RESOLUTION NO _3_.. _7_0

Similar documents
Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Sunnyside Valley Irrigation District

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

CONTRACT FORM CONTRACT #

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

RESOLUTION N0, _8=--=-3---'- 7

Proposal for Bidding Purposes

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

CITY OF RICHMOND PERFORMANCE BOND

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

PETITION FOR VOLUNTARY ANNEXATION NON-CONTIGUOUS LAND

EXHIBIT CONSTRUCTION CONTRACT BOND

F O R M OF P R O P O S A L

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

00400 BID FORMS AND SUPPLEMENTS

SECTION INSTRUCTIONS TO BIDDERS

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

BOND FOR FAITHFUL PERFORMANCE

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

Proposal for Bidding Purposes

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

LEGAL NOTICE - ADVERTISEMENT FOR BID

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

Proposal for Bidding Purposes

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

OHIO DEPARTMENT OF TRANSPORTATION

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Proposal for Bidding Purposes

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

BID: Escanaba WWTP Digester Roof Restoration

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

ALASKA MORTGAGE LICENSEE SURETY BOND

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

Cherokee County Board of Commissioners

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

Instructions to Bidders Page 1 of 8

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

BOND FOR FAITHFUL PERFORMANCE

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

MAIN'TENANCE BOND. Pasco County, Florida, a political subdivision of the State of Florida, by and through its Board of County

APPLICATION FOR 2019 SEWER AND WATER BUILDER S LICENSE

Part VIII Material and Construction Specifications

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

SAMPLE CIGARETTE TAX CREDIT PURCHASE BOND

SOURCE ONE SURETY, LLC.

CONTRACT AND BOND FORMS FOR

LAND IMPROVEMENT AGREEMENT

Alaska Railroad Corporation

City Of Oneida. Invitation for Bids

E&S PERFORMANCE BOND

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

TERMS AND CONDITIONS OF THE INVITATION TO BID

WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

INSTRUCTIONS TO BIDDERS Medical Center

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

DEVELOPMENT AGREEMENT (CAR )

RECEIVED AT WHICH TIME BIDS

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

AN ORDINANCE AFFIRMING ADOPTION OF A DEVELOPMENT PLAN, DEVELOPMENT AREA, AND DEVELOPMENT PROJECT UNDER THE AUTHORITY OF

BID PACKAGE BLUE GRASS AIRPORT LEXINGTON, KENTUCKY UNIFORM SERVICE

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

BID ON ALUMINUM SULFATE

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

Protest Procedures. Any issues raised by the protesting party after the seven (7) calendar day period shall not be considered as part of the protest.

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

SUBDIVISION AGREEMENT

Resolution No. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ARLINGTON, TEXAS: II.

City of Mexico Beach Replacement of Fire Department Roofing Shingles

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

BOND INSTRUCTIONS 1. IF THE PRINCIPAL IS AN INDIVIDUAL OR PARTNERSHIP:

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

FINANCIAL WARRANTY CORPORATE SURETY

Central Unified School District Request for Proposal

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

Termination for Default,

Transcription:

RESOLUTION NO. 2016-_3_.. _7_0 CAD/hs A RESOLUTION ACCEPTING THE PROPOSAL OF GREEN CONSTRUCTION TECHNOLOGIES, INC. PERTAINING TO CONTRACT 16-C-00012; DALE MABRY HIGHWAY LIVING MEMORIAL, FOR THE IN THE AMOUNT OF $1,410,206.75; AUTHORIZING THE EXECUTION OF THE CONTRACT BY THE MAYOR OF THE CITY OF TAMPA; PROVIDING AN EFFECTIVE DATE. WHEREAS, on February 16, 2016, the Mayor received bids, tabulation of such bids being hereto attached for informational purposes, for the construction of Dale Mabry Highway Living Memorial, and recommends to this Council that the proposal of Green Construction Technologies, Inc. be accepted, funds therefore being available in the appropriate account; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF TAMPA, FLORIDA, THAT: NOW, THEREFORE, Section 1. The proposal of Green Construction Technologies, Inc. in the total amount of $1,410,206.75 for construction of the Dale Mabry Highway Living Memorial, in accordance with plans, specifications and other related contract documents prepared by the Contract Administration Department, is hereby approved and accepted; and the Contract is hereby awarded to the said Contractor. Section 2. This Resolution, which is not part of the contract documents, authorizes the Mayor to execute and the City Clerk to attest and affix the official seal of the City of Tampa to the Contract for and on behalf of the City of Tampa. Section 3. Plans, specifications and contract documents for the construction of said Project, which documents are now on file in the office of the Contract Administration Department of the City of Tampa, are hereby approved in their entirety or in substantially similar form. Section 4. The Director of the Contract Administration Department is hereby authorized to issue, in written form only, work directive changes authorizing additions, deletions or revisions resulting from unforeