161 Item Estimated Estimated No . Description Ouantity Unit Price Amount 15 . Services a. 1" Corp Stop 13 EA $ 57. OO $ 7Y/• c n b . 1" Curb Stop 23 EA $ 60.00 $ / 3E0 . Ocm c . U-Branch 10 EA $ O• oO $ Soo. 00 d. 1" Poly 390 LF $ c2 /0 $ g/4.oO e . 6" x 1" Saddle 10 EA $ / YD,rw $ 4(400.c� f . 4 " x 1" Saddle 3 EA $ 13C). pO $ .390. O O Subtotal, Item B (TEQUESTA CIRCLE/GOLF CLUB CIRCLE) $ P9,SLI 7. C)O Addendum 4 Page P-6 99-161 Item Estimated Estimated No , Description Ouantity Unit Price Amount C. FAIRVIEW DRIVE/RIVER DRIVE AREA 1 . PVC Pipe a . 10" 1, 120 LF $ 3 ?.O0 $ Ili/ L/L/O.O( b. 8" 8, 450 LF $ .3 . 0o $a2o) `IOO.00 c . 6" 2, 850 LF $ L CO $ 7?, ,QO. o en 2 . D. I . Pipe a. 10" 60 LF $ :- 7. 00 $ a, aao, op b. 8" 115 LF $ .3`I. 00 $ ,3 9/O.00 c . 6" 60 LF $ ,�/. 00 $ /, P6)0. en 3 . Valves w/Box a. 10" RSGV 6 EA $ /4,c ThO.00 $ 7,a0O. c o b. 8" RSGV 24 EA $ 900.00 $ 021, Goo. 00 c . 6" RSGV 8 EA $ 6,90. on $ SSaO. (Do 4 . Fire Hydrant Assembly 21 EA $ /, Q'oo.00 $ 37,g-oO•oO 5 . D. I . Fittings 11, 000 LBS $ ,). 5r0 $ 30/&OO.dO 6 . Sample Points 17 EA $ /y4 . Oo $ ar 3 O•c O 7 . Main Connection (4) 1 JOB LS $ a,.20o. o O 8 . Main Disconnects 1 JOB LS $ 9 O. 00 9 . Exist . Main Abandonment 12, 950 LF $ oZ ./O $0/7 195'. OO 10 . Temporary Road 250 SY Restoration $ 9. (00 $ l /SO• on 11 . Driveway Restoration $ - $ a. Concrete 1, 300 SY $d�•o0 $ 33,-on.00 b . Asphalt 2, 120 SY $ /CI OO $ al,,9nO.cO c . Special Treatment 1, 100 SY $ S/,op $ 5.,(OO.00 12 . Sod 16, 850 SY $ Lt. /O $ (,9 SOO 13 . Air Release Valves 5 EA $ I i 00. 00 $ Co,Goo.(Do Addendum 4 Page P-7 99-161 Item Estimated Estimated No . Description Quantity Unit Price Amount 14 . Services a. 1" Corp Stop 132 EA $ 5-2 0 0 $ 7 5"02c1. 00 b . 1" Curb Stop 208 EA $ 6,O. oO $ /ai c-IMpO c . U-Branch 76 EA $ S-0. 00 $ 3, goo . oo d. 1" Poly 3 , 940 LF fi oZ. (O $ Q, 7c/. b0 e . 8" x 1" Saddle 103 EA $ )50• oO $ IS YSO.00 f . 6" x 1" Saddle 26 EA $ / 1'O.oO $ / 6, c•10.00 g. 10" x 1" Saddle 3 EA $ /6,O. 00 $ '-1ff0 . 00l Subtotal, Item C. (FAIRVIEW DRIVE/ RIVER DRIVE AREA) $ 7 7 Lit 7,1 S. 00 Addendum 4 Page P-8 99-161 Item Estimated Estimated_ No . Description Ouantity Unit Price Amount D. BERMUDA TERRACE 1 . PVC Pipe a . 8" 7, 320 LF $ ,30?.no si,Z.3c4aYo. o0 b. 6" 1, 480 LF $ r-P• OO $ 1.4 yya. DO c . 4" 160 LF $ c7S. 00 $ / 000 .OO 2 . D. I . Pipe a. 8" 210 LF $ 3 y. 0O $ 7/ /M. ao b. 6" 60 LF S 2/.n $ 1/ P . co 3 . Valves w/Box a. 8" 19 EA $ 900. 00 $ /? /no. on b. 6" 4 EA $ 6 9O. (DO $ a/ 76,in. D r) c . 4" 1 EA $ 6,/0. 00 $ ( /o . ('7o 4 . Tapping Sleeves and Valves a. 8" x 8" 3 EA $ aiyOD•.no $ 7/ , 00.o0 5 . Fire Hydrant Assembly 13 EA $ /, E1OO.O $ .23, 1(60.co 6 . D. I . Fittings 8, 670 LBS $ 02. SO $ 02 i 6757no 7 . Sample Points 16 EA $ /VO. OO $ off, at/D.00 8 . Main Connection (2) 1 JOB LS $ 0,ocO. (Do 9 . Main Disconnects 1 JOB LS $ Sao. 00 10 . Exist . Main Abandonment 7, 560 LF S rA/D $/-87G. OO 11 . Temporary Road Restoration 190 SY $ 9. 6,0 $ �7-y. 00 12 . Driveway Restoration a. Concrete 460 SY $ aC . 00) S / 9-4,0. 00 b . Asphalt 505 SY S /0.00 $ S ( SO. on c . Special Treatment 55 SY $ Si.co $ �,(, FOS. o0 13 . Sod 10, 200 SY $ (/. in $ ci/facacc- 14 . Asphalt Sidewalk Restoration 10 SY $ 9. Y) S 99. m 15 . Air Release Valves 3 EA $ i, 300.oc> $ 3, Son. no Addendum 4 Page P-9 99-161 16 . Services '$ ---L— a. 1" Corp Stop 86 EA $ .S-7 co $ `1, 9O . co b . 1" Curb Stop 144 EA $ C).00 $ ', 6.YQ oo c . U-Branch 59 EA $ .5-o.(x) $ 2, o. nci d. 1" Poly 2, 300 LF $ cQ. /O 9 Fs3O� s) e . 8" x 1" Saddle 64 EA $ /SO.GO $ 9, <flnc). c,c,_ f . 6" x 1" Saddle 20 EA $ !YD . dO $ al Erne).00 g. 4" x 1" Saddle 2 EA $ /30. cc $ a6p0, on Subtotal, Item D. (BERMUDA TERRACE) $ Lig'aOL/(o. CO TOTAL, WATER MAIN REPLACEMENT/ , OS OO (Items A-D) s$ !/ Addendum 4 Page P-10 99-161 ALTERNATE BID ITEMS OPTION NO. 1 (PVC to DIP) I . WATER MAIN REPLACEMENT • Substitute items A. 1 . , B . 1 . , C. 1 . and D . 1 . , PVC Pipe, with the following: Item Estimated Estimated No . Description Ouantity Unit Price Amount A. FAIRWAY EAST/WEST 1 . DIP a. 8" 2, 850 LF $ 34. 00 $ 9(01400•CO b. 6" 1, 070 LF In.an $ 3a,Icao • 00 B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . DIP a. 6" 1, 250 LF $ RO. cc) $37 ,S7)0•Cc) b. 4" 180 LF $.29. C?O $ 5;02 00 C. FAIRVIEW DRIVE/RIVER DRIVE 1 . DIP a. 10" 1, 120 LF $ 37. nO $ LP/ VW?.an b. 8" 8, 450 LF $3 ./. 00 $.2872co . 00 c . 6" 2, 850 LF $ 30.0 SfS-50O.cc D. BERMUDA TERRACE „1 . DIP a. 8" 7, 320 LF $.3y OO $ PLe, no.co b . 6" 1, 480 LF $ .3O.100 $ P(/100,D0 c . 4" 160 LF $ 029. 00 $ y,(0,Lio. 00 Addendum 4 Page P-11 99-161 OPTION NO. 2 (PVC to HDPE) I . WATER MAIN REPLACEMENT • Substitute items A. 1 . , B . 1 . , C. 1 . and D. 1 . , PVC Pipe, and items A. 7 . , B . 7 . , C. 5 . and D . 7 . , D. I . Fittings with the following: Item Estimated Estimated No . Description Ouantity Unit Price Amount • A. FAIRWAY EAST/WEST 1 . HDPE a. 8" 2, 850 LF $ 30.0n $ $5;5m.oO b. 6" 1, 070 LF $ a(n-no $off???.o�O.00 7 . HDPE FITTINGS a. 8" x 6" Reducer 1 EA $ I (O. n $ l( O. OO b. 8" 22 1/2° 6 EA $ 39.no $ Oo c . 8" TEE 2 EA $ 150.00 $ .300 .00 d. 8" 45° 10 EA $ $ ?FSO.co e . 8 " 90° 1 EA $ ISO.00 $ ( S-0. OO f . 8" x 6" TEE 1 EA $ Q30.00 $ 02,RO. cc') g. 6" 90° 1 EA $ 98'. cc) $ 98. Oa B . TEQUESTA CIRCLE/GOLF CLUB CIRCLE 1 . HDPE a. 6" 1, 250 LF $n?(n .00 $�3a��Oo•oO b . 4 " 180 LF $ ay. T () $ y,�ao. 00 7 . HDPE FITTINGS a. 8" x 6" TEE 2 EA $ fin. OO $ -t ,O b . 6" 22 1 EA $ 9t.00 $ ¶ . c . 6" x 4" Reducer 1 EA $ 1 - 0.0o $ 13>.Cc. d. 4" 45° 2 EA $ 5-ln.On $ 1 a. QQ Addendum 4 Page P-12 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount C. FAIRVIEW DRIVE/RIVER DRIVE 1 . HDPE a. 10" 1, 120 LF S 3a .c1c- S35,g'10•oCc b. 8" 8, 450 LF $ 3o•oo $a53 .Soo.cDo c. 6" 2, 850 LF $_ ?G .00 $ 7y,/ao.on 5 . HOPE FITTINGS a . 8 " 90° 2 EA $ /` O.o0 $ 30o .co b. 8" TEE 5 EA $ f co.(>0 $ /SO. n0 c . 8" x 6" Reducer 2 EA $ /c0n_oo $ 3aO. 00 d. 8" 45° 15 EA $ $ ,, / 76 , co e . 8" 11 1/4° 4 EA $ 39.cma $ 1S6.c>o f . 8" 22 1/2° 4 EA $ 39. 00 $ /,SC0 . 00 g. 8" x 6" TEE 4 EA $ ,z7Q 30. 00 $ 9a0•no h. 6" 45° 9 EA $ 9$.00 S g8a•Oa I . 6" 90° 2 EA $ 9&00 $ (9(0.O6 j . 6" TEE 1 EA $ aQ0.00 $ cZOO•m k. 6" 22 1/2° 2 EA $ ??.o0 $ /96 .oO 1 . 10" 45° 8 EA $J/O.CO $ O. 00 m. 10" x 8 " Cross 1 EA $ a$O.0o $ a o. oO n. 10" x 6" TEE 2 EA $ o O6o $ SOO .OU o. 10" 90° 2 EA $ / gO. aa p. 10" 22 1/2° 1 EA $ (/,OO $ (0/.00 q. 10" TEE 1 EA $ /?0. o $ / 70.00 r. 10" x 8" Reducer 1 EA $ /90. 00 $ /90. 00 Addendum 4 Page P-13 99-161 Item Estimated Estimated No. Description Ouantity Unit Price Amount D. BERMUDA TERRACE 1 . HDPE a. 8" 7, 320 LF $ .fin. 00 So? 19,10co .00 b. 6" 1, 480 LF $ aC-o0 $ Yin. 0 c . 4 " 160 LF $ ay, o0 $ 3,ktfo.on 6 . HDPE FITTINGS a. 8" TEE 6 EA $ /.SO •00 $ 9nn.00 b . 8" x 6" Reducer 2 EA $ /GO . $ 30n. (Do c . 8" 45° 26 EA $ ?2: 00 $ 02# O c 2.00 d. 8" 90° 2 EA $ /SO. oO $ ?oo .00 e . 8" x 4 " TEE 1 EA $ 0230. cO $ a20. 00 f . 8" x 6" TEE 1 EA $ .2 30. 00 $ 00 • Addendum 4 Page P-14 99-161 Item Estimated Estimated No . Description Quantity Unit Price amount II. DRAINAGE SYSTEM IMPROVEMENTS 1 . HDPE Pipe a . 42 " 825 LF $ 7a. oC $ S 9; c/nn. 00) b. 36" 700 LF $ (oO. oO $ L/n1DOOnO c . 30" 980 LF $ SO. CTJ $ 4/9, 0O6. co d . 24" 1, 370 LF $ 90. 00 S.S60.c::DO e . 18" 1, 900 LF $.35. CO $ �o ,coo. 00 2 . Elliptical Conc. Pipe d. 34 x 53 (42" EQ) 48 LF ,$ '9 DO $2,79a.o0 3 . Drainage Structures a . Type "C" 33 EA $ J//00.00 $ 3(013O0. 0O b. Type "E" 12 EA $ /1 (nOO. CYJ $ /(?//9.00.CO c . Type "E" w/weir plate 1 EA So2,Co3.00 S ?, o03.00 d. Manhole 4 EA $ /r 600.cO $ 6, 9OO. 00 4 . Swale Construction 14, 000 LF $ 1/ OO $,,, 6400.00 5 . Driveway Restoration a. Concrete 850 SY $ a3.O0 $ / 55-0 .00 b. Asphalt 1, 125 SY $ 9. 00 $(0 / 00 C . Shell 25 SY $ 700 $ / 7S CO d. Special Treatment 550 SY $ (15 00 Say 750.00 , ,6 . Temporary Road Restoration 1, 200 SY $ -/. 00 $ C/ s=-60. op 7 . Drainage Demolition 1 JOB LS S 1/ 0(DO.o0 8 . Endwall Construction a . w/ 36" Dia. 1 EA $ e2,5731).no Sa15-O0. 00 b. w/ 42" Dia. 2 EA $ o�iSnr).fl! S 5;000.00 c . w/ 30" Dia. 1 EA $�.Snn. 00 $�,S co. cc 9 . Connect to Exist . Pipes 6 EA $ /. Ono. co $ („, Ooo. no Addendum 4 Page P-15 99-161 - . --- Item Estimated Estimated No. Description Quantity Unit Price Amount 10 . Repair/Restoration/ Replacement of Improvements Between Lots a . Lot 255/256 1 Job LS $ //000• 00 b. Lot 479/480 1 Job LS $ / OOO. 00 c . Lot 436/437 1 Job LS $ 4 OOD_ d. Lot 340/341 1 Job LS $ 4f(00.nC) e . Lot 330/331 1 Job LS $ // 000. GY) f . Lot 445/446 1 Job LS $ /t [BOO.r g. Lot 561/562 1 Job LS $I DOD.no h. Lot 529/530 1 Job LS $1 con_ c)r> 11 . Exist . Pipe Abandonment 350 LF $ Y. oo $-ii/ /OO.no TOTAL, DRAINAGE SYSTEM IMPROVEMENTS $ / ? // J 9 57 CC) TOTAL, BASE BID (ITEMS I & II) $ �/ 7/ 000 • 00 (Water Main Replacement and Drainage System Improvements) Addendum 4 Page P-16 99-161 • The following is a complete list of the subcontractors to be used if the undersigned is awarded the Contract for this project . The subcontractors performing more than $25, 000 work (equipment and labor) on this project must be listed below. Subcontractors named below may not be changed by the Contractor. The Owner may request a change under the terms of applicable sections of the General Conditions . Type of Work Name and Address of Subcontractor Dated this 26 day of JANUARY 2000 (month) (year) Contractor: RIC-MAN INTERNATIONAL, INC. CORPORATE Address : 2601 NW 48TH STREET SEAL POMPANO BEACH, FL 33073 By: iO/ i e : DAVID MANCINI, PRESIDENT Under the laws of the state of FLORIDA. DAVID MANCINI, PRESIDENT 2601 NW 48TH STREET POMPANO BEACJI, FL 33073 RENE CASTILLO, SECRETARY 2601 NW 48TH STREET POMPANO BEACH, FL 33073 LISA JANKOWSKI, TREASURER 6850 NINETEEN MILE ROAD STERLING HEIGHTS, M. 48314 Addendum 4 Page P-17 99-161 TRENCH SAFETY ACT (90-96, Laws of Florida) Bidder acknowleges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida `french Safety Act (90-96, Laws of Florida) effective October 1, 1990 . The bidder further identifies the costs of such compliance to be summarized below: Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF/SF) (Ouantity) Cost Cost A.SLOPE BANKS LF 33,058 $20.00 $661 ,160.00 B . C. D. TOTAL $ 661 ,160.00 If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet in depth shall be in accordance with the Florida Department of Transportation' s Special Provisions Article 125-1 and Sub-article 125-4 . 1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL-TRENCH EXCAVATION) . Failure to complete the above may result in the bid being declared non-responsive. Contractor agrees that the above safety compliances and costs are included in his bid package. • - Si nature of Bidding Contractor DAVID MANCINI, PRESIDENT TSA-1 99-161 THE AMERICAN INSTITUTE OF ARCHITECTS n\iju11//1 A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we RIC-MAN INTERNATIONAL, INC. 2601 NW 48th Street Pompano Beach FL 33073 as Principal, hereinafter called the Principal, and Liberty Mutual Insurance Company, 600 W. Germantown Pike, Suite 300, Plymouth Meeting, PA 19462, a mutual company duly organized under the laws of the Commonwealth of Massachusetts, hereinafter called the Surety, are held and firmly bound unto VILLAGE OF TEQUESTA 136 Bridge Road Tequesta FL 33469 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($5%of Amount Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for . (Here insert full name,address and description of project) Tequesta Country Club/Bermuda Terrace Water Main Replacement and Drainage System Improvements Phase I NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of tabor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 21st day of January 2000 RIC-MAN INTERNATIONAL, INC. (Principal) (Seal) CHEL • Witness) —PRESIDENT ti (Tide) DAVID MANCINI 1BERTY MUTAL INSURANCE COMPANY (Surety) (Seal) Rose Cusumano (Witness) t,y / L ) COUNTERSIGNATURE: Lisa . Wilmot Attorney-in-Fact e'`)14 Pu Joseph Pietrangelo, Resident Agent MA DOCUMENT A310• BOND•MA®• FEBRUARY 1970 ED• THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 r oc GAGA • THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 573651 This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, T.R. GUY, BETTY HALTHON, C.A. JOHNSON, LISA M. WILMOT, ALL OF THE CITY OF DETRO STATE OF MICHIGAN , each individually if there be more than one named, its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its Fbehalf as IFTY MILLIONety and as AND its�'�nd deed, an and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding DOLLARS ($50,000,000.00***** ) each, and the execution of such bonds or undertakings, in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by .: the secretary of the Company in their own proper persons. QThat this power is made and executed pursuant to and by authority of the following By-law and Authorization: • ARTICLE XVI-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such c cp limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the c company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety *; obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the i5 company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such d at instruments shall be as binding as if signed by the president and attested by the secretary. 0 a By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: > Pursuant to Article XVI, Section 5 of the By-laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, a) bonds,recognizances and other surety obligations. N That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. O I - IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance O Company has been affixed there tq in Plymouth Meeting,Pennsylvania this 30th day of • June , 1999 oI c f'"" LIBERTY MUTUAL INSURANCE COMPANY ai ias EL2 s rn V C By Garnet W.Elliott,Assistant Secretary O._ COMMONWEALTH OF PENNSYLVANIA ss O Es COUNTY OF MONTGOMERY o 30th June 1999 On this day of , A.D. , before me, a Notary Public, personally came the individual, known to > me to be the therein desc dual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- o ;= ged that he executed rEee a�t the seal affixed to the said preceding instrument is the corporate seal of said company;and that said corporate z 5 seal and his signatu eCSt�b t7 ea was duly affixed and subscribed to the said instrument by authority and direction of the said company. ' IN TESTIMO ,jEREOF,I ftb set my hand and affix my official seal at Plymou Meeting,,the day and year first above written. OF r a ' SEA;_ iKcf�L 1�E S�1I D; Nu,: F' .p TA; r ur o ,, c Notary Public c<>.�VSytJP 4`, (ERTtF1CR1-E I, the undersigne., •s�'isrta`�� - retary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full,true and c• -c copy;is in full force and effect on the date of this certificate;and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney-in-fact as provided in Article XVI,Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March,1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. �I IN TESTIMONY HEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this �l AT day of N1 is Pry'- , cOOV . • sistant.ecretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPT,' = E AFTER June 30 ,2001 I IIC MAi V II IEI A IIO AIL, ENC. 4810 GENERAL CONTRACTORS 2601 N.W. 48th Street • Pompano Beach, Florida 33073 BROWARD: (954) 426-1042 • FAX (954)426-0717 Current Work OWNER CONTRACT PIPE SIZE AMOUNT COMPLETED CITY OF FT.LAUDERDALE NW INDUSTRIAL AREA 37,623' 100 N.ANDREWS AVENUE SANITARY&STORM SEWER FT.LAUDERDALE,FL IMPROVEMENT 8"-24" $ 4,335,000.00 90% MIAMI-DADE WATER&SEWER 20"WATERMAIN IN 8,257' DEPARTMENT NW 7TH AVENUE 4200 SALZEDO STREET 8"-24" CORAL GABLES,FL $ 751,502.00 95% MIAMI BEACH REPAIR 36"WATERMAIN AT 600' 1700 CONVENTION CENTER DR. JULIA TUTTLE CAUSEWAY MIAMI BEACH,FL 36" $ 847,000.00 98% FLORIDA DOT REPAIR AND UPGRADE OF 7,214' 1000 NW 111TH AVENUE DRAINAGE SYSTEMS IN MIAMI,FL MIAMI-DADE COUNTY RCP 15 4 $ 972,426.94 0% BROWARD COUNTY BOARD RAILROAD MICROTUNNEL 9,111' OF COUNTY COMMISSIONERS FT.LAUDERDALE- 115 S.ANDREWS AVENUE HOLLYWOOD 54" CP NOT YET FT.LAUDERDALE,FL INTERNATIONAL AIRPORT $ 735,680.00 AWARDED VILLAGE OF KEY BISCAYNE VILLAGE OF KEY BISCAYNE 40,586' 85 WEST MCCINTYRE STREET SANITARY SEWER SYSTEM Ct '. KEY BISCAYNE,FL 33149 PROJECT NO. 01-640 6"-12" NOT YET $ 4,267,515.42 AWARDED BROWARD COUNTY BOARD NORTH ANDREWS GARDENS 54,663' OF COUNTY COMMISSIONERS NEIGHBORHOOD 115 S.ANDREWS AVENUE IMPROVEMENTS PROJECT 2"-36" NOT YET FT.LAUDERDALE,FL $5,813,809.40 AWARDED BROWARD COUNTY BOARD NORTH FORK NEW RIVER 1,165' OF COUNTY COMMISSIONERS STORMWATER DISCHARGE 115 S.ANDREWS AVENUE IMPROVEMENTS 12"-24" NOT YET FT.LAUDERDALE,FL $ 297,372.70 AWARDED Current-Completed Work.XLS 12122/99 tear RE\l. -MAi V ll LL W 11\ll V A IIO AIL, RNC. 40/11 GENERAL CONTRACTORS 2601 N.W. 48th Street • Pompano Beach, Florida 33073 BROWARD: (954)426-1042 • FAX (954)426-0717 Completed Work 1987 - 1999 • OWNER CONTRACT PIPE SIZE AMOUNT COMPLETED CITY OF DEERFIELD BEACH NW AREA SANITARY 200 GOOLSBY BOULEVARD GRAVITY SEWER LINES DEERFIELD BEACH,FL PROJECT#10949-P $ 256,975.00 1999 CITY OF MIA111I WATSON ISLAND 444 SW 2ND AVENUE SANITARY SEWER MIAMI,FL B5590 $ 2,279,543.00 1999 MIAMI-DADE WATER&SEWER FORCEMAIN DEPARTMENT SL1022-A 4200 SALZEDO STREET SW 352ND ST. CORAL GABLES,FL $ 422,663.10 1999 CITY OF DEERFIELD BEACH COVE BEACH CLUB 200 GOOLSBY BLVD. RIGHT-OF-WAY DEERFIELD BEACH,FL IMPROVEMENTS $ 481,294.00 1999 MIAMI-DADE WATER&SEWER INTERCONNECTION AT DEPARTMENT PUMP STATION 2 & CENTRAL 4200 SALZEDO STREET DISTRICT WWTP CORAL GABLES,FL $ 1,876,050.00 1999 SOUTH CENTRAL REGIONAL NW REUSE SYSTEM WASTEWATER TREATMENT RECLAIMED DISPOSAL BOARD TRANSMISSION MAIN $ 2,200,000.00 1999 BROWARD COUNTY BOARD OF REGIONAL WATER SUPPLY COUNTY COMMISSIONERS 115 FLUSHING MAIN S. ANDREWS AVENUE FT.LAUDERDALE,FL $ 84,989.00 1998 VILLAGE OF TEQUESTA MASTER DRAINAGE 357 TEQUESTA DRIVE IMPROVEMENTS TEQUESTA,FL ;':, $ 298,977.00 1998 CITY OF DELRAY BEACH LIIGHLAND BEACH 444 SWINTON AVENUE 16" FORCEMAIN DELRAY BEACH,FL RECONSTRUCTION $ 368,706.00 1997 Current-Completed Work.XLS 12/22/99 CITY OF FT.LAUDERDALE NW 12TH AVE. 100 N.ANDREWS AVENUE STORM DRAINAGE& VI.LAUDERDALE,FL ROAD CONSTRUCTION $ 17 4,122.00 1997 MIAMII-DADE WATER&SEWER NE 164TH ST. DEPARTMENT 8" FORCEMAIN 4200 SALZEDO STREET NL313 CORAL GABLES,FL $ 202,890.00 1997 MIAMI-DADE WATER&SEWER NORTH DISTRICT DEPARTMENT WASTEWATER 4200 SALZEDO STREET TREATMENT PLANT CORAL GABLES,FL HARRY PEPPER&ASSC. $ 421,574.90 1997 MIAMI-DADE WATER&SEWER 48"EMERGENCY DEPARTMENT REPAIR FORCEMAIN 4200 SALZEDO STREET OKEECHOBEE RD.& CORAL GABLES,FL NW 16TH AVENUE $ 173,000.00 1997 MIAMI-DADE WATER&SEWER 54"EMERGENCY DEPARTMENT REPAIR WATERMAIN 4200 SALZEDO STREET RED ROAD&NW 60TH ST. CORAL GABLES,FL $ 146,500.00 1997 MIAMI-DADE WATER&SEWER 8"FORCEMAIN DEPARTMENT EUREKA DRIVE 4200 SALZEDO STREET SL 1059 CORAL GABLES,FL $ 239,156.00 1997 MIAMI-DADE WATER&SEWER 8" &12"FORCEMAIN DEPARTMENT NW 207TH ST. 4200 SALZEDO STREET NL448 CORAL GABLES,FL $ 604,064.00 1997 MIAMI-DADE WATER&SEWER 12"FORCEMAIN DEPARTMENT NW 25TH ST. 4200 SALZEDO STREET CLI58 CORAL GABLES,FL $ 244,844.00 1997 IYIIAMI-DADE WATER&SEWER 12" FORCEMAIN DEPARTMENT NW 71ST ST. 4200 SALZEDO STREET CL51 CORAL GABLES,FL $ 306,246.00 1997 MIAMII-DADE WATER&SEWER 36"FORCEMAIN DEPARTMENT SW 32ND ST. 4200 SALZEDO STREET SL779 CORAL GABLES,FL $ 1,680,000.00 1997 MIAMI-DADE WATER&SEWER 12"FORCEMAIN DEPARTMENT SW 47TH ST. 4200 SALZEDO STREET SL612 CORAL GABLES,FL $ 238,849.00 1997 MIAAMI-DADE WATER&SEWER REHABILITATION DEPARTMENT WATERMAIN ON 4200 SALZEDO STREET GROVE ISLE BRIDGE CORAL GABLES,FL $ 160,300.00 1997 Current-Completed Work.XLS 12/22/99 MIAMI-DADE WATER&SEWER 8"&12" DEPARTMENT FORCEMAIN 4200 SALZEDO STREET NL 395 CORAL GABLES,FL $ 430,475.00 1997 MI-AMI-DADE WATER&SEWER FORCEMAIN 144,183,153 DEPARTMENT &153A NW 135TH AVE. 4200 SALZEDO STREET MF-040 CORAL GABLES,FL LANZO MGMT.TEAM $ 772,700.00 1997 MIAMI-DADE WATER&SEWER SUNNY ISLES BLVD. DEPARTMENT 1300' OF 48"PCCP FM 4200 SALZEDO STREET 200'MICROTUNNEL CORAL GABLES,FL 65'DEEP SHEETING S-615 $ 2,900,000.00 1997 MIAMI-DADE WATER&SEWER PUMP STATION 144 DEPARTMENT SW 2ND AVE. 4200 SALZEDO STREET LANZO MGMT.TEAM CORAL GABLES,FL $ 380,000.00 1997 MIAMI-DADE WATER&SEWER INSTALLATION OF 12"FM DEPARTMENT IN SW 104TH AVE.& 4200 SALZEDO STREET SW 99TH AVE.SL-718 CORAL GABLES,FL CSS MGMT.TEAM $ 300,000.00 1997 MIAMI-DADE WATER&SEWER IMPROVEMENTS OF DEPARTMENT SUBSYSTEM 793 PS 791,794& 4200 SALZEDO STREET FM 792 SW72 ST.&SW109 PL. CORAL GABLES,FL CSS MGMT.TEAM $ 668,662.00 1997 MIAMI-DADE WATER&SEWER PUMP STATION#797 DEPARTMENT SW 79TH AVE.& 4200 SALZEDO STREET SW 86TH ST.ER#45124 CORAL GABLES,FL CSS MGMT.TEAM $ 260,000.00 1997 MIAMI-DADE WATER&SEWER PUMP STATION 153 UPGRADE DEPARTMENT SW 136TH AVE. 4200 SALZEDO STREET LZ-153 CORAL GABLES,FL LANZO MGMT.TEAM $ 451,900.00 1997 MIAMI-DADE WATER&SEWER W-769 NW 54 ST DEPARTMENT INSTALLATION OF 16" 4200 SALZEDO STREET WATERMAIN NW 35TH AVE. CORAL GABLES,FL TO NW 19TH AVE.ER#14514 $ 960,000.00 1997 CITY OF DELRAY BEACH NE 7TH AVE. 444 SWINTON AVENUE UTILITY&ROADWAY DELRAY BEACH,FL IMPROVEMENTS $ 247,712.50 1996 CITY OF LAKE WORTH N.GOLFVIEW DRIVE SANITARY SEWER REHABILITATION $ 528,535.94 1996 MIAM,•II-DADE WATER&SEWER FLAGLER ST. DEPARTMENT FORCEMAIN 4200 SALZEDO STREET S503D DIVISION 1 CORAL GABLES,FL $ 1,115,221.95 1996 Current-Completed Work.XLS 12/22/99 MIAMI-DADE WATER&SEWER DIXTE HIGHWAY DEPARTMENT WATER&SEWER 4200 SALZEDO STREET IMPROVEMENT CORAL GABLES,FL S-427 DIVISION 1 $ 2,527,741.60 1996 MIAMI-DADE WATER&SEWER INTERCONNECTION TO THE DEPARTMENT EXISTING 60" FORCEMAIN AT 4200 SALZEDO STREET VARIOUS LOCATIONS CORAL GABLES,FL S-617 $ 935,300.00 1996 MIAMI-DADE WATER&SEWER KENDALL AREA FM IMPRVTS. DEPARTMENT SW 119TH CT.&BIRD ROAD 4200 SALZEDO STREET SL-657 CORAL GABLES,FL CSS MANAGEMENT TEAM $ 141,958.00 1996 MI.AMI-DADE WATER&SEWER PUI\IP STATION CP-8 DEPARTMENT CSS MANAGEMENT TEAM 4200 SALZEDO STREET CORAL GABLES,FL $ 340,107.00 1996 MIAMI-DADE WATER&SEWER EMERGENCY DEPARTMENT REPLACEMENT OF MANHOLE 4200 SALZEDO STREET NW 7TH AVE.&NW 135TH TO CORAL GABLES,FL 128TH ST. $ 141,753.00 1996 MIAMI-DADE WATER&SEWER WATER&SEWER DEPARTMENT IMPROVEMENTS 4200 SALZEDO STREET SW127TH AVE. CORAL GABLES,FL S605 B DIVISION 1 $ 2,415,760.00 1995 MIAMI-DADE WATER&SEWER INSTALL 48"FORCEMAIN DEPARTMENT BETWEEN STATION#300& 4200 SALZEDO STREET NW 47TII AVE. CORAL GABLES,FL S-467 $ 2,032,555.00 1995 MIAMI-DADE WATER&SEWER SW WELLFIELD DEPARTMENT 72" RAW WATERMAIN 4200 SALZEDO STREET W747A CORAL GABLES,FL $ 667,160.00 1995 MIAMI-DADE WATER&SEWER WATER&SEWER DEPARTMENT IMPROVEMENTS 4200 SALZEDO STREET SW 104TH AVE. CORAL GABLES,FL S605A DIVISION 1 $ 1,289,510.00 1995 MIAMI-DADE WATER&SEWER WATER&SEWER DEPARTMENT IMPROVEMENTS 4200 SALZEDO STREET SW 117TH AVE. CORAL GABLES,FL S605A DIVISION 3 $ 1,797,015.00 1995 BROWARD COUNTY OES SOUTH SYSTEM 2555 WEST COPANS ROAD TRANSMISSION MAIN POMPANO BEACH,FL BID PACKAGE 4 24"-36" RAW WATER IMPR. $ 2,623,260.00 1994 CITY OF DELRAY BEACH SANITARY SEWER 444 SWINTON AVENUE SYSTEM REHABILITATION DELRAY BEACH,FL $ 494,589.00 1994 Current-Completed Work.XLS 12/22/99 MIA14II-DADE WATER&SEWER 96"RAW WATERMAIN DEPARTMENT W-637 4200 SALZEDO STREET CORAL GABLES,FL $ 1,174,162.00 1994 MIAMI-DADE WATER&SEWER GRAVITY SEWER SYSTEM DEPARTMENT S-498B 4200 SALZEDO STREET CORAL GABLES,FL $ 709,390.00 1994 MIAMI-DADE WATER&SEWER INSTALL 48"FORCEMAIN DEPARTMENT BETWEEN STATION#307&NW 4200 SALZEDO STREET 42ND AVE.S-459 CORAL GABLES,FL 72"PCCP RAW WATER IMPR. $ 915,951.00 1994 BROWARD COUNTY BOARD OF DANIA RAW WATER COUNTY COMMISSIONERS 115 PIPELINE S.ANDREWS AVENUE 'BID PACKAGE 2 FT.LAUDERDALE,FL PROJECT NO.1136 $ 971,818.10 1993 BROWARD COUNTY BOARD OF 72"TWIN CULVERT COUNTY COMMISSIONERS 115 NW 44TH ST.& S.ANDREWS AVENUE PINE ISLAND RD. FT.LAUDERDALE,FL PROJECT NO.5114 $ 83,797.40 1993 CITY OF COOPER CITY HIATUS ROAD FORCEMAIN 18"FORCEMAIN IMPRVTS. PROJECT SEF21534.P1.00 $ 339,965.53 1993 CITY OF DELRAY BEACH SE TRANSMISSION MAIN 444 SWINTON AVENUE PART B MILLER TANK TO DELRAY BEACH,FL DOGWOOD DR.&BOCA RATON INTERCONNECT $ 427,253.67 1993 CITY OF FT.LAUDERDALE PUMPSTATIONS A-40&A-A2 100 N.ANDREWS AVENUE FORCEMAIN SANITARY FT.LAUDERDALE,FL SEWER,&WATER MAINS FOR TARPON RIVER $ 1,043,710.74 1993 FLORIDA DEPARTMENT OF DISCONNECT TRANSPORTATION STORM SEWER FROM SANITARY SEWER SYSTEMS $ 121,005.00 1993 MIAMI-DADE WATER&SEWER 11IIAMI RIVER DEPARTMENT GRAVITY SEWER SYSTEM 4200 SALZEDO STREET TELEVISING,EVALUATING& CORAL GABLES,FL GROUTING REPAIR $ 1,144,185.00 1993 MIAMYII-DADE WATER&SEWER 84"EMERGENCY DEPARTMENT FORCE MAIN 4200 SALZEDO STREET SW 7TH ST. CORAL GABLES,FL $ 83,696.00 1993 MIAMI-DADE WATER&SEWER 48"EMERGENCY DEPARTMENT SLIPLINE REPLACE 4200 SALZEDO STREET US I &SW 17TH AVE. CORAL GABLES,FL $ 329,607.00 1993 Current-Completed Work.XLS 12/22/99 PALM BEACH COUNTY JOG RD.W.OF INDIAN WATER&UTILITIES SPRINGS W1\'I.EXT.PROJ.NO. DEPARTMENT 90-70 16"DIP WM.IMPRVT.& SUBAQUEOUS CROSSING $ 294,438.84 1993 STATE OF FLORIDA RECONSTRUCTION OF DOT NW 27TH AVE.NW 11TH ST.TO NW 42ND ST. ROADWAY&DRAINAGE $ 4,861,168.73 1993 WESTINGHOUSE REMEDIATION NW 27TH AVENUE PROJECT SERVICES,INC. FDOT STATE CENTERLINE STATION 170+07 PROJECT NO.87240-3522 $ 111,853.34 1993 WESTINGHOUSE REMEDIATION NW 27TH AVE.PROJECT SERVICES,INC. EXXON TORRES CONTAMINATION& REMEDIATION $ 43,427.15 1993 BROWARD COUNTY BOARD OF BROWARD ESTATES COUNTY COMMISSIONERS 115 INTERCONNECT S.ANDREWS AVENUE IMPROVEMENT FT.LAUDERDALE,FL PROJECT NO.M-03-91-31 $ 595,696.00 1992 BROWARD COUNTY BOARD OF DISTRICT 1 PROSPECT ROAD COUNTY COMMISSIONERS 115 WATERMAIN INTERCONNECT S.ANDREWS AVENUE IMPROVEMENT 1 I.LAUDERDALE,FL PROJECT NO.8338 $ 191,475.00 1992 CITY OF DEERFIELD BEACH DRAINAGE REHABILITATION 200 GOOLSBY BLVD. AT SE 11TH ST. DEERFIELD BEACH,FL PROJECT NO.10780-P $ 67,717.00 1992 PALM BEACH COUNTY PUMP STATIONS EC-229 EC-236 EC 241 BYPASS PIPING PROJECT NO.WUD 89-06 $ 100,562.42 1992 BROWARD COUNTY BOARD OF 60",72" &84"RCP COUNTY COMMISSIONERS 115 REINFORCED S.ANDREWS AVENUE CONCRETE PIPE FT.LAUDERDALE,FL PROJECT NO.246017 $ 200,000.00 1991 BROWARD COUNTY BOARD OF 24"FORCEMAIN& COUNTY COMMISSIONERS 115 VARIOUS DEMOLITION S.ANDREWS AVENUE PROJECT NO.246017 FT.LAUDERDALE,FL $ 81,857.14 1991 CITY OF BOCA RATON 18"THRU 66" CONCRETE PIPE CULVERT 18"THRU 42" FRENCH DRAIN&8" THRU 16" GRAVITY SEWER&WM. $ 2,305,572.03 1991 CITY OF DELRAY BEACH 16"DIP WATERMAIN& 444 SWINTON AVENUE SUBAQUEOUS CROSSING DELRAY BEACH,FL PROJECT NO.91-24 $ 564,507.93 1991 Current-Completed Work.XLS 12/22/99 CITY OF TAMARAC TAMARAC WILDLIFE REFUGE 8"DIP GRAVITY SEWER REHABILITATION CONTRACT NO.90-10A $ 18,911.00 1991 MIAMI-DADE WATER&SEWER 84"RCCP&VALVE DEPARTMENT ALEXANDER ORTEGA JR. 4200 SALZEDO STREET WATER TREATMENT PLANT CORAL GABLES,FL CONTRACT NO.W-567 $ 98,000.00 1991 OCEAN BAY HOLDINGS SITE IMPROVEMENTS OF LUCON ADDITIONS PHASE I 8" DIP WATERMAIN&8"PVC SEWERMAIN IMPROVEMENTS $ 95,000.00 1991 PALM BEACH 15"-54"SPIRAL WALL RIB"Hi- BOARD OF COUNTY FLOW" STEEL PIPE PROJECT COMMISSIONERS NO.87017 $ 3,613,402.58 1991 TOWN OF NORTH BAY 79TH ST.CAUSEWAY VILLAGE FM REHABILITATION 8" FM REPAIR FDER PROJECT NO.80-30-11 $ 15,150.00 1991 CITY OF WEST PALM BEACH 40TH ST.STORM SEWER REHABILITATION PROJECT 15" THRU 54" REINFORCED CONCRETE PIPE $ 606,511.91 1990 PALM BEACH 15"-60" CONCRETE PIPE BOARD OF COUNTY CULVERT 15"-36" CAP JOG COMMISSIONERS ROAD FROM S.MELALEUCA LANE TO LAKE WORTH RD. $ 333,361.50 1990 CITY OF LAKE WORTH STORM DRAINAGE IMPROVEMENTS 1985 BOND ISSUE PHASE III 12" THRU 54" RCP STORM DRAINAGE $ 2,116,062.25 1989 CITY OF LAKE WORTH NW INDUSTRIAL AREA WASTEWATER COLLECTION SYSTEM,SOUTH SECTION 8" PVC SEWER 6" PVC WM.1 PS $ 639,938.87 1989 CITY OF OAKLAND PARK SANITARY SEWER EXT. 8" & 10"PVC SEWER, 4",6" &8" DIP WATER, 2 LIFT STATIONS $ 1,699,525.73 1989 CITY OF WEST PALM BEACH SUPPLEMENTAL WELLFIELD 16"-36"PCCP RAW WM 10 PRODUCTION WELLS CONTRACT NO.1 $ 2,137,746.00 1989 MIAM-DADE WATER&SEWER INSTALLATION OF 24"WM.IN DEPARTMENT NW 25TH ST.BETWEEN 72ND 4200 SALZEDO STREET AVE.&NW 69TH AVE. CORAL GABLES,FL CONTRACT NO.W-533 $ 336,734.45 1989 Current-Completed Work.XLS 12/22/99 MIAMI-DADE WATER&SEWER 10" &12"DIP SEWER DEPARTMENT 1 PUMP STATION 4200 SALZEDO STREET CORAL GABLES,FL $ 447,015.00 1989 MIAMI-DADE WATER&SEWER 167TH ST.SANITARY SEWER DEPARTMENT IMPROVEMENT PROJECT 4200 SALZEDO STREET DIVISION 1 &2 CORAL GABLES,FL CONTRACT NO.S-333 $ 1,589,825.27 1989 PAUL MADDOCK SUPPLEMENTAL WELLFIELD 15" & 18" STORMDRAIN 6" &8" DIP WATERMAIN 6" & 10" DIP SEWER $ 195,863.00 1989 MIAMI-DADE WATER&SEWER DWNTWN CORAL GABLES DEPARTMENT SYSTEM BETTERMENT 4200 SALZEDO STREET 20" WATERMAIN CORAL GABLES,FL CONTRACT NO.W470-C $ 343,734.20 1988 MIAMI-DADE WATER&SEWER NW WELLFIELD PROTECTIVE DEPARTMENT CANAL SYSTEM 4200 SALZEDO STREET PHASE I DIVISION B CORAL GABLES,FL CONTRACT NO.W-584B $ 476,340.71 1988 MIAMI-DADE WATER&SEWER SAN SWR RESTR PRGC7 PHS DEPARTMENT F30"&24" INTERCPT IN SW19 4200 SALZEDO STREET ST,SW22ST&SW25RD#S319F CORAL GABLES,FL SLIP LINING USING HBPE $ 910,730.30 1988 MIAMI-DADE WATER&SEWER SAN SWR RESTR PRGC7 PAS A DEPARTMENT 48"INTERCPT IN NW7ST, 4200 SALZEDO STREET NWI3AVE TO S.RIVER DR. CORAL GABLES,FL 1/S319A SLIP LINING W/HBP $ 551,656.25 1988 PORT EVERGLADES ELLER DR. 16"WATERAIAIN EXTENSION CONTRACT NO.18-87 $ 369,187.13 1988 SETTERLIN CONSTRUCTION WEXNER RESIDENCE SITE WORK $ 92,250.00 1988 SETTERLIN CONSTRUCTION SAN.SEWAGE COLLECTION& STORMWATER COLLECTION FOR WEXTIER RES.18"RCP STORM DRNGE. $ 95,752.50 1987 Current-Completed Work.XLS 12/22/99 References ,GO.UN'f WA'RT PH'ON_EORT -' ;t O'MP,AVTAMO t "� DADE COUNTY ARMANDO RUBIO 305-669-5707 CONTRACT ADMINISTRATOR MIAMI-DADE WATER & SEWER DEPT. LUIS AGUIAR 305-669-3732 ASSISTANT DIRECTOR MIAMI-DADE WATER & SEWER DEPT. SAUD KHAN 305-499-2396 CONTRACT ADMINISTRATOR FLA. DEPT. OF TRANSPORTATION MARI LOU KARNER 305-256-6330 PERMIT ADMINISTRATOR FLA. DEPT. OF TRANSPORTATION JOE MAYOL 305-669-4734 CONSTRUCTION MANAGER MIAMI-DADE WATER & SEWER DEPT. STEVE LEVY 305-669-5732 CONTRACT ADMINISTRATOR MIAMI-DADE WATER & SEWER DEPT. BROWARD COUNTY JOSEPH TANACREDI 954-831-0983 PROJECT ADMINISTRATOR BROWARD COUNTY O.E.S STEEVE AUBRECHT 954-831-0982 PROFESSIONAL ENGINEER BROWARD COUNTY O.E.S PATRICK SWEET 954-831-0973 PROJECT ADMINISTRATOR BROWARD COUNTY O.E.S MAURICE TOBIN 954-492-7879 PROJECT ENGINEER CITY OF FT. LAUDERDALE DAVID MCLAUGHLIN 954-921-3930 CONSTRUCTION MANAGER CITY OF HOLLYWOOD PALM BEACH COUNTY HOWARD WHITE 561-243-7297 DEPUTY DIRECTOR OF CONSTR. CITY OF DELRAY DAVE BAILUS 561-243-7304 PROJECT INSPECTOR CITY OF DELRAY ROBERT HAGEL 561-272-7061 EXECUTIVE DIRECTOR S. CENTRAL REGIONAL WASTEWATER TREATMENT DISPOSAL BOARD CONSULTANTS ARMANDO AHMET 954-441-9426 PROJECT ENGINEER POST BUCKLEY &ASSOC. JOHN HOFFMAN 305-718-4844 PROJECT ENGINEER HAZZEN & SAWYER WALT SCHWARZ :54-426-6112 x2‹PROFESSIONAL ENGINEER CH2MHILL LANETRA FORD 954-494-4927 CONSTRUCTION MANAGER CH2MHILL MARY SILBERMAN 305-372-7171 PROJECT ENGINEER CAMP DRESSER & MCKEE REV. 11/16/99 References owner diCOF I C- I AN lNT IEINAT II®NAILQ IINC0 4401.1 GENERAL CONTRACTORS 2601 N.W. 48th Street • Pompano Beach, Florida 33073 BROWARD: (954)426-1042 • FAX (954) 426-0717 PERSONNEL AND EXPERIENCE ROSTER MAGNITUDE YEARS COST NAME CAPACITY TYPE OF WORK OF EXP. UP TO DAVID A.MANCINI PRESIDENT ALL PHASES OF GENERAL AND 19 . 5MIL ENGINEERING CONSTRUCTION DANIEL C.MANCINI V.PRESIDENT 15 5MIL RENE L. CASTILLO GENERAL MANAGER " 24 12MIL CORP.SECRETARY LARRY SMITH FOREMAN 39 20MIL SUPERINTENDENT REMOIAFRATE FOREMAN 38 15MIL SUPERINTENDENT ROBERT GAYLE FOREMAN 14 5MIL MIKE ALVAREZ FOREMAN 15 5MIL BOB SMITH FOREMAN 10 5MIL FERNANDO CASEY PROJECT MANAGER " 7 8MIL AS OF NOVEMBER 1, 1999 Ric-Man International Equipment List 10/07/1999 Page 1 by ID System Date: 10/07/1999 System Time: 8:32 am Equipment Description Serial Number Equipment Type Make Model Year MAIRC AIR COMPRESSOR 112167 AIR COMPRESSORS SULLAIR H105DPQ 1993 MAIRC2 COMPRESSOR 1259459Q AIR COMPRESSORS GRIMMERSCH COMPRESSOR 1985 B225A BACKHOE 51U6313 BACKHOES CAT BACKHOE 1986 B235D BACKHOE 7WC00857 BACKHOES CAT 235D BACKH 1993 B375L BACKHOE 1JM00149 BACKHOES CAT 375L BACKH 1995 8666E EXCAVATOR C23025 BACKHOES KOERING EXCAVATOR B866E BACKHOE C18574 BACKHOES KOERING 866E BACKH B235BB BACKHOE 7WC00548 BACKHOES CAT 235B BACKH 1989 • H790EA BACKHOE FF790EL015010 BACKHOES JOHN DEERE 790E BACKH 1995 SFORD BROOM TRACTOR C109837 BROOM TRACTORS FORD 3600 TRACT SJD520 BROOM TRACTOR 420555 BROOM TRACTORS JOHN DEERE 5200 TRACT 1995 SMF230 BROOM TRACTOR 9A309171 BROOM TRACTORS MASSEY FER MF230 TRAC MCEM1 CONCRETE MIXER CEMENT MIXERS MCEM2 CONCRETE MIXER 0451209 CEMENT MIXERS STONE C410 COMBO B-H/LOADER T0410EX83480 COMBINATION BACKHOE/LOADETOHN DEERE 410E COMBO 1997 C426 COMBO B-H/LOADER 7BCO2084 COMBINATION BACKHOE/LOADS'AT 426 COMBO 1984 C4168 COMBO B-H/LOADER 08SG05956 COMBINATION BACKHOE/LOADB;AT 416E COMBO 1994 C416C COMBO B-H/LOADER 5HK50204 COMBINATION BACKHOE/LOADS'AT 416 COMBO 1997 MLIMA CRANE • 48521 CRANES LIMA CRANE 1968 MLINK CRANE 19F9-320 CRANES LINK BELT CRANE 1969 D450 DOZER 349835 DOZERS JOHN DEERE 450 DOZER D450G DOZER T0450GH805903 DOZERS JOHN DEERE 450 DOZER 1995 DTD2OE DOZER 32844 DOZERS DRESSER TD2OE DOZE F586 FORKLIFT 9061056 FORKLIFTS CASE 586 FORKLI 1981 G12G GRADER 61M2177 GRADERS CAT 12G GRADER 1975 GS100 GRADER G82D427 GRADERS BABCOCK GRADER L9228 LOADER 94A1982 LOADERS CATEPILLAR 922B LOADE 1966 L936A LOADER 33X02287 LOADERS CAT 936A LOADS 1986 L938FB LOADER 1KM00811 LOADERS CAT 938F LOADE 1995 L93BFC LOADER 1KM00611 LOADERS CAT 938F LOADS 1995 L950FA LOADER 8TK01414 LOADERS CAT 950F LOADE 1994 L950FB LOADER 8TK02432 LOADERS CAT 950F LOADS 1995 MDIVE1 DIVE COMPRESSOR DC16 MISCELLANEOUS EQUIP SLOAN DIVE COMPR MDIVE2 DIVE COMPRESSOR 4-100DYAU0 MISCELLANEOUS EQUIP YANMAR COMPRESSOR MDRILL DRILL RIG 859 MISCELLANEOUS EQUIP DAVEY MSCS CRAWL MPAVER 1987 LEEBOY 1000 PAVER L1000SR-596 MISCELLANEOUS EQUIP LEEEBOY 1000 PAVER 1987 MTAMPER PLATE TAMPER MISCELLANEOUS EQUIP MTAMPER2 JUMPING JACK TAMPER MISCELLANEOUS EQUIP P6VS 6" MULTI-PURP PUMP 0013-C PUMPS SLOAN 6" MULTI-P 1996 PHYD6 6" HYDRAULIC PUMP PUMPS PHYDS 6" HYDRAULIC PUMP PUMPS SLOAN 6" HYDR PU PJETA 6" JET PUMP PUMPS JET PUMP PJETC 4" JET PUMP 8098 PUMPS COMPLETE DEWATERING 1998 PWP12A 12" WELLPOINT PUMP S-1029 PUMPS PWP12B 12" WELLPOINT PUMP PUMPS PWPG10 10" WELLPOINT PUMP 1725 PUMPS GRIFFIN WELLPNT PU MPRESS PRESSURE WASHER PRESSURE WASHERS HYDROTEK SW30004 1993 RCC10 ROLLER 5861337 ROLLERS DYNAPAC ROLLER RCS12 ROLLER 175094 ROLLERS DYNAPAC ROLLER 1985 RRAMX COMPACTOR 4201 ROLLERS RAMMAX COMPACTOR RBW100 ROLLER 0100510811 ROLLERS BOMAG BM10 ROLLER 1997 RBW120 ROLLER 92607 ROLLERS BOMAG ROLLER RCA151 ROLLER 598351 ROLLERS DYNAPAC CA ROLLER 1991 RCC102 ROLLER 60110819 ROLLERS DYNAPAC CC102 1994 THILL OFFICE/STORAGE TRAILER TRAILERS SUMMERHILL STORGE TRA TT119 1998 PACE TRAILER 4FPFB1014WG026226 TRAILERS PACE TRAILER 1998 TTJET 1994 PERF JET SKI TRAILER 402BP0915RPP22617 TRAILERS PERF JET SKI TR 1994 T12TON 1995 ECONOLINE TRAILER 42ETPJ£43T1000865 TRAILERS ECONOLINE TRAILER 1995 T16TON 1997 ECONOLINE TRAILER 42ETPJF44V1004991 TRAILERS ECONOLINE TRAILER 1997 TAXLE2 1979 SAME 3AXLE TRAILER 7792578 TRAILERS BAME 3XLE TRAIL 1979 TLDANE 1971 GREAT DANE 40' FLAT 100416 TRAILERS GREAT DANE 40' FLAT T 1971 TLKING 1997 KING LOWBOY TRAILER 1TKJ04937W8100966 TRAILERS KING LOWBOY TRA 1997 TTFRUE 1971 FRUEHAUF TRAILER FHN821102 TRAILERS FRUEHAUF TRAILER 1971 TTHARD 1981 HARDEE TRAILER 17582 TRAILERS HARDEE TRAILER 1981 TLAZTEC 1967 AZTEC LOWBOY LB251066038 TRAILERS AZTEC LOWBOY 1967 TTV1 1992 TV VAN 2GBHG31K5N4138597 PICKUPS CHEVY TV VAN 1992 Ric-Man International Equipment List 10/07/1999 Page 2 by ID System Date: 10/07/1999 System Time: 8:32 am Equipment Description Serial Number Equipment Type Make Model Year TJETV 1985 JET TRUCK 1GDP7D1Y8FV626375 PICKUPS GMC TOPKICK 1985 TP104 1995 FORD PICK UP 1FTEF25NXSLA34470 PICKUPS FORD PICK UP 1995 TP105 1997 FORD SERVICE TRUCK 3FELF47FOVMA00380 PICKUPS FORD SUPERDUTY 1997 TP107 1990 FORD F350 LUBE 1FTEF25N1LN855765 PICKUPS FORD F350 1990 TP114 1993 FORD F250 PICK UP 1FTEF25Y7PNA58795 PICKUPS FORD F250 PICK 1993 TP116 1999 FORD F150 PICK UP 1FTZX1721XN832116 PICKUPS FORD F150 1999 TP117 1994 DODGE 2500 PICK UP 1B7KC2628R5668552 PICKUPS DODGE 2500 PICK 1994 TP119 1995 DODGE RAN PICK UP 1B7KC26C9SS354300 PICKUPS DODGE RANI PICK U 1995 TP120 1987 FORD F250 (KEVIN) 1FTHF25M8JNA27265 PICKUPS FORD F250 1987 TP124 1986 FORD F350 FLATBED 1FDJF37Y8GNA88157 PICKUPS FORD F350 FLATS 1986 TMFLAT 1976 INTERNATIONAL WHITE D0522FHA16416 PICKUPS INTERNATIO TRUCK 1976 TP107B 1999 FORD F-250 SUPERDUTY XC1FTNX20S7XEB43703 PICKUPS FORD F-250 SD X 1999 TP108A 1996 FORD SERVICE TRUCK 1FDLF47F6TEB11457 PICKUPS FORD F-SUPERDUT 1996 TP110A 1994 DODGE 2500 SERIES 187KF26Z4RS552773 PICKUPS DODGE 2500 SERIE 1994 TP110B 1999 FORD F-250 SUPERDUTY XC1FTNX20S2XEB43706 PICKUPS FORD F250 SD XC 1999 TP113A 1995 DODGE RAM PICK UP 1B7KC26COSS354301 PICKUPS DODGE RAM PICK U 1995 TPWELD 1987 FORD F250 FLATBED 1FTHF251811NA33521 PICKUPS FORD F250 FLATS 1987 TVMATT 1996 ECONOLINE VAN 1FTHE24H6THA93029 PICKUPS FORD ECONOLINE 1996 TM112 1981 MACK FUEL TRUCK 84711 TRUCKS/TRACTORS MACK TRACTOR - 1981 TMH2O WATER TRUCK RD769SX1011 TRUCKS/TRACTORS MACK 3 AXLE F11 1976 TTACK INTERNATIONAL 1654 1HTLAHEP3HH475608 TRUCKS/TRACTORS INTERNATIO TRUCK 1987 TLDARS DARSEY TRAILER 540068 TRUCKS/TRACTORS DARSEY TRAILER TM106A 1988 MACK TRACTOR 1M2AY04Y7JM003626 TRUCKS/TRACTORS MACK TRACTOR 1988 TMAUTO 1977 MACK AUTOCAR X01FRH1079217 TRUCKS/TRACTORS MACK AUTOCAR 1977 WLINC WELDER 1050090 WELDERS LINCOLN ARCH WELDE L73A LASER EQUIP 1091 LASERS SPECTRUM INSTRUMENT 1973 L95A LASER LASERS DIALGRADE LASER 1995 L95B LASER 4715 LASERS DIALGRADE LASER 1995 LTOPCON 1998 TOPCON LASER-VH2A N20021 LASERS TOPCON LASER-VH2A 1998 TE524 TRENCH BOX 5 X 24 TRENCH BOXES TS811 TRENCH SHIELD 8 X 11 TRENCH BOXES TS813 TRENCH SHIELD 8 X 13 TRENCH BOXES TB424A TRENCH BOX 4 X 24 A 12522 TRENCH BOXES PRO TEC PRO6-424D 99 TB424B TRENCH BOX 4 X 24 B 12523 TRENCH BOXES PROTEC PR06-424D 99 T88624 TRENCH BOX 8 X 6 X 24 TRENCH BOXES TB8820 TRENCH BOX 8XBX20 TRENCH BOXES TB8824 TRENCH BOX 8 X 8 X 24 TRENCH BOXES liCar I 1IC MAi V lNTEI V ill L ll®NAL0 ENC. GENERAL CONTRACTORS 2601 N.W. 48th Street • Pompano Beach, Florida 33073 BROWARD: (954)426-1042 • FAX (954)426-0717 PROCEDURE FOR SOLICITING AND EVALUATING BIDS 1. Evaluate contract for possible subcontracting. 2. Determine those phases and items that are readily performed by local subcontractors and suppliers. 3. Review minority goal requirements and locate those subcontractors/suppliers that can perform the usual subcontracted work. 4. Further review phases of work and contact various minority subcontractors/suppliers and request if they may be interested in other phases of work. 5. Contact by phone those minority subcontractors/suppliers who have previously performed satisfactory work on previous contracts. 6. Contact those Minority subcontractors/suppliers who have previously submitted timely detailed and competitive quotes on previous bids. 7. Contact those Minority subcontractors/suppliers who have previously shown interest in bidding with our firm. 8. Send faxes with details to all Minority subcontractors/suppliers who have previously been submitted by other General Contractors as part of their subcontractors/suppliers list. 9. Send faxes to any minority subcontractors/suppliers listed on the published list of Minority subcontractors. 10. All faxes are followed with telephone contact to confirm receipt of faxed information. 11. If insufficient responses have been received within 5 (five) days before bid date, make direct phone contact with subcontractors/suppliers and request if bidding. 12. All subcontractors/suppliers are invited to review plans at our office and free use of our copy machine. They are further advised where they may obtain their own set of plans. 13. Those subcontractors/suppliers stating "No Bid", are asked if any assistance is required to provide quote. g�U�c zc„z..i�s rskiz3i �cU�t i i, i mek�� sU t ?cUa .tf��U.cUs.oU�sUa of U�tiU�.U�� �c i .i fu g M 17 'N © ©-`:J 'O •H•-i �M1N•ONIO M-M •�N-:N•'N• .. ...1, vM•�N•lN•O•© Q tol C ���n,Yn.Y� i n i . non non n�-�n� n n�: .�n any,��n�-r s.n�, M �m�n�-�n�n�i . .n • 'C Cif ift 1 � 4 + r C I ... a ..„, ,. ..... „____ __,_,., I a ,( s)4 .:71 4. . .1 Aige '•! 4 ...coo �P�IFI1"ftIlEn1 of �" IUIF 1{6 10`.- I certify from the records of this office that RIC-MAN INTERNATIONAL, INC. is a �� 'C 1 11 corporation organized under the laws of the State of Florida, filed on July 11, 1983 j() 1 C 3 ) The document number of this corporation is G48151. 10 I further certify that said corporation has paid all fees and penalties due this office �� j�� , .sQ through December 31, 1999, that its most recent annual report was filed on April 10 ici 29, 1999, and its status is active. <0 ION 10 04.AS I further certify that said corporation has not filed Articles of Dissolution. d iQ !IF E5)4 1 4 O i1� o • kk 11 10 10 5-.).1 4 -, 10 5)e 10 1 Given under my hand and the - Q •'• Great Seal of the State of Florida to •�� at Tallahassee, the Capitol, this the to •1S Fourth day of May, 1999 J-` F •j� ...- :THE....... 10 lo 101 47/ 1_;44 „ham S., --.. 1)1 \ f,II.Irbart,,:_ •. :=_,:.....Z: ,X_IllitfriOiri*jr-O la /ice .-v-iz,2-4rap,,,,,:::. ,. ... ti( I lG co .. latllrrine Parris to 1< Cn2E022 (1-99) 0ccret2li'u ufctrllc r- `l a Si�irsissi;ix.wi�kif i .sv,:,iesiGsi.ip i zsU,A,i�iiegfrAii ii-s1 ramie i ' tkiiJ iAi 0t �Qi ll\Vn\riWOS A V � �VW(;WAWA on � � i.I In i"n � i~Jn© " ` gR.117% Florida Department of Transportation • JEB BUSH 605 Suwannee Street THOMAS F.BARRY,JR. GOVERNOR Tallahassee, Florida 32399-0450 SECRETARY May 20, 1999 • Ric-Man International, Inc. 2601 N.W. 48th Street Pompano Beach, FL 33073 RE: CERTIFICATE OF QUALIFICATION Gentlemen: The Department of Transportation has qualified you for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire April 30, 2000. Please take notice that to ensure continuity in your certification at least thirty (30) days must be allowed for the processing of your next application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3) , Florida Administrative Code. • MAXIMUM CAPACITY RATING: 585,200,000.00 WORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spans b. Bridges which include Curved Steel Girders _ c. Brides with Multi-Level Roadways _ d. Briges of Concrete Segmental Construction _ e. Bridges which include Steel Truss Construction f. Bridges which include Cable Stayed Construction g. Bridges of conventional construction which are over a water opening of 1000 feet or more _ 2. Intermediate Bridges (Bridges that contain none of the type of construction listed under Major Bridges and span lengths exceeding 50 feet (center to center of cap) 3. Minor Bridges (Bridges with span lengths not exceeding 50 feet (center to center or cap) and total length not exceeding 300 feet. A Minor Bridge shall not contain any types of construction listed under Major Bridges or Intermediate Bridges) 4. Bascule Bridge Rehabilitation 5. Grading (Includes clearing and grubbing, excavation, and embankment) . . ._ 6. Drainage (Includes all storm drains, pipe culverts, culverts, etc. ) & 7. Flexible Paving (Includes limerock and shell base and other optional base courses, soil-cemented based, mixed-in-place bituminous paving, bituminous surface treatments, and stablizing) _XL 8. Portland Cement Concrete Paving 9. Hot Plant-Mixed Bituminous Structural and Surface Courses RECYCLED PAPER www.dot.state.fl.us ® Ric-Man International, Inc. May 20, 1999 Page Two SPECIALTY CLASSES OF WORK: Fencinci, Guardrail, Grassing, Seeding, Sodding, Landscaping. Tunnelling And Jacking, Water Mains. Open Cut Sewers 6' and over, Contamination Remediation, Sewer Rehabilitation and Pump Stations __X__ Please be advised the Department of Transportation has considered your company's qualification in all work classes requested. We have evaluated your company's organization, management, work experience, work performance and adequacy of equipment as directed by section 14-22.003, Florida Administrative Code. Based on this evaluation, the Department is not able, at this time, to prequalify your company for the work class: Plot Plant-Mixed Bituminous Structural and Surface Courses. You may apply in writing, 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. Please be advised if certification in additional classes of work is desired, documentation is needed to show that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Also refer to the note at the bottom of Page 13 of the Application for Qualification when supplying additional information. This is a notice of intended Department action. If you disagree with the Department's decisions regarding your firm's qualification, you may request an administrative proceeding in accordance with the attached Notice of Appeal Rights. Sincerely, Juanita Moore, Manager Contracts Administration JM:paw Attachment cc: Clerk of Agency Proceedings 12/89 (SEE NOTES ON REVERSE SIDE) 'i,e, -• STATE OF FLORIDA i ,': _ a DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION --'•' t� Q CONST INDUSTRY LICENSING BOARD f904> 727-6530 '', •�°j 7960 ARLINGTON EXPRESSWAY SUITE 300 JACKSONVILLE FL 32211-7467 i RIC-MAN INTERNATIONAL INC 2601 NW 48TH ST 1 8 i :3 POMPANO BEACH FL 33073 , • ' STATE OF FLORIDA 1% 1.F s 0. Qil`n;5 r no 6'..� 5; �h � Ni gTi 1'l3rUy 1 t St AM v • r !" / i ��,-��, ����,�S�ONA� R Gll 4, I [�, i�: QUALIFIED aIIVEa6 Q INIZATION .I OkritIN z I fl ift lido; "ii, ' (NNOpT A `t I*L� r OR i' l��kKi, `ALLOWS:COMMP. Y rT` D0' BUSIN BS,,.IF I T' y145'A ,l I: „t,5b.,1,:�U L I F I El:= ) is:To I S. Q U A L I F I E D uriaer me•provisions o1 stk..' 4 B 9 .Fs. Expiration Dal'sr:;'A U G •31 , 2 0 01 ;;-'f t r it!'..,.. . • DETACH HERE '� f�r/� r. .. +-I -i e• ","--"-,--ZU,4; av: ;;r-7 V,--r 'sdo:''- lJr `;? - .t€ �E ..:r it}'r�•,,.-r1* '4*,., �,, , ,.Fai - ' "'DE Ili �3 ,,. Si• EII5- •• I�IF-1HR EE (IA cOli�U t N. ' • a�tVe.,, E , c; c sa 4 r x�-•a °4F� �`_ •1 ,s Oar ;„ rbk.. I '" (CD $ ,HDUST .Y Litf... I N I• iti Sb• 4 y I' . i R y3='re„' 4-. t Q+r i i - � � T • ;�. rY y'A,�^ �0 •1.� .• • •.i i • .*�, 'fit -,-!--a�!'. 4•...G .t }4;i '�•- Q nl,..er' ME,j; • DATE { BATCH NUMBER LICENSE NBR 04/10/199 •98902836 0B -0008454 The - �,Y t_ .- ,,.:.>< •o , c •' BUSINESS•.Ot GANIZATION r , ;, ,." ..,, I yr. 4. r: R r sfi r <3 Named below' :I S 'D U A L I F I E p . ' , - ' a' Under the provisions of Cha ter 4 89 FS. 'a � . : Ex iirate n date: AUG=: 1 i 2001. a •. p(TH�IS IS..NOT.'A. LICE SE.;TO FOR11 ORK''"-1°: J IR - .9LL0OW§ rHEF 'art.• r.j. 4r ,� '4'1' ds"�. "' P 0 A I ER r ); ~`. fr iI• .r •-gp a ;.-;--1Ynt 6 s :;y l 'rCOMPANY - TO DEIHrBUSIN SE'.CINL:Y.;,': f*,;1-NT A9,.1A ll L F w " p �e.t I } t q: ' RIC-MAN INTERNATIONAL INC it .�' 2601 NW 48TH ST r, .V.01 '1 . , ... . , s3 f. POMPANO: BEACH- 'FL 33073 F . ,.~r rr.'V,r, �Y .tirx , , .- .. -. - :�• Z�it + • JEB BUSH DISPLAY AS REQUIRED BY LAW CYIJTH I A A. HENDERSUN GOVERNOR . r • :SECRETARY • ''''''Z:t tX Si•li.." 'LI 'a, ...• at. 1.-.." " " " '^ t•'•""*". " " " "" 1." -.7:-"." ra4;.1. ''.."'l A.1 !'!.(,‘"h•tat M. wr....!t-ttir.,47-i"k".74.iltt....‘1 it,t;Irt!ft:ti4:"..^147t., .6.."1 ti A 1-t. ''',4:!''''.."...r:r1V:‹0,'%.1,,.!-"::•::"A:1" . 'Vr132fraals'4,Lie,.-Y1.44:ziwik'.!J-olit;.,..:4•;-.4.ITI:; *-3" 1 d:Itii:.41,P-':';-.7.f,-;.`6;...-zii!-34 teliBTATevuoLoriluiAl: ,• ..t...f..• ., . 01,,.1- .•, .".• ''' : 1:- ......r' ::•I• b13.iifiTtigiNfr.br. b66 1 vigsg!,-tirii ribF"gbdttliAct,-REaDLATIoN.. C ONST 1 I NDUSTR . I ENS,'NG .BOARD. •• . .. • ... . . DATE I BATCH NUMEE. I -ENSE NBR ..,•,,,, •. • •• 06/27/199B 97904206 CU -0044220 ' • . • ..,The UNDERGROUND UTILITY & EXCAVATION et 40144GT.03.), . Named below( IS CERTIFIED ,... .-.. • r :t!il'i);''' . ••••:-: ""?'''''. „ Under the previsions of Chapter 489 FS. . - Expiration dale: AUG 3 J., 2000 . . . ., • :,,-', 1!.:1:-. .. -a: .-0,.• •-, -it!;.1-•',III 2-;:17,-- ' ! ',. !I ' ! ,:x . si 1., Witt 4 ,:sil'.' ;41i:i• AiiteL;i:) 411, Or: ....;;:r....... fi .• IA,-.,,N,w,ro,:e:-.,...,..-:„.•.,1,,-„, ,..,,..,:,1 .):.. ..F.,;7. . 0.. 1..,,..:. ,.10 v. •... ; ,s.-. ' -. ''' i 41 ',---f.':,'1'ir 41imii..';1'fi VI.-.::i.":''it '.i,';it'......:4 ....t:i :;,..-f.:. -,. :11J ..•1 .'''' -.' .• ii't. -..,.I !I, -1. ::..1 ,` ; '•‘; l'. ..; 5...06,... iffc' -• 11;i1P-1:z *TeiR61.t, i,V.ge;:,:::.; t'. 1 1,:.1-g,„ ,.,'i .:,e :k: . s 411i. ,41 1.-1.,....11fiL . • •'. -,.. •-•,,. '':' • 'lc- - .. • •!:',' ^7's '.4.11;•• '....-:1.. .':- Q, 4.0J-11,1- .,0 ,:.,:it);..• or.,....• • .., .:... . Pjts?.., .'sj4C,,,,4_‘'..ris i...... i r... ili-.- - .,.,:i4,!',' .v.,;.I A: se gt15.. ,. ‘',;',": ,r. -.... - ...T.,, .f r:.:;:f II i• :'1:f p k.!:vv) HANc INT , DAVID ALLAN :.•••'i: - : •••• ;,ittricTI,r,• ::-..-, •' RIC-MAN INTERNATIONAL INC " - :,:,. •••"••• ..-v•••••,:, 260I NW 40TM ST . — ,—,,,,-- . • POMPANO BEACH FL 33073-3017 LAWTON CHILES .• DISPLAY AS 11 R I CHARD ARRBQUIRED BY LAW SECRETARY GOVERNOR • „ : : ,,!, . ••• • , . . . . . . . . . • ------- . ,_________________._________,,......__._...._.....______•.—..—..-..—.—. CAB!CNG MAIL ADDRESS • • Board of County Commissioners,Browani.aely Flirida ••••• • ' •• •• .58963 . . . • • . I3ROWARD COUNTY OCCUPATIONAL LIP NSE TAX RENEW 014 OR BEFORE II-1 '".„...TORM 140 FOR PERIOD OCTOBR 1, 1999 THRU EP-i-EMBER 30, 2000 401-280/AC 25-061 SEPTEMBER 30, 2000 --'0 - 0 - . PENALTIES IF PAID j IN RENEWAL 0 TRANSFER SEC N 32 / 329 TAX 81 . 00 OCT.-10% i NOV.-15% < BACK TAX •OCT. DEC.-20% l• Alter DEC.31 -25%. Z 0 NEW DATE BUSINESS OPENED PENALTY •Plus Tax Collection Fee of up to$25.00 CC T.C.FEE • Based on Cost of License if Paid Erl• STATE OR COUNTY CEBT/REO /-C-U-C-044220 Business aestion Address: (6/3// LD '' Ttuaisko. ., . On or Alter November 30, 1999. • .. Cr O . . , ACCOUNT NUMBER 2601 NW 48 ST TOTAL 81 . 00 POMPANO 33073-0000 • • - 3297-02106E1 • • 13USINESS PHONE 305 426-1042 1- . . i. • % RIC• MAN INTERNATIONAL INC . , . DAVID A 'MANCINI/PRESIDENT . • ., . . .% )•71.111S LICENSE MUST BE CoNPICUOUSLY DISPLAYED , 2601 NW 48 S I REE.Y:::•:::;;;;:••.;: :-...;•••'•-•;:••:;:---.-••••;:,../.•-•:.;••••:-....,:••1.- TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. • POMPANO BEACH FL 33073-0000 • i ± ," .: . . •,• .• .. o . . . . 1 k4\a i'' v-.\ - • •l'I -... L...-... - - TYPE-C)F LICENSE TAX PAID 1 Ln : • A. ;,c..., N\ V r• • •.,. ,, . ..,... • ••.' O ..' BROW•RD COUNTY ' L t i-k S.1 Nd . CONST 'EOUIP F ammernmm.3, 10 UN I T S - o ; . z . BROWARD COUNTY REVENUE COLLECTOR • 0 .115 S. Andrews Avenue, Governmental Center Annex 1999 - 2000 0 " FORT LAUDERDALE, FL 33301 'SEE BACK FOR TRANSFER INFORMATION PAYMENT RECEIVED AS VALIDATED ABOVE 0_0000..000 1000008100 0000003291 210681 1001 8 ii 1,00 0 161iti La t..) 7 - b ?C . . . • • . • . . . • . k . • . • . - • • . .• , . ..; :,. ..- : ...: . . . . .. . .• . :. . -7"-'7' — ''---.:----•: :""•et"T"- — '''''7,77"-^:—7 7777.1T!---"•-""71.-"'":""""'Irk";•. I. 1 . • . ..- ± • • - • ':::. :. .:•-':• •- .t.!..,P.''' • .:. •':- - :.. . 1..uAMi-DALA COUNTY . ,... . . - 1;••: ._ .:- • • :••• •. .• 1 . PUBLIC WORKS DEPARTMENT *% - • : . • q....,...;;,:::. MIAMI-DADE 111 NfOlif. I STREET,. SPITE 1510 I ;,,•••-: • ' .': • • -.4.1;:-.-::, MIAMI, FL :3310 . . . ..f. . •• . . • ..- -.N • • ' (305) 375-2105 • • : ? . •: ::: \ . . ••.• .. .• •,• :.,. STATE COTRACTURIS -CERTIVICATE OF VOLUNTARY REGiSMATiON . .•. •. WITH ' NIAM1-0AUE. CUUNTY 1-4: SUED i.AuGt6T ZU, 1999.• • • : I. :••-• ... THIS IS TOf.ERT1FY THAT RIC-MAN IMY.E.RNATIONALII INC. _ . .. •.•. • . - • .! •. . STATE CERTIFIED LICENSE 1'1641 .CUC044220 TRADE ENGINEER1i4i, . ' . ' .:••• ,• REGI:ITRATIUN EXPIRATION DAT0. 09/30/20in • ' 1 .. '....• . : _. • •• - .. .• .: :-..:• •:„i:- HAVING IU THE .VOLUNIARY . REGXSTAATION REWIRLNENU-OF -MIAMI-LfAudiffiTV, ,. ...4 . IS RC.GISTERED AS A CONTRAC1OR JLLI.) -;/.... . . 1 s: IW - •,•i'• • 19 UNDLR UTILCY ST . •••.• . • ( . • . •- •• • . . • • . • • .. . ,. • . • , .--. . . . . • - • . , • - . . . .. . , . . . i WITH ALL THL WIRK TO BE DUNE UNDER THE UI, DIRECTIUN AND cotaituL . OP'.. -:- UPALIFYINCi. ASEhr MANCINI. DAVID .A . • • . • Sitl. 370-D4-13051 q- ' • . • • •-•' •i- • 1 • • . . , ., • • .- • • • • . • • . •):1- ••••• . . . • . . . , • . i . .- . • RIC-MAH INTERNATIONAL, INC. ' - . ..,. •... • . ..: •• 1 . . . : • • • .• . • .; k , : ;!6 01 1,1 i‘l 411 S I . . . - . .. . ;•., . POMP At11.3 fiE.ACII 7.1. 3 0 (:. • ' 1 :!• • •.: 'FRANCIS.c0 :J. .WINTANAlf .R44! ..: . sii.6.:TAftyprifisf 1RAp4S. i.:.um: 40)4t .: ; .. _ _ .. , ;. .., . .. .... . . __ .......... ... . ' ALTERATION, REPRODUCTION UR .TRANSFLR OF THIS .CEREIVICATE I:i ' ORUHIOTED4 FEE FOR THIS CERTIFICATE WAS. PAIO. OM PROCESS :4*U. T19991q6.951. --•. • 1 ,:::: , • '•. • • ' •••• . . -_-__________ ____________ __.--1......--....e..—...,_ ::: .. •. • .•• . • . •• . ' .. . . - . . • • .- . • . . , • . • . • • . • . : ...: ij-.• ... • .. • , . • . ... • •. •. . . • . • . . . • . . . . . . . - . . i • • • . • . . • _... ._ ••• • ..-• —. - - -- -•.- _ -•--- •__._„ .:------- . .__. . ...,_ ._J . CITY OF BOCA RATON j ; . - �,�'�- "'4. • • 207 WEST PALMETTO PARK ROAD i R :ISTtRATIWIi :: 99 85677 BOCABATON,FLA.3i432-3795. �� ; -- ...j L ,? CLrZ•:i 3: CCNTRA2T37R2, XINDERGf9 N.O,' Li T IL/C , Vk ,. ��., nJ _ • - ir1�1aRi" R'»uISTRAr.i!'iiit C':'+•ITI•FICATIOli R F.C-NAN TNT RNATICIIAL3 ThC. AFPPLLc.ANi .Q lAL.FEI'Z"RR �L':SIDE CITY Z :Nii`o5 ZIANC•I::Ix: :1AUI.D • ' RECi'STR33 T t• }zA tD� :.. �I.QC • REG :.T RAT ION EXPIRES.:.: F ;/•34f g,9•.. t. • �ry,� •i Ty.,r .."v3:. wW'1}� i!L:_ '::} ,-i.['N.:a-'l.�•�_ :i17FT• • • Y _.f ?r.'. ;Fw� %Grs - .'�>�▪�'.^'�-� a.+.r. ..!•`ir.':f.•f-.-.y; --i•-i::,�.�✓~• �: a,�.. 'i>.�i�.. a L. .4- •.•.i_..f.�• 1T`••—�''1"is•r_r.-+.;.. �,>a;-.C;'w',.. u i.N. 'w!.• > : w * ♦ :Y. -iL• r••. 'S: - ;` :..,: ^li -rey,..,M..:, :tM s t.•.• 0.'1N•Y�. ,1f r;-+t .+ aa<a-'. •IAt.^-' •n .-.. :- :,•••f yyi'4 4`',1 • • itt •Itt : 3t *: '= ' ' . . T. • 1 . i�ii3,• ESjI?( . A .. a .hr:�?•,C—i4tl1: cR'•r.XLa?s : 2,. c� • ;•i..x ,.. .T . tilt;.. . �P . ui . i ?;''•. -• ;�J •::•"-•.• �StA r -.'illitLEPSPe1 £TC. T2-L 2 :rS. -, .i � P 1:1c.ACH r• .i32'. • • .. .'•'' :. •• • -A+?MEN' PPL.ICR 1 "V 1- arL I ri-.II' t5: D."''.?• .-` ` . POST I:i A CCNSPLCLIOLI� PLA:Z a ... 4... .. • MI12 • DEPARTMENT OF BUSINESS DEVELOPMENT June 29, 1999 2 19.99 Mr. David A. Mancini Ric - Man International, Inc. 2601 N. W. 48 Street Pompano Beach, FL 33073 RE: Affirmative Action Plan (No. 99-0711) Dear Mr. Mancini: Your Affirmative Action Plan for 1999 -2000 has been approved. A copy of your Declaration of Policy is enclosed for display in a conspicuous location within your facility. This approval is effective until June 30, 2000. You should submit an updated plan to this office thirty days prior to the expiration date. In the event of a change in the firm's name, address, telephone number or dissolution of the firm, please notify this office. If you have any question, please contact Mrs. Amparo D. Cardenas at the address or telephone number indicated below. Sincerely, Vincent T. Brown, Esq. Assistant Director Department.of Business Development Court House Center Building Fax(30)34NW First Avenue 28th Floor Miami,FL 33128 *CZ' IZECC-MAN ENTIEI NAITECDNAIL, ENC. 401411111 GENE RAL CONTRACTORS 2601 N.W. 48th Street • Pompano Beach, Florida 33073 BROWARD: (954) 426-1042 • FAX (954)426-0717 USE OF MINORITY SUB-CONTRACTORS ON PREVIOUS JOBS RIC-MAN INTERNATIONAL, INC.HAS USED THE FOLLOWING SUB-CONTRACTORS ON PREVIOUS PROJECTS: NAME OF SUBS CLASS WORK DESCRIPTION LOMA TRUCKING HBE HAULING L.B. 1'KUCKING BBE HAULING ALCO'TRUCKING BBE HAULING CABRERA&REGO HBE HAULING SOUTHERN TRANSPORT BBE HAULING SIB ONEY TRUCKING HBE HAULING B&M LAWN SERVICE WBE BBE LANDSCAPING JULEP LAWN&LANDSCAPE SVC. WBE BBE LANDSCAPING SOUTHERN GRASSING WBE LANDSCAPING AGRICULTURAL LAND SERVICES WBE LANDSCAPING BON'S BARRICADES WBE M.O.T. ADVANCE BARRICADES WBE M.O.T. ROADBLOCKS,INC. BBE M.O.T. ACUTEC,INC. BBE MECHANICAL SUES PUMPS WBE DEWATERING GIRALT ENTERPRISES HBE SUPPLIER FLORIDA GEWDYNAMICS WBE SUPPLIER TROPIC FENCE WBE FENCING B &B PROPER I"ThS WBE JACK&BORE BISCAYNE ENGINEERING MBE SURVEY HOMESTEAD CONCRETE. HBE CONCRETE WORK SOLO CONSTRUCTION BBE UNDERGROUND THERMOPLASTIC& SIGNS IIBE PAVEMENT MARKINGS COMMUNITY ASPHALT HBE PAVING _S & S PAVING BBE PAVING H & J PAVING HBE PAVING List of used minority subs.xls 11/8/99 1 .4 -11111 Florida Department of Transportatiorc- JEB BUSH THOMAS E BARRY,JR. GOVERNOR SECRETARY District Six Construction Office 1000 N.W. 111 Avenue Miami, Florida 33172 Return Receipt Requested Z 463 607 080 October 07, 1999 • David A. Mancini Ric-Man International, Inc 2601 N.W. 48 Street Pompano Beach, FL. 33073 RE: Contractors Past Performance Rating• Final Field Performance Rating Proj. Fin No.: 25066415201 ; '' • State Project No.: 99906-3582 r WPI No.: 6119874 FAP No.: None Contract No.: E-6740 County: Dade Dear Mr. Mancini: The Department has completed the scoring for the Final Contractor Past Performance Report for the above mentioned project. The attached sheet identifies the score given to each item and the final score of 98% is listed at the top of the sheet. Should you have any questions, please feel free to contact our office at 305-499-2370. ' 'Sinc rel abel tlnez, P.E.. Major Pro jects Administrator IN/sk cc: Eduardo Perez de Morales, Saud Khan and File pushbutl35821finrate www.dot.state.fl.us RECYCLED PAPER CT 1, ? 7�'r 5' 1' r 0^F1ANC_ r 0 .. T..:. ..t ...... i. ...i.,. ,. .:. ...„ ..,. r,L..... v- ,-.,a. ... tie ( , v<... ....... f• .� x axtT.: -t,ra�. •.�R Ewa"F:F:..kw. f:f. . r. ;.g44741 •.xx e71 ?. -�."x l: '.I'L{! `,,,g: : 7 -Vt's L 7.I'P:Jts z z w ... ;: ,' y� ^'.+a' ,r_ C : - .. - 2 S ..:.`' '� .:. '' .1 y�;r` .qi a n:,> .. l ,.,^ „,.5 ..4 .a4.' yx <Y. <Kx '40g34... . 0, " '•.5. .•4 ` + °•"',.�^ra3. ', f..; ,5 Tk •, A` F is ,s.Cu!?, ^)Y y`-0?K.r A .•.,;:,�� • F:' 2,:>',.`Ks ".SL ",: 't "ir n -> r.''4 A '.:`,t",r s ., '.!': ..v.� F"a`., •-`�f•, y4 tf ':�-% 9. ,� ��'% ;'7 .X1,. .o�'t".,.x �k R•b,. '..,a xa '-r .�9=" � ,> _ ., �,M= ---- —�T^t�i��f{�v w�� ...�:9"� �„ ;per-.a x:`: � � '��ar''�r.;�a.. ;: .;.;au' ��'s•�,�� .� ,s 3E�•2, a ", �;I. CONTRACTOR. tIVIE: Ci?h\.C— Av\ \-e/\7Z.SVolVA—Ckov.%kL \%NG. COu T. NO. E:i74= D PR9J... . r,f.,.. ''—O,66,41_L^ . CON RACT AMOU 4 $869 34: 5.0 0 7 z'�geek ` 4 � ur,+ar>• >�s�� .x,� x � � c104` rr .ra .X am�ss a�' ��£ '�ra.a?;tM. : av s —:^-- .�,xS. . ...� c t '_ ?�`a"�r V; :1 . '.�lty . 7 <" . r•..:_.tr fir r Ar r,,s 'i-', 3~ .? >� tf .,+sx bae,'-y a w/ 5.4¢d.«' : • • .Yet� s� ��Y: r� "tp _ ,,.,. , � ,,ft,„ .4,V. ,,, st , .;�,„.,.3 '}rx;,wa.. r y " Y a. :�=" �'� . •�;`� �.scr '_ .�4.. 4.1 i' ?e..,,uX. R w.�, ., �<J......r . T:..,. sWt ,.. y4.!�� a k`.:. b. gySm., sj" e�&� d a sh ,1 •y ,, �,- ¢x. .t ., .�E. °,,�=: ,`' ". 03� � .#i" ;'ti + DurC , . I ,.,' .T 1G.:.. (: 5 3b,. r„z'. a , ,,; ... : .:,:.aa' .fif " t a i x .s. • • «. >xs : t .� . ?.> � 1f 26,0\ t.V.V4. '1/44,-cti SKSt6`ia PoMtP \O 3c,Ac\\ . `.. 30"k3, ti 12 ,. ..., .., 1..1 X,W�..jx: 4N,,.N.. k .,•..`- \.:4tr r ' ., . ,' e^,.�,. �r.Yu V..".w.,< :. ♦..,,, ::a ��� ..:}3,(., Lx .,W�''a`4+ 'r,. y �.,: '..{'�, }2 . .., .. r�-k'.,....;, „�Q .C.<,;:` 1.t:t.e.,. a, ,,;r.>m=:•'. ,r,/ <..' 4 +_. � 4 � ,;.x: r .,:,>s z+ ,�, s:,b :r�iy=�r� 4 ,e Faxatyo<,,� E x+.... .. >j.. .. :4�'S•�": k'' :!l�k``f,x. .... .�.. V,; '''!=�V7.<r1,rL, ..,,.... '����4 i T: :f:f?C Cisr..,.;..,,2V. .x, '. , '*. �ir,xN ..'i w,� s jv 52�^..Fj w �t r� w M'4, t,x{.�rY.d g.er� 1.1`:d. ' T �.,. ..�.�.,x.�.,.. �� .. ...,.<., ., <. � � � �� F '.�� �wa Y5���,tty^�-p 7. :��._ `v :..�+a •ka�.e y, �t} ,i'e �a.A :„sty''` :.r ,,... ... �Fa''7 xnx`� 7e'la�cvracaet ,�tcf'�pcaiF$: yr�t�r �at� ax:� 'cot .�- +->lsaTtXeaoe.k ' '�•xu� �'x•.7"'}Y.:.x` � h � - �.�.� f 't.aA;.. ew< .., ..F':. e : C,•..1.:. ' .. -' x wv:l.' NA 3' J•'::.0 ^4.k x3: is.,.. .,;t, _ �� :^[[:��,,, ��,yfi�I.� 1� _..��r ��.. � . �.:; Jv,t�:''~ ar,yy. �,� �. �> e. � q� �k � c` _KP.�.s�CS•�e.S� b T ,�!' .x,< II' ''d`�(Y�1 �..a�s. w..U�,�. .<...�, ,,.a.ka:t`zi71��£.�'�� "US`,7�.�.. ...... 2'F;C 1�:�d'�a.,,•:<,.... .�°�z,��''...>. +"°S. .,,.. 2F ,,..<.... S:A,.t..,�,y. ,,.,. .... ,. y>....... y, �,w.. a�5 1:T >$6.ey,,.. ,��tzS'F a aF„x E'}'"'C», A «`^ .Ai. J{', i. it; 'AL,'II�rsi ATI•JW ur ii1 t'iLtaKC r`rNO S_LTrrn4 II' '��l•JbJ<,l:-PTZ2T-UktiArktt". • 17 CONTAINED IN EACH SECTION LISTED UNC P TOPIC STAT_ME-NTS,: (A.. G C., 18 ETC ) . AREIiE15,' (1 c.j 3.�t� ETC_!_). THAT REFLECT AREAS OF PERFORMANCE r �>•i._�3. �..,►..+ Jr,11�<..,.,_t�rl�.�.�,�,�r.�.1 � ..•c�, .j ,. . j , ..�,;�xa t..L.:1,J ,:: �, D �'I t ., ��... 1`► +1F'..L. 1�.fdt;.';'��N��. 'RG -. rt�„< 3:1 O1:11•:, .�'^t pan. �te ,i. -..,e.<.a- ..,.RA.,;^c ?x,.aY s �.. �•. E `•"', .�-,t: s.3dz. .emu �a�A .wr..r .�a. F. 4F .y,.pvr..,,yd�a,.T��"' ..€.,�'la. ?� !G>, '+' '�• .>xx '?,.��Fa.. .5:;c:,�a..ad'T 'y,, ',3•,tr.y l „,...,}t^' ca o' :. , .,fig,v._s.s„•,.... .>A T •{`�:.,A.�.....�._„':�,t.>. ..._ :,..,. :,§ ...."; ..<.,,.-e,:s:a. 3.., . S'Y.,.: . ;.,... .. ',- . .. "Atr�' M� ;' a �, .0$T M..!!,.,,a a 211r TY n1 YES. = 5 ALWAYS, 1OO OF THE 'TIME_ = 1;+ NO = C. ALMOST ALWAYS. 9OJ-99n OF. THE TIME = 9 LS..:r >vzx" } ..,r, .. "�,,:,. '. ':,.;:2x.:t.s�L��::`Ei-«J.,.�9ro` J►T��: AF..Jx, ... 1�L�., ':,.2nF� o.'�>:f�a'x<^ ;;"vn ,k'•.•., >wsr, .a.:,. .„,..sta< �.,.,. v,. '. - � r: .. :.^ _,.::..>z rr `• s, ?� ,� r ar b ..r:rxx. i':: ,> t 't £...:...,� ,,2 ,,: G'c1JE •�•6 „`7.9. :•�.r•`:x T 1.1 ,::`GS4,t, ;zP>,r ., p r. vet � ,41...: � a s ."-:z:s-.�t Y ht,t:. ,., �. e ,.. '.,. a ^.[ p"�Exi">u�..,. a�.J=i_�Y, ,....,,.. .n .. . C:',. ?� b e7 :e°k;,m k,{i ^`^C,r.x.,��,, %t z-atv..'"ax'R.Y' +x A..t., ax <:z.:�,i. 1 .">o». <., .�.,.g.:x. 'f <r-c,<, ,._: ,.:.,. , ;. ., x .x '�s�" :z'�".. ,.,,.'. �;G. 'Ttt;':rAe«' ��. � �§"�• . t.., `. ......... -�«. >�,riu .,....x.4...t. ..< •s.�.y.. � , ..>?;,., ,.,,,. :-,h�.' F' a�xx. 'a x ,t�=Y n`4 ,4.'�:'rCX�' :�� " . :. ., ,,.w .:. . ., } .. ,.I?��[..�I��O'I�7...Lk'rl . �.J.<u'�<t,�t3�.,'x'Rtr�i',T+i_,.,—'��',��>:r. �• :��.'' f>. a<a��' 4. .✓ > <., , .�,..« ... ::.� ar. ?3 ... ..": cs' °1 z .r �.. . ':4 .k t' ;1' -' Fc Z �. ip .:a€'x..r , .x 'gfi:_ :....,. .. s:;:., .,. ... .. .:'. .. ... .:dt s.�..,,�a y, ,e r. ,ra4._ ...`. : 3�,1 (,.,, -:+E#�.,.�ye. .�,Z.: Y� s}",%. e',l�u,. � ..r:�}}. F.t ...F 1'MYtl-,` 'i''�.�i. e� F.. � 'Y=S ."�yxb�'L i: � f > .:. 'Y).� �£ '[..Ca �. ,� ' �,>s:.r..:r�,_�•< ,,.. .:,;-<. ,-M,c<.�,b<�.a;l;.'L.IS M:. z `m��.F T�'{ i:'i'NI�"�.�k�: t,a l�?, :s-�•'�.,L z':s�"t.,�A'�..ta`a�a•��„�.3 3,v:..l±rt s�E?i" �� ,t ..�<'i?s� ��,.. � i� Vt —or—T :i►i l'w.x.>.,,.a'k.,.';e•:<„ 9S,a� 29 ALL ITrims THAT APPLY Ti THE WORK P=1cFOR 1ED MUST L+ RATED. SHOULD ANY VITEM NOT APPLY, ENTER M/A INSTEAD OF A NUMoEH. i a.; '•. 'e r'* ?4rY%14C`:g is'`*.*:!.:6i 3t?x?0{�+ CV.:3K07t �r,7 7,`7c-eT Xe 5. ,.4:>g4x# xe. �ft'a°7c K.X.; 157 Vf''r" '13 ;, Xe 1.,,? a, A.. <:. .)1 .=.r--<�' < .c:,xab '?2.. '..::. ��u--,..,r.,. A.,'i:^'�)),••��i a..:., .. a'-e•>,r �'�,..Yz. ,:.:. c.: .:er r„i."¢tned :' .u',,f r, �c� a. Yei'�.: tm::4y�2� .x F.,.,�gz::, s:?ps,' 'buxt > :y..:s..,= ,r y'ti^ Y?.;4',u,t'A..# '„�'Rx. >b >"t. .:}w.. i' ';ep-. J1.H;4,,4, 4.c.th L,•r%,.'! 1vi -Y.M T"?X`'r 1 �� ..: lY Ito.4 .Arx'i « .�'9h','�ga,^.X,:L'�'� r...3..,,Lr. S -�_....�.�' s, �,s^iv,. '"Ya:!:`:.....+£ssx<".s�fK`'v. .C.:^,t:,. :.'`n ,6b x`K�¢r ,«;'° 1✓t,3 �?r .ar:„,. x W,.,.�- :£" f.. s>. " -y 3. ^r: ° nv _4 si,.< `! ..4 4 C' ;Kit:A$ i'x^r : 2+ :. i �.2T. n��'X��.'t�:=.�It�.. 1�'Y�xTH_�s�>IYO'�;�'`I'xI,1�*fi� `.5'• 'F ;s1tRI�.,.. rJ'�I�+�"+,'+�.L�.�}.�..., .. .F^r a�,.:... r _, ?s ��z„x .. ".. . j . .,. . . # 't2r 1,:.'R2` .'oS^.'Cf• 1. t , ,,.r.1.f ..F.., `..;: X: :r t `��'.VxF .4, i.. �(:F,1. ,R>ei .. �" itiT_�R"-�?�1=�N2- T.;��.•�'I'�l T.�b:=N�•C:,,.H.�L ,�' :,� �F. .,+T. r�SII Taf#i;C'T D r^.�5���'`'Lt?OCf ram, �1�� .t�F Lr. �� F..' nix s .. �... ��� . t•1 I�.. �}. T �.. t-H.,..,, � i �.. . 1 .{V�'�T��' ,,,..,4:ii a.,.r . , � .� , . .�,� b<s x, ,r �-'` �? AYt 1Rr LATET IiTf.hN T::! O tZTD1�.c t.1A'`+a .rT:—"" 1Ht. JAI'_ 'O FINAL ACCEPTANCE OF THE CONTACT WORK BY THE E::aGINEER. nts 1 38, THE RESIG_NNT ENGIUEFP. SHALL iMCLUDE 4 :OVER LETTER WITH THIS RATING •w xLr'.,ra= 3"14U`;';ftLiTJtea.17._._,�'i.ZQ;'+b:: , J,.,sktf�U�:S, '+i: eM c!'aS17 "';_' �,_ Y>, .«:-�J.�U�I _D.,�L1•<.SUu:, CTI_tr=,:;r, .7..'.'t..) ,.,•!d,ls{C3 �F ,•G,{•�,: T_1. ::L � _ •• a •�r< �� ., ,, A t,..;:. .`y„ t S',:.:. E 2:=M: r- 1.,1 r- T H.TTING-, � v' s e s • Kar e• K. ` • >: .'"� C�At y k'T'L1 :T�I�GU.,., TH� _�U�T._ _ _� 1�,-,7�f r � -� �k "`�5t` ��t*;{•:.k� a ���2 A� x>"/ t 391' 4:4e1 r•;r L zr°t-:.^ : ,, .. • : F , :1 e e ti S x"6..> :$ ar t.¢$ s `$��Y • ttl • 42! 1 i a. REE•.1•IlAL AGREEMENTS P.•',OVIDED TO THE DEPART NEWT PRIOR TO .10 I DEPLOYM_MT OF EQUIPMENT or; THE J OE. t.`. .;. "x"'3 z r< xr ere°r» sr . .,, t .�.x...�r<F ., r.'ix„x ,�:;.� 4M,„ a i ..w..Y.x r.:> . �8' �. ,:�':'„'rr,. .a of�,,w«,.,£.'§ >-.c ,>.:� ,W "£?nni:x'uk�r.�'+k.,.w.Y,ri �Y" sxz s�?.`'".: fir. -:rr:' .�,. ..c. :r'r Yien. �tEi, i:,.Y .A. '�.{ ,� s&I k <zs i9 4 ., 'x .¢t x C,-e �T.' .R` r•^' :ta�•£:Ifis - '.`� rat s>s :xro4:-x xa., , >; ,.a� G_ �b I� ?a„ .£S7x�n'I LS:�I;F' I{! 3'� D's a <§Y:Sq° �.x; � .aa, "�:p:: <Ye' ��` -;�`: :' y' � `�� ...•� �, ,tom:.. � . . "� �:�iu �. � � �s�. • 'L,: � .,�� '' .��,_;:� ��>'�. ,� �.�;?��� :LAa»i, �1� ," �k. *, ^2r tY.. A+, <L4. ..!£`?' «es- '"" .r. .*. 3,rj,.. ,:k:' -� ., .'q 4 ., S „{jD"k . 'i' rid.:: . �1,. € qr" ,; 44�^a� P' LY„'B ..,,, �..(., ?4. . ,.,.Y. , " '�a Yv ,.,x k.g r, �,x, a,)e n : 'a .' �,;;7r�� .tlT �y .. ��:7 ai:'Fl��.'�, 'C� k�`�,d., ."?�Z ."Z' i..R`Aa.°�T�1^s',: ��T"�. :.t':�' "�'.: :xk" � eY,' µ<....�.. .7 .y;`.1 z. }`>� Sr'ae.. �%e'n£ ,Y_< �. 1 �:+y�, yy�y;; ;,r n..,< b�:ka '�'. y,��pp ,�.�k�� �'.F ,,,,,. .a, �r �5.. `��,'<,>3'' ':*� .k,sx`.'S«,3'k,.�'s`.:w'�,. �. lIii >< "1' 9 -'i"f fr a• `E`+^R . `3. ,,:�?...,.<:? �. r ..: - >�..�• �; :- „"" , ' � �'I�,` ,. R��� Skt��,� Y � ::a« "x 3 z'�..K '� a..:} s. �'`S'.x �cv�.Az a��n � « ._ .,,_, .. ',:. asa<. r �'�r $�>'"35..:.v�• „ny.. s�R•: :u a°a•'7s:�t�.�a..lrx: '< f `"�r aj . fl 7OICc i LI4'tRY TI of , �•J , h 'ERIjLS cd ,.: I.� US' D. I tl 5. SHOP DRAWINGS SUBMITTED TO ALLOW TIME FOR RE9UIRED 10 71>-t ( ',.....,1<, :, s ., a. ,:,F iF •.. <• N.3F' '}: ., s dv.:r,A ,: A a. ! .,: L. . k.:x; .Y... :.>.x 5 rv,. �>�,-<><^<,�,a„[�.:�aa.� €o .e .,:v.x.. .<x,.,>o= S -�a<.,. ..,,Y;.. :;,,... tx.v .saexs .„.,° X,Y -.k>.. .k .£ 'is5.c.i;s< 4 ',Y3i Y.y.. '.,� i, .S S'; :.•. ,qo ,.,: :�...,.a.::, r.. .,. �.., .. ,.. ... �$? '�:.. :d ., ... .< ..; .s. .�.. ,iu x �X<Y.. SaF �Yxs a i.." s r< `� 1:1 4e.• ,. . .x.r,Yx>{t.��33 „.v• 'a,3 .a: „<,' , .,, , s ,.. x ., r: .4....<w,: t=ri., :k^. r,. 5 ei v, m.e<.,.,x r .5'f„^'.# 'i,• ;;t • :..,1 �t}h��Laks'.b'e'E. .ace; k:.>: aslwc��:�� >z�,.M`s.�. � >�,"`r.>*?.x.'# �Y. .>; .33.•r; ,.Ym.. y+.;i,..w,. n:"� ti.. `� �` -§ .:r .�:.; �t <R�w?'�,.a: t' .r„�3<..r>ea;. ��: a>a 0 I ... .. � ,. . ,. � ^:?�t"-a_`.«.,...��.t�,..,YT... .. .. vo.xwp..�. :a° .,' >k� ..ix w+'iiTky�n s>HG+.'p,Y3'wx�krr�'�v�'33"W.la C:'�R. r J k ,�.� 'k'Cri�f'� x' '"� rx^`b;•-., .!m.,,�i>.>.:�.;1 r F'.s: .<'M> .�$r� .ff. >..£:k' �F ty k� _.., <. k::w C, `,rim,: ki r�.:1- �•s:». <..t'�.y,°aM:. 4 C..':a�ay.. .�.,?.., ar.. ..a ,<_z#...M�K .Y fi. �. F�I,.. .�9'• �"�F.t. � N�'i TYFY:93�.ix,;P lnn �Y,l�l�"� .3i"s :4>n;tXi ��'... yet Yy,-�.�r�, X.s�)' „,�'.' 1'i�c� :3: n > N Y ,,: . �,�v,.,' 9A ;, . A is 4.4 y :...p, t'Y- E,?.. ,�s'iF ..: . A^ ^d.:y��r�rt '�.' ~k !�:` 3'- .,�„a ma�yy,, Ri ':�1"'E p�. .M.: #^3� k'.,�` x��yt 4:. • i:'. a� i�� ` "?` s > • k .<G� �...,�A.,.. -��'���u:1r.�i��� �::,::..� '�a.k,`f°",.YSYY<l�PI�+ „,i� Y S: �vw'f�' � �'�t .�. "xi 'I.'kk y�� . �3a� .% �- S T ,._._� ?: .� :x;>r.,�,Yx'�:,1 ..^�`�.�.,,«.F,C.>r�'a.,�'....�3i.. .£�'...«s:....n. .:.•.Yr... ,,:...:,.� ,,.+,�,,.h R'�ur?2`....£X, v.,�`�.5.. ,e <:;',�... L.§'%.',..., ^:....,. . ��" >n !+.».>R .< ir'1 1„ 7. PROVIDED THE DEPARTMENT ACOPY OF WRITTEN PERMISSION It' I FOR OPERATIONS CONDUCTED ON PRIVATE PROPERTY ADJACENT 12; TO THE PROJECT. :: ..i<t '� d:!..;'+. r•,...< i Yk..°. ...;.::v .,..:<r.. Y<:w.<3 ".%k, ', -.tx ..< .:>.w, > .:..x�. .,.c::. #i ads; a a':��...#x $ ...._s. ., T.,,. .. �..:. ��< ....-x,. i`^3•a3-.:.. ,..a .Yµ .,g..•. ,n<s... ?h ,> 13.;.9"'•n�.i:<3", Y:k.. .,.>. � ?w..VoC , ,i. . r<'x>.a «�<y :r „ > .a.:� ';A, ,�.-�s P,te,...: rr ,• ..E: a..a. ,.k :L z.� .,3wsa. w ^r, a.k'rr:w� i:� # aa>�i•:-w.:^.v"M x.s... '.-,:Xy�.'w r , 3'. .,",,: ,3,•.# .• ..y�. M 5ry. '3�•": V it.x` aF a,f ^a.� t' ' ;>: i€ e'F7�. �'`,_,.+x ;:r:l • i ^.t'r: : 4i ,, + -.1 Q .Bi h^.�A Ck-r ..S 4.'.•n "x.. 1. > '� Fx;, • a<010 .,P£ti� •.� s N>, C h >,..<.,._ ,. .1,. !.:. ...hAg .. .. : ..,.. n-, <i: dx xs .,•, rt' ,$ J <5 ,,..as.':K . ,./ .: > ',. sk , :?< I1,, �a :,Yr 1. 1. ,: .�. i. .{§ ' `1'«'7,. .a =, Xrs .X�F�..,, 'F < s�. ,"".m. :Y:..€ s r s� CIP:thRA3s"Ix73 .::.34t13:, r.. ITrslA7Nu@d. I3f1Xat(tiT:,,.,.tIU.LFIL�A,. v. a .:.,� 5 »s :r?c� , xv ti I..--' 1. MATERIALS WERE ORDERED AND DELIVERED EARLY ENOUGH TO BE 10 lie AVAILABLEFOR USE WHEN NEEDED. ' c .`." +,,. °., �`.. .. ,. .. x.. 304x g.;a., '.wF' x, _..w. 16� .i�.rx�'"�Lr.:a:A'D�1ANC:.>;D�.:kLda�iYl�k.�:r�1L.:�i1)23`i•.. .�Q��-.�.�.T�vQ:N,>a .�i."�; a�.�.��..�i�,. ..�:.'w5, '•a;a.. �..">s..,Kz rC s:<•x -:,;{..a'xae. ,r. ;.k:. ,,..,..,. .., _,,:.. ..,,�. .. .;k>..�s. �:, a 'fig �' R gy..±,�.,, � : ': r..f � s-r', .w � 2, �_ wa.�s- •.`&:.xYrx.'.•5kr: z°8k< cxx C: "'�:�-{ ,"n�< a ,z.:, ;'n.. ?; WS c»s Y; s f fi .K.. xE :A ;s Ysy'Y > 'Y'ka �.�Ct�tP:;l� "�t:.1&_Fl<OR C'�R"Ir I:'�aL� 'Y' T`'•�X }, {.y 7i,' 'R. rY�� .VV� �'• R•E.�;3Sf.'� M�p�' �T�"li ,Y i�.xYf� �, A'A- Yv .kR..,.l>.,, , Y=i !^S., F:,w:.���pN,r.L:..!�k3 �Yyib>�:g > ''��. �Z }.. "` <�, 1 L'u x".K ,"£ En >. 1 .1TP, (.`w :Y'as.s.iy -.4 i :z1, ":. ??��y:4:?:'a`•{i3g<,.. a�:.' .ls' ..g. ,>n >. t f '4C- ^l'v .P"i rr- nrax-�, �.<�.., ._ y�"� .M r'. t°'r.,4 a"<�' ::'kr�: XS3^�' 4 d i C,9' -°:x'' t'.f,, � x � . f{.�(< �.fi .:, �°�c .i '>�, ,..<�i.,, 3 L.'• ,iQT'✓ f: a�:T y YY 4.T;< �.,,�, ver ` «p:„' ..yrQ�1'l..<r\'Y'1''�'• hi(:£'Y:. Ya'' �'.... C�.k r..: ,� .. .. ,�'^�4°%3\'{'.., eR. ...:2V. •v7:..AYe� tyi 3�Y 3� <.'�;' p� �i <•Ea � �W.� ;:JL:S,y� r t.w:�.Rs..s: _. ,,., ��.,, t:_ :. a.,,.. ,,..,(, >�.L. - :,.,,ryjx..z., •.... .p_.r. •: ,..i:X,> , a .;5.... .:N' N't /. m' -i ".:, �;�,.�."'�t'r;A nni, x.3�'8 Y� .....>.. o. ,..xf,g,{srS'r ,0 qr x. , :<.,r .A• 't. o e..nX� - � X,. '..,.`Y, ..,,:RS.x'.,s ±:x<.. ,,,..s rx :. ^k€.,u>rr,a'8Y :nR ..w,.. �...„:.q<r r^? rP.xy„t<�,r... a,-,ar.. ;.�. �1<.. ,3 •x,. . .., n :`: akx�.5,,.1�� a.�3 �'�'`.... :�'.t'+ .». ..�ka> ..a'w..a, .,:aY�x"'� ,-,xt..as4..:�e.-.. ram.. ...,.. ..,:. ,.. :>s'ai -� g' �- o f .<<Y;w"��,£�.,- °,��; � ._ �'&.;,..M.;as<.3T..,z<Y: .„'�` a,x s.. .. .:. �; .... q � �. :.z . f ,�`„ F .x, '�i�"a t� 3r•>',� rx "ni'.�, aY�.Y_tx..�_�-,.�A..< __.�"�v;� , ,,.., ,�.,y�� �°i, � .x'sn:'.. � i�x x. ..:Y; y„.,.,.. .>.��&A:�rtk>,,.R.y.,.x„3�,.. , ,x. . .".,: >:-F<.�:.:.. ,...e.�... .,...3 .'�;..�.<,� ���,.. ir^!� . C?J1 kith'�DrtUatbflY ? F, ISOTAtti itt it piAi „7 '"` TRI: SCHEDULE. • 1 1 ,( 4. ORGANIZED AND COORDINATED ALL OPERATIONS TO MAINTAIN 9 ?5_ .i .�, .Jra4i:,.ka.�J:Tf. C . :L.7,}�UL��3�RYw:Y..�1 W��l2A:1_ :�'UR., S..(uJ'f�Y.'H� Jr..r.UJ)iK�.,k ,.J .,: t-. ��,. ...,. ....:A z , w..i,., <s V,i x „,,,.. '?s ... .. � ...<_. .._ ... .. ,.. �-i�,..,.....,. � .,._... ., .3, �A �2xTa Xws�4�'K>, >k.i•. x r�r 3:�e >. �, .. vy w ;fie' P.,, a. .,:.x ;sa: s.s�:y' ..�I > ',�8"az ,xW°1 •fir.. ,• :: .� .: �,. ..: RxRs ti�. .... ,. .,xaa•v`£•<.s ..,.«X,s�,. "^wa. ae�§ „. w .w,s' ''�.,a �.�,�,�. ':Z. �. �a,. <� yi ae'Y. :��•t... ..�a.y« �„ '�^ ..a,.,.g'�.. .. ....� J> ks...:, :£,`�`e ..-§< :., .:�1a:"ia•", .9`k`r?.�1'�fga'�i.< � -. +...>,'.Yr: a'e<i:'�� �'� a'+^'�> .xX3a,,Y: �,'4x x ��� �:- ,;ii.'�'��a�«�' °:1£kS'h�"?i� .S'>'"v r �.x>n'S?-'«'�'. Imo, ,. w,� �;, . ,. � ,..T: ' kY , ,., ,, , . : ,, .,� :. s,.,xa � �� �>�<.�' �-;':. '��` a,;, .x r�. .�> c �'�,>,.�<:i ,a°. � '�i 64ZY , #t. •t. , E .r . }. '1 -A .;. k3v', T .j x 1•Y Y' ,x1W£ � rr . ._6- ���.�Is�rY.'� ���°; .,* �� :� t�✓��Ic�.. af=<.,,B�ft�O,Ji<._i.xf3R�: <�..,,�Cx. .�. .,::...., ,. Y..�'"��-� " .«<.4,� x a 1,.ai ,> r r,, �. K X.N .. ... ..,�_`3;>,< :.`��!tli..�`i�1rL`k��;C:��Y`�.G `:'At�11�t`1K11.,:.k7.Ct�!'J :r�F:L1P +1L1,yE-RS_,.:ifc•'t>=:t-!_`F � ,s» >>, r�' ;Y �,� .k, �� �"�Ss� ���`' 3,#�vr r�� a 12c:i HDLirJal'S"'E!R uIIa C 1� r+1L`5. 2" 6. HANDLED NECESSARY MODIFICATIONS TO THE CONTRACT 10 Y PROMPTLY AND IN A COOPERATIVE MANNER. t.� .-stFs..�. N,.. �'F ..,.. . ..,. . ...v.. x�.R.>:: � ..... ..:.k: s 31 3fi„;,,.x .a�x..,.. vf....,..:s: . ..>r�k,w... Yw�,.•,;sx.,,.,rnas.....�«,�dYs..,�„ .. E.k...>r.:, >? e:,x<....13a:ti�. .Y:: ... ,9 :'axis` .� xn • aFs :�a �.b . S2Yry Y' 3. .E<�',<:<� .:: �,.>. . . ., ... � ':'.. , < � ..r,.. ,.. .> � ,A.." f;8,7.. ye,. 1 r h�G�. �b+� � �kiva,Gxe, ^.:x'd1, ..ie: xi.9Asjs: �, : 7, ; t ku , ti.0eiilit r < ,A- g. It i E A x: �`��;a �,_, :: • 5 �Yr x. 66 T r •Tg xF : o-> � x..., .,.•w.a, <B �TL.. �..N .�*. rs'x�'1. .x..��� r1.q. r;•t 'N.:. .t`� .., '�"� s 3< ��•�..«s:v�u. �5 ::�,x.. ?-r• �3 ? �. ;.>s,n l3.iR�Ri,�' ,__+as .p g w t x' r' .�„xhx _, Was £w r' K'�,R' .,s... +�y' '1 �i,/�p��}. �< ,,r�ya ;/.�^Tt �Y�Y PI �a `'k,;yi ,1>ry<>,�".�'{ � .A�'i •�F KC'"'�, 'C.k:k {�•..'.q .�V:r<. `' :x`ii '>`'�,..:'� i� "iN�«'••Z' ) vn ��,.g�..x'i.,.^,°._: �. '# �;:R ,...ly l%''J,kLLY'4V k Y'� ,E.N.Y';*Z1V-tP•k 4, .5� A 5TA.�G �YtYL :Uk'II �7 .`.t.. Y. "xy:S.. .ITA: r.'< <+4�iei' 4Y,'!.r °•... 1 :',0<' ,'q F*;. A:y,'�,h ,<. .; ..> t..x a x, .,. ,r .°"sh ::,...k,S� b -.. ., :..; �..,v ,.' S�a,>r�..'.."3`s,' -'�....��,,,.� .s< i •�,� gx"xu, .te. ..4.� . ^.�x. P;, �z 330�° ?�> .' a..,•+A�a,48 Y;>ie 3�,- k�'Sa«PZ� 4?,.,>+ :L +r�`taxiR..:..".::-. ..'{rasa,-.?� ae. :«,yi .. a. � "t>i . .,;..kl'� �a':.<. �'x. '.k..�, �a' :>X„ .�. AE e<Pe -.y.:. ... :.:,. :.. :.•A+. ..3Lx?}.> " 'a : "� 'p`3', 5`'Y a�7t a :3. c �'rxr '`';ia�*":, ,.>X,s�.�.�.: xts£ rc ,rr <a 3! 3. II. WORK. PERFORMAN:E ckrrI 4. EXECUTION OF THE i4ORI:. (RATEE) g7 .<< : "4.,,, :.. ->v.mb:.',>z n.Y..:a4i..'., r.r,:<°r:vass:A. • .t:z$ rsa «1,. sr n m`a:.w3 ..;,o, S. :.,.,... 7 _. .^ x % 'x', altl.v� 4xt r3 ):: .� : ,',, '_,y I. .- ., .. „Z. . ..✓s X• ,,, ci f 2'-'"iSYi¢,.: �@' > fg . �:.. P �D SUp._RJT.;Or., 'P�i.S[JI�(Jc:�`. .s„�,::�".O< S`TR�'1„ U �,-� ::�'q .y.rs"« '•>� #?f ?.Ya.. ,a"imaa� �,; '°`x � �z"tt*,1.;. G: °k ...I ,. • . s .,. ,.". _ ., ax. '>..'r7"!.. 'ri's.t ♦:„ &C.e-'.a.p:._,. _:E;YPcP;I._NC_. .IPI' ,'f�ic T-±'P_� CIF SJ:O. CRF'DnM "C7. ', :.r .r•r:z�s,� ;>Y ..�. ;.�;t ,w,�• �.,n��x � ���r,z: r..,.z a .s' 9R �e'7tt.�, r .+<i p. t5�''�,�" i .+:- O"-xA k 1';^.t w.' i`t?,.'s iV4,mrMA . �,: 4J a , S` I .,..,. ..: �.:.,:.-; ':. ..:: ..,.�§���•xs�,w«°:<,���' �_ .xY'..�&- ._w�t',,..u:"'a:� .. �.'4;;•^!':�';rs=�,s.R<xrst..�>vi�<=. "§'. , ,:r. >.:�„?.r_, 1.+e�.`�Ca���'��.t�.x� tr eLi Ail d'J_: -, COMMITTED MANPOWER THAT POSSESSED SKILL LEVELS IC• ITCOMMENSURATEWITH ASSIGNED DUTIES TO MAINTAIN WORK ... :w :.. . .-.. 4M : /n �.r .$.� ,$V......,.... bk T d..,. l - �• 1 a ,rS.. t y:Y.r S.^' 7�f,xnf: a,.xc: .#3X:� ?`_sb ��.;.0.' � $x�: R 3➢ j'k - I �' y,t '.iD ' < ^� a r >, x..P-e T�7 <a, f- . _ 3 M:,�af� ' r .v$ -„� 3 ,. y .M, .i4r.ak, �> .< .:k ; n�s ~y k? i = : 6,ix, fi:s :zb a,X >'w4 ^ ,x<, . -� 4, 3a�•.; ,. � ,t , ,. . ,r<,'..s,. ..,:,.P._ r.Cit�,".,},,,,itDil,: [T N�� F ,. UGTfl „I,T� S �� z s,:�� ,Z�, •,,,.�y:ra�:•, Yw ,,M „,a�� .�• i M 8,. .„, ,yyw,„ y .. �° ..�.� st • Z.: t ,r yS�aV,� ��R�. ) 4Cfl.iIADL_w.'NG I�:! �° x C 'P.R`E3EIAT. sfl.Y7� st�+.m n•> £•,'„ r • £.W� *' :�� ; :� k�s�. ,, wa.�A'Trqn� s ��Z w4" . }'r 4. STARTED AND COMPLETED INTERMEDIATE OR C.ITICAL PROJECT 10 PHASES WITHIN SCHEDULED TIME PLUS AUTHORIZED EXTENSIONS. 0 7 1= 4.:r c.:.A.;4Tt1JC �G .,,,�fiR,�,ST_ �S Y O^ M�.x,. T� si:B A. . a�Mht_D-..I.x«A T....� =:..LY� zG1kRfi ca�<l.:� 4F4..h." z s .a4,• >>.a:iAs, s ��w,.::.... '. r fx... x:w st «t-� y� � t x3s.''' x4 a . > .,,x ts� "t1,1AZ fV KUTItliCi I:Tx"e`PP49DI, ONS„ 4)t OP � O 5 ::. f.n � ,akfa>,.iaL ,., Y� M ,. v�� �s-tc . se� r asax �ce�� � 4,£w �adi Y� ;� «..34� X >�sS4rt << .n:�,k :, xi. .".,:;:$ ,r�:,3`x r;, 5• , „ , .u,4_a�.K¢ " `,.,' � x�ph fw r�:ti K K� 3:1,> xs,,, �� 4•st r &k`�. m, . x � 9 , ',.�H �.� P.;� ` . � , >.•-,1 r� .:FVW �.:�t� �E .. Rf�.�) f�_�� nX # ..1v,r ,x,e7;wi a{ S .„>f",ij .x.,:;; i<t..„i2 : ...�s'�S t z • 10 CO�TR�.CI_T;. rT LR 'J ENT 0 TP _��[. F.1 . 11 7. SUPERVISED SUBCONTRACTORS TO MAINTAIN WORK SCHEDULE AND 9 12 ENSURE CONTRACT CUMPs IAHCE t _ — :.w .:,,: :x ...n�Y, :i`4 &iaa .' >Yy.•:r: ky.....•i. 4,"A f._..2x'. .:,:r ">.. 13. >.,,.,:zt is....,£ .} ,gS:y:'a a': -:.. _::�'g,°hr'`xs;`g.,s>;� .,... "><«; ;:.: a 'r sY .3. .> ��,e • ..t` � :.i�.: .. ..... ....<..� , ,.. .,,a. a,., �..:� �tS -;R' # S..:a^yt. ,g ('«: t, ...,.> .•,F..�.�' •.s: ,. 3 � x,";-'xY< ? h-,w i „ ,;y , ..::ar: �x'Y . _, .. .: .x .:. .,.Z >?^R' .T :':.. -a ..� :! r;l T p<' �.a.a%<.k E.. s...r:ae.' ...'tY'r .d ' . r" f. E: s.r,>, .S"^ a z i <, :x: „eta>• ,�.akLtPJI4P<.L�� ��7I7H• GD:NJ3:I;I `�5`J' •L" sD. N;r;33cG�JLx...TEi.lv`.,; •a�< ��-'tr,-. „n. .:is:' a. .< s.>n . Ft�e� F ;w '�:r, ,x, e .3" �.. t. ce S�'�ro�a..+ :a"r; ��'. a' ..�x as`r:- r �� .y"�s�C�;`sr<. � r ..-. : <. '�'> -,,. i. xr !-': Hw ,•Y aj}�,i" ,.3?4 ,..{ >: 9�A'tz' ,°"- # �",....4 r:3:,,+f,. .R.h. .,: . -«.>�,.. ,�. .d .. as ..«. ::<�..: .,�W� r�«fir < � '`�:s+`' ,:' wt.•f: ,ri.' n� ,"a :n a.: :._ 1 I , . k r,. ., ..2 t t . <:<'.g ,....4 ..t, .,ix„ . ,... u e .t .,<" , 3. :=r f:"«x:; ;..ti,'... t..s s d�e'g� > X. Y x..<$ ?i�x Y:<.s3;;�`r.r��r ti#r �t s� 3 `s� r.�#? T�� sG 17 AND PROJECT PLANS. le ,PP,QVIOE0 ACOURATI r*,P{,. IP; I SIP SURVEY ,LAYOUT. 10 19 g <tsit. `6r .,o-.r ,x. s.ro£ a .. . .: ,/ .x.. ....:'.,.. y�« .�< ..., ..Ka ...x a.y•w � '> .:< . :..a- .>,s :..� Y, 9. ... ... t .«'. ,3w.,.>.,. .<.. ..,.,.r ..rt.:. ,. .s..1. .. .....<, ,., ry ,?'f. ,}. :^#, "f. a.' �> �W is i.:,t' ,�w.„t'� At kk R ,,++ : •C.t..:�#.:: ri< '?>,i9.�'A,wi .ra 'x� �. ,^.u�'. 'i"3� -'4 �C4 rt< >a' '{, •I'. � Y V h !1+.. �s •�'�•,`� 'F:L. rw�`' r<W ] a,17—' 'Q P exr,8:,;4`JN`R ` _:no' L=: UrE,,,,3:. .7.. • ,/ Vx- C4,YWA1Y,." ' a sx�:'. a Y . t,•,ir .4 :A� �. �. �, a.•f, � � �1 Tl . 1 ;.q8, '.�1 .,y r'y,;� g. • t ..s > . > � . .ac.... '( ,•a. cu, �. . "5 ..� <.t.c >-wsa�. y�apT+, i�;•.. ad3s�• ,3s�,w"r<xx.� ��<: �. ,a,:x.5,<� , i�sasnra ..,?v:�. ,.� ,..,;,t!r<s ".-4,-a J.::•c .:, i�„ Rap ' -' [� '"x':i' �p .::. ".;f'. rf v , :'R.. ., ,.,.j ..•i. ,�,x:. �. >t: k:i J'G" �T .V 1"nn 1'1 •(l .a. T�7X :R'^a 4 k?"�Ta,t.:R g �s3•., .h E&.,•��<w' ,..RvV: �` .qL y •: Y 4�Y::."WS'o Wu.�'p•e;.'Yl.�` tt.`Y". �i?�.. �5,:v'-� �, �.... 'S�./E x�;... ...,.M It) :.. s'`.r _4,a L:'.t �++'Y. at:E<a? >G h ,,��,, yy !. J ^.R :f'&.•.w:ka�.'t . y :w NA." ax '4$;& a-! .air <A, , .y .,<,*.�,^): $t. <�ro:t ,;:' tip :;fi . '>'t4A <.7..r, i11't ,f .8t .war x.. sty};xxt �?, k y< d . a°r . . ;, r,. �.:: r.� t , ` s�F a. 2:'.,.,�.,�,Ka..o 9iS •c ;�.,. F.Y" 4+i. ,..T t fi.l,g `s• i -�..•:x''4`3e,. :, t 3._: ``xµa4,u.sri,A f. �i?sQ:'°�, SE... �..._�, . .+«. ,,�«. �.,:a;t'z'P�Lx.,'�<.�.:. .<.< �# .,.,:,.<,.. v< '_.�, .y . r.rw� ,>� ���E.�#.,�Y?,r,7-,n..» t... a. ,,, akr..xd,`<A€. ,..< ..o,n�t, ,a�<a'r i ,. ...e <¢Sr.• .,,�x�% . B. WORK QUALITY AND INTERFACE WITH THE DEPARTMENT'S (RATE) INSPECT ION OF THE WORK. 24 ;x . .a i.:wa ;< ,." .. ,C!.,P.,.OD.UC-i=,::UNTR.flRJ1.;;61J�tL_T�'.=xTO .T�F3'�,: ' -:x.. 'R;. �xs, .t::, ��.ix d .Rw 3s<(j �. 4. y' {'<:ri j':.>f3• aaf.�.li[S,d� 'ssk" , .a<,,.a'�. ... �,. ., .r -...., . .. ,.s•, �.. ..... :-� • .. ., .r# �.i :.ti i 'a rs .`v. `g`.': p - . .. <, .. .,3. :. �(� .. rt: ,,,,E,'.• ..- , f 3 n,..,,: .. K n..• '':. 'i.:,.. N hl S. 5- ..:x..n s<'lY: ..: '' r,,i xY.., .a "6 .: .«''3:<R,,..v"",wt�r�,+..a.�.�f .. ;<. }}, 3^..".Y L'« ..,,.'�.. _a.. y: ..t;a.s, t..a.. ,,., r..� i .,.. e aY:•::rt.v r� .+ q.� 3 a.:t. � ''s +yy6 ..a ,r> fi �t" � y� a.. q ... .: ",- Ar;.�IY��,::sue�a.,,� 7��.1\ `� .r. .,°�.... •':w. xI 'E` ...., .4v ,.. p,.. .. .... } V;h /.: ^.l. .k w..`[., ...:W'x �.vuYe.,77�£w )��'St s:X �:� «'•!�: T.8 n.;� �4, `�.•�s. .,,s:.., ,es.''ti 4:F'.,a.. �.°` ..;'sz'i`� a A:, »?< am. aw Lie. "'.�".t:,c .,,e, '3 xe t..;s:• #�',��. ,,."�*.a; ,:^, :.?c. t -�kw ¢ 'S...n.t`,,$ •:;t.<s" ��,"'m' � '"g':k.< '' .�«;wry, rt �:awt-,«.,`aq:y �.x. tx.,. s: :.,x,' z,.;, :: §'" a^.. �F,;. ' 'k«, rr. si � ':�'' "6 kY,k. ."sa.,r, q ,s, �''$�.... }'..s,�r`' :,'.r,. ' <. y< o<:'C. <"w£' ?'i... ''1E" ...s,„S..,.:'.' .�. .(La:«x,"E, } .vM,e :.:���.. <�:w`d�k " 3Y•Wwi.<.r". ,Y2s':le'Y^>'�Csx. ..x �i Y'v .A�.4;',: AsffiY. ��a'y.:tp. „6,R.' ,�. i'd�... -``'t wt S' ,�� .vJ.. a.o 'C �....� .A„« wt �'; r �4 z. .3:a,r:� «-, a�+s+>: rC .f'��„�4�,r,,�;: ,s•."�< '�s* , ,�3, t,�:^ 'i er �.•�t �,,,.m.'c�"' �tr- . ., �q':'� >.1= ., .,,^ ..-:. ss'";' '. :,;.. .; .c. ;:,�'",.n. f,< , .<> "�.r.:^' ,�.+.:.�•t^�."Y�'::'`i.�:s; .�'s��fi::<3 .Ir-x' ..r .4 ` ,� . �_ ���;�.R. �<�� Pakfk'T=I�1 ��, e� t�<, , s ��L�u:u��.�at�c_ , .F�,,a... ��� .<,.�.�.w-,�r;�ar. .....�<.,,..,r��3;,,. :�� y:��.,. .. .�.r ,. . .�.��<�� ��i���;�,�..., ^f: SCR DUL T SAY= —DAY T P!5 O�OFtI:. fl T� 3. ALLOWED SUFFICIENT TILL FOR COMPLETING JOB SITE 9 :Y. SAMPLING ANU TESTING OF MATERIALS. 31'.a .^.>. :.:..Y...y <.R� E:� .. a, .x.._. �. £ :r.< .. . . kr~> '::.r. < ,.. :: ,.. .x..ca . ..�r.'"Ke '�...wW'�''n... Z :Yas...�, `x<..,,. .,.. <> .< , .<.,�.k t—.-.., a.i ay . st :t : ;...�. .i,x ts < s <t.O -1axc.Kf � ;;�x� �.OF TDr��7 «TC'II € s p � } �?�, ����E T'4F i;Y � �w :•t� « �'� C a„ S X4:i �S � n .s:"' '',g4� 'xTvfi 3fi:. � , .' a i6tiJ r�t,t41.>� y.x Pef < ELN 6�P V-I,e.:s,x.¢ ,� k�� r.��Fa.ETgp� 'Gllz�fiT9 ,A., v `7f ..i.:0 . �' t :eh :,�. st.gi�< 0 lV€� � �R,«. w� .�t� ��ej?4 4. R< T i C ,•x?,�.a2. ..�%'t� ���CT OP43�d,r..U:R�,i? ,TI. :Vf3�TiH`raP4IE C.�LcV� E�w��X.,, �s�; , �""^�a3.,.'rw'a(r.t.t rY. <64, c:v...�.fi5:tili.�:;��i�r<»< ,�m.€A .•.s wr<.. ..r,kt 34. 5. IWFORi4ED THE PROJECT PERSONNEL WHEN CONFLICTS WITH 1ri :.?(.E.IS T.: Itiv PORTIONS OF T H= WORKF R t E : O11 _ .ED. � 97[4xox: a taur."�1 < v.�: T� 1rC� : n F 4 D l X F " IY 1 .�ri x At\a. Hc 39,is �N� 1' ." : A5 n c+ 4 4-t�.2g„ "'.•x ,a �'� �a x l 6 Lfi x r+r 'r; ? h .a s ' R,x: t, ,ifeltlr a��.w,.>3,.�, ap �a .�,:!..yW „.tQ .�a. „»�t <y.�x �•a.,,, •a �, 4 v r « irNr,..4, / .H'."s.r a."g�� ,d�.' >33F #Y3;'i"ra.rs,f$�` 3 A<a4 '� *.. :a, , _.3 .r" :,..c t,. x.. , e..s�. r .,b."rt Y nx� . I �Y.w ,«a. < .<-x. �r r .,. x fz f a#§ . xgr>3 � z vA W Nry � „ .` ? k'� . i�7¢ yK siMao €.- ,_ S.z.. rot 14, 14' 1 1 • 1 I i 7. ENDEAVORED TO •SOLVE PROBLEMS AT THE PROJECT LEVEL AND 10 FOLLONED THE CHAIN OF AUTHORITY IN THEDEPARTMENT. _>..,..,•..:.<: .kr . :... .a. ..:.....,Y..�.... . ,,..'..:".-...> ..,;. .4 . _...,.:...:. , .J> 'x..{: 3g.. t k N. �rr1: a,'f#.' .�, .:. s h1 }rF ,. : :.;r c $ < a a :, � �'3w . . .,.,tx:.. x. ..' > � � ., t b£•),�.r�Tx � is. � ?,"1 <<a•i.. .,.,a.<C:.,..�A1AIA77 a,NJx" C..,.. flF< T,3P, FFIG.� , ..2 .i : �3 <x .x �.w a :u.z_,„w f<pls.. fxATrtt�;,< : :�`., �• � R ^i�v ��.r�\ gs ep t,, "W�� J x %zer,. ���u4x:r 9,� �> th:--:.<)1 .;>, t .('.:..•,>s :„ ,x. ..,�<,d t..,#'�. x . •,.e..:,:.< t3 .>. A._, :.A..{,F 6 ,.,, .' t.x., 4,T` ,S>oAL..A•>7:. .:a: A a< k a ,r.:" . ;: '.#tia7 : F:}WR .I,.. ,` 1. OVTUEO AND NAly AIEi) NECESSARY SIGNING , �Y�:T ING ain to: TRAFFIC CONTROL DEVICES TO SAFELY MOVE TRAFFIC THROUGH e} THE CONSTRUCTION 10`1E. > :r'• " ..P-,RO.V11-7 - UAL;II-T.c ,P 'P•.S: i t.. :F N F - ?: ,1 Y.. . ,,.� ,D. J ..L.,< Q T,1I- � T;�11} A>f.D . 4 1�D r ( �:,(„,+, k.' ( I{ .a. ... , .. ;�.. ls..k, 1 .5 .D: ,.�..�... .. 1. ..,..: f ..YCr.? t 2. "✓ it. tE\'.iv ,..y,1 t ..(. \ ,tY.`� Vvk t•.:: .:i...,2`O' : •V....: ..:.€ .',,: Y' ... a'.,>S A v-rt '.i k. ., Alviz.) C3 4 ,S^L%:`-)i,6'S acPVICTt.I OF..+IyIJS..T. C1.._.F{hT,I.pIa:J• ;,:.,. :- ,,>,,: .w,). .�� :;, a3� ,..3,.3r.rx��t 3_.r.':�,> €• :,.x.. , a, >�' .„aa>,.�r !1::., x._L, r' u. .,.'. ,:. ,,. .� < ' ,. .. ,_,.: r �: f . -'�;: '?. ss :F, .,R rrraa.£• .w: +i �.,.. { ..,. . ax ..� ',.. x .'.. >. ,. ,. ,..:. R� ba, i �<. b .Y>a:^..s <ybo` : .� .J .. rk,: t,! :.... G.,<. £. „ . .� ,.Y,.; 3 -:..., w. '. Y t 4 1,:i. ,it, vC MAY„" ... >t '», r, d ,L £. .Y .. ..`:L` ":. ta` .:....,. . : -.i 'r'2 � . .. ',.: t a.mac S:r. z,r.zt 3... „ :::.<, ...,,«o.. _i.� ..a, :kxae:-.,,,,.- .<' .. .�;..-.. >` , �. ..,.. a# -..6<. eF . ,.,� ... �`4.,. . .. .... :;.Is .3a S � .>.>s;�u:w��> `�wx €, � 53=�'.. �'ds <. ":. •,.•;r , l�. ..5 : ..:. .;-.f.,., ... ., ... !.c., .;.. r,• y'?a. ... .., :,. ...;,�.... ,. i�'b .'•"� .{», v.a.Y,:h.,.(:v:r.' a :f ,$<K.• - :t, <�" �:..,.dc.• - <��' ''.C4{ (9..;.7:;i ••>":4•T > , r:•.. .; .s.:5 • .,,'a 'U . .. 4• .'> ..'a: ft_ r..y .z. .,...r._, ww 4... < 1,..., ' � ,. , _.. r .. , ..,p , - �,.a7 r .,°s:.i .:. $, 'tt b^=rn i7> �G�C, ���.Yvc' £ai UT�L. . a;UAP. I'®P.i7. 'T.� .x?i�D :S�;Fc...METFIOU'S. T.1.:;:�F1':TTG'M, G-LOSE. a:::1�. ..:::.> :.., _.<,>.. ..:.hux .r, �...<z.,4ta����.. , .:..3�..��� � �;:.w� s .. ,o~� CR r_t cri LTR 3-U.N5Er- P T.P7FTI1.. 011 4. COORDINATED CONSTRUCTION OPERATIONS THAT DIR=CTLY 10 I121 AF_ ECTEU THE TRAVELING PUBLIC SO AS TO MI ,IIMIZ IMPACT 11 L- YJJ T.I F'P1JIcEI .7�` > t „r +:: ,tt, . ..3: .(.. ! .>> y .«>.:% q ix#...a'. ).> x„-.,� , o J } „x.5 .kv. •z.,,< :v $ I ' .. . .,.,, .,.. ..„, ,'%7 .'I",.. �.t ..Z.a''.`°<R '�s ,..3rl xst. axx•3- :Y... • :: r -.,4•: f. ' c. z ) -s: rA -a• Y.'2 c :c:. : ° .k r•s:„,. �;«, ..« x ? •> >,..�a,. >t3,>. <�q�: !RI:k-\.ID�D P{•D,PE72�1'::,. •':, I`1EL1;,f.,•,...,F11LL,,.xE:.UtP.P_I7 .<R; P .€3i,:,i cL,., •4 r > Ei :�. r a a,. vt; ,?;, :-2•� ;.: I+ .' .: I •r ;,..!.. �::- ir. E� 7 § 6.a. 11!q T�'rY< ,,,.•. '�: � ,t.>';€ u� „ a .. .. . . .Say a 11�I l o. PROVIDED AND MAINTAINED A CURRENT LIST JF PERSONNEL 10 'I AVAILABLE FOR NON- ORI:ING HOUR EMERGENCI ES. 1 I1i ... f .;A ; .. '.:. r: &.:,;. .�, � �.;. :, D'.: .: :.-' T� �. .,, Y i -'.1.��. �.. r'4. x._. .r«;> ..t,x t i :.4.� s'. .: ..i .. �`� P :. •, c r zi .,:�>,_ ..,< ,. <x.4....... �.•?'�3... ,I,.:x. _ `_ .F'(s :.tc`°"'' ,. #, ;D. I.:1T..ERA7T0h' OF:,:.LIDt1 :TR.UC`T'I`DPI.:p....ERAC3:d��. 1.,ITFi �c,X,I S<TfiNG. ,�.� ..(Dp"tl;: ...,, �.,4•: <•,.rwu,.: ..3•i }.. , .a<,..Ja. . .. . ,a. ... . � , _�.�,;•;Y. ».,... �+" ' a£?.;� �:, u,t4 ,. . ., .,:., .i, -..:.•. ...,. :',.>a,.:, .< ...,.... :. ...,x.>.,>s•.i�j,vw 'l T!��.a' ' t,'. .a, ., , S '�,k€,1'y,; r ,r A. .�'... ra,$. - : .. ..... .: .x,"a. , .....< .::a,• ti.w.,. Mya _y t :} ,;:0: -•€Ati •} �., . ,.. i .x.:.. ., �.,.. _ :, ;. .. ...s<< >r(t », +,�.s.,.. . "... )a.. ro,., .z. ,,:ax::�.•'a 5 � .'Yr � .?T£ =1�' s, xy'.:).Y.r. ..�,'��' .k,'?',FaL, L-iT ,ES 3�NL.. GO�iF�LcT.ED:,:�lQi�iC .-r �:,�a ;�,�' `` +.{.r.. �' ?a�. YS.� .i�' ..1.: .:.:,,_... ,. >.>- r. ,:,• •:.:� �.s.. .,.. ,s•, .•, .:'... '.,<•. :.. ..,,.,, ;,'�>k>i-¢` y <'�'„' (z•. } v �_My;.G^s: "tr 4-: za.^e>'1�.. Aark ,t+Ey. ix.3. - 1. 'rF c1- CCL tY fl AT�'i".'"I�cL1 c1IU"':UN tCIiS11 RZfL`Uc L 1N 10 ACCORDANCE WITH APPROVED EROSILRJ CONTROL PLAN. r41 T PRO 4 cCTED PRIJAT= PROPEPT( AI'!D BUSINESS FACIL?Ti 5 ALJN 1C1l<;:, { . TFI•F•1':I• FIT_._..,-MA`•:::C1R.':k4DJACFNI 07:7 :77.Hc;'I.DJ=LT,. ;.j �E..?a > .cM-..0 .,a,: . x S .< 8 v: 1 -..t x«.3 0 i.: .,„ r_ s. ..:; ..�..�, '.«: ..,E>.:�. £are�">::^_..� i. �. .,Y.. -.. ax ✓. .�!Y r 4 ::'�,...,., i:.s.'{ w,. ''�' Yt Ieal:• l kS)<: .c uJ• L fu 1 (r..p, .i7a ( •_F D .z7 tar y. .;,1; >;)'r :g i ,a'o1 ., # ,,. .s� R V.T�cD a R,>.J+1 'It l`AI,t 1. .€ACC �itiAT ,J'/�LC� :TD„lDJ7aC�N T� ��, -t3. :_ .' ,:�. � .� t �s g$ .!` F:x< s, x ,, °,,, s Za is S a'. L" (;,a if. '_+'T`,:: r ,<.,.'.. ,. r3 ��OL :. r ., 3.:.:� .. .:fit '-r7:' Y ,. a:. E '� Y kti.. � v.. ••r+' >wu f."''�!'. �,. , __P.RO,,._RT.Y. _, . _, _, , , ., z �5 S.�s�4,3.>�._ ,>.. - i 4. COORDINATED DAILY CONSTRUCTION ACTIVITIES WITH ADJACENT 10 3n BUSINESSOPERATIONS TO REDUCE ADVERSE EF FECTS. 3'1 :> .......................... ' '<""15",. ,:a . . ':.. ' a' 7:1}MATt,:::LtUMRL'As.NI'S ,hl UM :ai3 ;4 AD>ilACcdNT j1UvINL•,5 ,DP, .P,R.OP_t;T OrNN�'RS, � a 3 s v . s 3€^Y:. Z. x y 4., ,'�L y•: s'}..Y°i!,,.< :..�?�. r. r , �,.,# 's ..F: zL >. ..<; ',4'.: r.-;,}: hz:�. s r ,;:i :.::=i x• td , 4 .,., -6 rx. x .^ * .. itt:..,< .-- aw. , :'x . w7. 7. 3:,5. .<�€'>r3 I[. n. ., :i:-'...,_ r ,, •G' , .,!. ..,1.,. ,_.;. 3,,s... h, :.. .....< 'x r x.C.,....,.: Y a^":. �> : ... . -<.. 6.. :R:R.GT_EC:T:-D:...:7aCC:�P."i':ED_=�I:C;S�K: FR.t9M;:NJf�F£..G:r.r>GR:O}�1<:.:.CPI:IT�I•T+IIj'IfJG. ., :..1�. :::,:,�r.<.., ,?�.:�'£�.:., ,: �r.Ns„s> ., :;:�. , ;>:<::V .:: ;.�?-- s:. .. r1�' .,,1.�-�+'r .. . ;:I��:. '..: k "L,. •-< �34-- ._-_-__-COFIST111KT I-07-07L-r•ATIUFIS. 35 IN. =. JOB SIT_ SAFETY CONDITIONS (RATE) 31:, ....... ..... ) Y..,:< -.:. 7:`.3b : 5 -\i.: x` i # L41 >.<.k. u,uq, � b .iS.W„ '. T . ,:. -.&.�:: .: :. , �.' : .a :. - , .�, •,f. ;. .. ' :'. s,. 4£.r An `4' k�:x.. i>; . ,. _.xi. 3• r .t:f-, «'Y : a : \' .; s„ '4. fix! (:£+...•a .;. F04: ,.,C q:7<ry..{�.A ; 70- Ti :;:g ,0 TI Aa g•P DN§•T :UG _77 �0 1.:,; 74141 >,: � ,. . .,n. �, <..>~A1F..J7RG��.< ,Dll1 R .�T... �°�n. .I'..,.. �!4z.. Q... f.. ( V .J !) TY !� �.�.i ''^xz v:. . 1 �Ye -£ : � rs.. . . ...,,,w:.. %........ ., ..,, _.h,.,.,... �Y. 'r,:�...a .:...s...p vo.:� �.•,kr"� c::. x.�.4 �^six: ,.x.:s.. .,,"` .i'� s�3.1.,. s .,or.E >:., .. .tr:aw.;4s .,.q�...."Ls x �€> <.,.. �.. .. , • .. ti;' .,._c ,.. <.::; .: <. ,,. >r,R...A _..,d+:. <.,; .4xa=..: a. ,, �, i ,.rur'sro �i :<,: 2i<r..1�,a`r e �,.�n. P s£!.g i. _ :'(#.< 6'3'ua„ > rr a=.3 .3 *,,Pg. n' :v: .# t.,15T>a �s/<K:. ,.4 ;•;, ah<s>,,.:..3��t'.PA- -i "'Y' ♦ ! k^, 1:nw).. '1: r� r, : ,,DPI=I?�kT;hlDlfl.,..,...�...._ ,x >r. I , .z ,�'.r,. _, � �. ... .. :i t "c •,r, za.�� ' s� '1�;. �(< ,� .+. r_:.7 .-... . A": ..:. ;:^ ., , ..': _<„g(,•{. r o•+'t : z' . 3:.k' 7' .14„�,,"t ..m$ t +`t..t w,.,y4: Y. ,....,> -'.: . .,.,.., P _,.e . .S,a �.>..�. ,n., ."� �"....., �(. '€.` -'nr., �:. } >a. ..'•F�' ter 4<: y �$c+ ,:X 1 .4 .3.. ..'. .:i, 't ;s:. 4,..4.. r'' .E x-. 14rYi. �s�.'' '"3«;3S"^^r•�„�' '_+. Y� :3«..< +,�< :Mr.. .i- . � 3� ,>�.= 3 ,, ;2. s: �. au: s �?:,'st s. tc+< �:'ast�� F'; '« ,=t»�=_+Fh. 'E er t ri<ta .a< ,-..t#:..,., ..:>..._..,. ....>,., _ , , , >: • . x , .� r 3x a" � • 1411 IA9! I .i Z. Eh•IFORCED CONTRACTOR`S OWN SAFETY POLICIES FOR CONSTRUC- 10 TION OPERATIONS. t a> w syt:'d�'x>4'<' :'?F°e � • AI F 5. MAINTAINED. IN GOOD WORKING ORDER, SAFETY WARNING _ . DEVICES AND SAFETY GEAR OH CONSTRUCTION EQUIPMENT. t��.. a �i . a,.a. y,:r{� ` y>. • y>,�i'...,..3. '. ! ]2 7�T--:xe.;s. 5,,::: c:�r v^..Y »• :e.• .trt> :d..< c. `�,T•r: .rxx�c«'�.4"�t�.w'C. r.�s?ss: � �>,:.aw >.�; a ax 7 �y<;si.{,,.. «s y, de 'Y '. ,1*. s.v� i'>�"". 4 .,..T:7..:, r.;;' ,.,k',: Cs F 1 •.., rr.r Au:s t>i;? x ':.,P � +r;LI;'l�il-. � l3:.•:. L �' �.:r����:«.�>�x .e«y.:�... ��zs•t.T<,.:',6`':u�s�x'�'. sar. rt;�a�i^Q7:r:' s;:t�swL..�+'r>s.��#`".r:s.,<?:.,,s:� t�s •x�>,z :.ww�ews�t•su rz.54. r>i~.rt+�Ce , .:,ro' •.eta.. �� :: 4.. f� f. rd..'a , u t <{tr:. .n.&» L '"1 ` �{x,:....- • ,- < �. i- �.:•. ..::s.. ,C^'�Ts�. ., .�.,`E, It �A�SC U1<Pt'E• v... .. ...w e, , . ..-.c _ r..,..>`x. ,x,. . ,+,s., x:�:ir%. � .,. ;4rr.?s'�°�>.. i• �w,R_ > 4 ,o .. '-T0 • IR1A I: FIrDU c. r'' 2. UTILIZED EQUIPMENT THAT MET THE CONTRACT REQUIREMENTS 10 1-.? AND PRODUCED AN ACCEPTABLE FINISHED PRODUCT. <......., ..t. 1:•,., :..:r .. s .. ...x . :....... -.ate;-t H,... R *h::Xs`�F. -„ ..:.:iY .,r,..,•.�>. ,,,.. 1. .::.'«w 's.;P.a.. .z..:,iOSx• ,4t.�'k4^� x:> � a �'ser>Ys'� 4�' ^�§z; s 4a. i:�;. 44Lt:< iE$>~.x? (,3�>^vx :<.v52di�i.. -.3�'w�Y'a 5-..�.:`-wA•.Wvri�>."serx••, #s. .'.`" �ri'"9'r„aMxr,:'v ^x'3 ..v ;:'''vk ""5s9r.r. �asr" `s:?R` ?� t , +#�z '?'i •� �;,.�• :x� ; s^ m, P o JDx:. . ..I. ,,' A k < s` ! • Yu^>, '• ;' ` "st-, ' •.fir. '''' * `'` .i n t4r.• �..a tl m y 'r x'y"',.''' kfRt 14p - «';arm, �"�.^�'�' ... .. .. � �� •qw z TM; ' v �„��aC��`..�. �f �.� "•+�ti^ �" +^,r ..A �r '., ,,:.. ;>7`e'.rX.s .. 5e: »sdgAt. x.6,r G' «.. �., , :zt V.10. • PY t4.1:4t. s ix ".'i. .:7 2F .,F +''sz'a 4""' ��YY l 'dY'1^ x t,: eL ,,r,},,, .,.. 8, :k r7, ,{ s.5� ;•1'. L .F�' .1 •15 ��� ,,��>>xs. « x A•aa.. 3 xx�. .. ,., i $ ."�'°. "i: zt�.. ,� "k h a >s.�sz ��.• �'`��'�++�_��..} , .. x�'�..R :, .>«„e. :.. . , >.:'>.,. .,..a� ..ss. .:.: n��;M.h:>._ .. ?�`:..a��.� :_.:. ?xx :asw-:�"�"�F��,:�aF er.<>, .,a�;�{.. .: <.. ..a.,z�.�w�*c.%�, �� ^ts�°...�s �i �' .a�. ' Y x.,_... ile` G. nrEWFACE w_ II __ft/ES (PAiT_ ) `I` 1. D-14i7NSTRATED EFFORT TO SCHEDULE AND COORDINATE WITH 10 11n UTILITY COMPANIES PRIOR TO BEGINNING CONSTRUCTION .r ..xi 4: -6 r.1.> ..3#bt.:l,z [: ; .:�.'.J..: t x..:: `i.z: s z 'u :, &, s ,tix ,e.. actwva «ar, 4 �' .2 .:. .ds:>..>e. �� {. .., . i.„Y z.�3'��':, 1 #"bY.:.:sd, +,.:n.i >\•rx S 's ,zT3:' @@4 _ %•,...Y x� "-`� ". ,� cx.,�.5. ,: ..k, •',<.,q..>. � ,; .#. first:�� Y't�tt�` �.a.� � 3" £a :.r;a -,r^'.'��euvSY w t'>a x.> N a'+� <.q '- k.:.. .. a.a ..a.a @ate✓««"f::_ .. • �,ss , ,y. ar:":. x-,*.'s+• ,try� 's t.7:'tk t'q';,y 3°,?:; ^>.is,.' %f��y( xa`tr• Y• �[' '1. �. Y•kietu. .., ,� '"�`, k. xYo'. ':%' <.�l::xd. .,ik aFYd.� � Fx• y� \.;;,j"Y >L"Y.f'cdi»>':`> rt' t'rr :�rxD' �f>" h� �2C �;� :..� F�`✓ ..,. :.,;. :'gF:e, '3. ,,>•- �.� ea:>t .�> Aaz� ':.�,yan '�it�xL�x>c.•»s.wa.X .'. 3;�•r;ra ZA.>��'�-i:Y. R�1 ••'.>'>A6:t � Y .:ey.,;*Y:. :Y:.. . y��-e`p.�y..y� ,�. 4 .,.... ., . )a •� N.,,3 ,16 -., P,' tV.:< S a< h3 1>ei 4 't C-..';'<';« i% ',.y"i* d y .';: v.S?Tr1�'�+i� �saL!7[1A! > A :.i - 1.Yv F��:. .r >t 3,w>. 'r.••^+r,a.,..s .wizGo �� H >, 'j r,A a g 4 .. .Y .� �� W a ����.�:. �:...13,.�ea « '.f" aar "`�I> `,� �c,•s'P",�"s'�> _Lek°:;. _f� sx.•st. � • n..:��r.:«�i,,wwY�a">�t•,..'.rc1s a � r,X>�� ( :.._a. ,R%_i� '•>:.. :..,�y�� � •fib :fix. �`°?�r, :•fi>'z�hS+. . <. ...x,.qy±:.�''�b3c : f,::xa�aa7 t:,..y,.ia �,,...,. :`fw�1 .,. f?a".. �'-�.... ... �.�`..:... 2....:"•. .'" ��1,� � Fi �'`7X r .. .,.. i'..a. . fie , _<?.�,»'x.'' d.""r 2 Z > ii>'x� \v1 3. IMMEDIATELY NOTIFIED UTILITY COMPANIES AND THE DEPART- 10 '� MENT WHEN CONSTRUCTION OPERATIONS INTERRUPTED OR 24 DAMAGED UTILITIES• t .¢�cr .$xw 'Y' xat�s« xz£a`" ,.r:nrsxw�,'4.x'cY{<:,�.a,! .t '>L�•.s>J.:Y>w•..r�s'F �- w x: �M. x-+,x:«a ,.�r..r. +�t+.�.x ::.;.;'.::; ...:,..':';:::...W..'.'....,‘:',.,:':' s. ^5�. .>,'s�f..Yje, ,"u•.s3si>sY;«ri:7.x:... s4'a�.. .*„{".4aw<w .,&rk+r.:�s.: +�,.s3v.{:. -+'s vs .YS>`" �k' t ,•s.>°fv .� .S". `av 'it*- spx 1'Ss y,. 4. ,v, W.3;:«.... , ::,''Se Yr. ,pl::,e. .'s'a:,�l'i ::ait'" `>.» �•K( ` �.>>��,,��� , .3y-�' �.iirFt.`u" r '.'F..'x. (]� `T�i.iYli�.j`�.'It+�?�>0�7�',7T �t"P,. I��S+ ,i,. . ...9 >3 scs s,«« V.h x 4 ban..:>..i s.. 'ne:,>-t #w•' '0kgs... pv L ..a: _>� ... ,�("£ rh: V. I.l...��lY:sst�...� �`� k/'�. . .., M �hY' .. Y'� pv.�*•�"_,. .,k":4tS3o ,'�•,g „��. i .o.....�, .0«� ::t• kt'�a'v,' > •�>�{.yyty� 4 Sw'�{.:.< :'�±LF �x�' y y<`,,r ''a'.' £e YJ>.. r I141L'`, - L. ' t ``:> t A (. .S..f •,, ^S '!'' i!:; i rt 1,. ... A. , vt>: k•, sfi: ,t s."x: ,- r 4t a.it • }, �%t 4° rr: •t.. �t t i'lI\•.. .�:�, `:i:�: ,v»c,:,'�: a � �.x !{:'sta.. � .q.,ta` E .'� i� 'n°!�r' 'I>CS ww.,�., �: .t:�4�s�,..�x��<;s'a� :.;P.=E�OHL �IS,r: ,..:.•. ; ,<�,�...,..tZ",'?:,,.b��:•.��.,.,z<....>,,...�°A` ..�.�,�.�a.�'��� Yw.� .. � z� �4 .«.,.. ...,. �tr <>,...� .. ,_�. ,,. .,F r�„ . , _�� �a��",s:,.�'�: _«,...�. ....,i, r: .> <._. i 9c) H. FINAL COMPLETION OF THE WORK (YES/NO) 30 91'..^', `0a^"cc '4 ".1'7L�•�. TETiErf'ac.N'OF.'5'IS`-sg �IP ';'_ . T Y§�"xa....•,.:; Xx ,k .�.�. d r,yv!Eva.j(Z?4.;NS�'�W�•f.� R§ .KY. ^..>>�= tir t1�kc ...sx ti,. :,.w{. x� 3?. .>T�• �".in•L 'd. :s 'k.�"a� i v b, >z ty s is.:.�.n ,>:�,. a .as' F. ,: h ,fi:., a '+'L OI ¢" '4:,5':s' q I•.1•t a ns "f:s p1 ' '' .< ,•�,.�.` ;�.. c � 1. ,fir ,� ':p r' :!� « � �;.�.,t 9��� -N{.���j .rq�rr �'�� � ��, Cri �.,«>,. .�� T _ A•�IOR�'G„+1�pR�C� '�.t��FTL :r I.,��'1G'��'F3,I._.U�•Y"C ht. �r.:.:..., ,.�: ,. .. n.t F I .J Lj E -UP, .: . 35 3. COMPLETED ALL PUNCH LIST ITEMS I'1 A TIMELY MANNER. 30 Ts ,4: Y,: '. •'. ::.',: a:' l'.. � 10id1. r., xs:s.,# i''aL^'v. < 37 m 1..5�.�... . ., le, A yT''�T1IYT�L •A i >h .,x :y•`` 1.. i:;:$;ti# k.- 4 •>A 3..e 4rRs Los-�" '+�. ....,y..,>e..K ... .a:. N �..:r \.> ..:.5 '. .. � ..S.,h d�F{'.'r h'.-.Z`:Y3�"�Y<:: Y� ..Y . .5... r <�r � {e" v` ..�. "Xv y.rs ,.il r .,xC3s„�at •-:;, ....�>x .#'� r '�;. �•,»>:.,>J�' s'z,.b. .'=v< ;h-`x•"r '.3wt+>...'.,>x'x"�S,�: t"•K>°73 e^. ,�,ki;.x.#..s.P'+- '�:, >:x'�`•�+,4 g..,�:e"�, ;a's.:rtu+ ,x,c'aa"`•. ;qn�, a r-':f+ ,n x : ,..,,.>..:�;.w -xr.1r 'ti �' :•s ..Yes.45�.K Y' � .sr`1 .F�'.'.•;kr "�''. ? . s.b .'Ct;^� :�y � ;^t3 Mom`',`.3`�`' , t.».7„ .f4 .,:;s .�.k a;c!L, », 1,fi, s. serf*, *,-.x:err Y :. -... ><. , Bi, . .- .f, ..+ ,,. j • ;:..r.: {. S, s.Y,-, ,.:re'ro. , ,n..ms xx,., .Y:: ",..c ?k^ : ' °+.g,,,. � �"-...�h,r.. � x • -•t> ,�; .:\. wsa _ >.# :;$,„*qa.. •r p '�+`.as xt« z7.,a�n:7 ,,�''�' � sw'�Wh «-.�. `rs '�r .. � ,�. �.a ,s :� f";�� 'x.. <tw? 'r1 ��e>: ''# i99:(.r. �... .: - ..it.,,,,.,; z"b'4.. ..¢,.,, .x x. ,a>- ,.:.,> � ., l "> ,.�>'rh4s,.R.S+!a. .. �•.::� ..�3t�.3 », � ���ir.>^.4E!'.'F�,.:r. .r;�'x �cWy` r�r, ., s... « a<� V _,, .,...> , . r.,. _>,x ....>.�s '�`....l,fa. ,,,.._\.., » .. ,t. ..:. ,. � • :3>..�s .��:r, xs°,r�. ."�`,.ft.., �. «......> .�4> ��.., ..e{. .�, _.. A ,.xl•>,:,. 4^ 14,1 142E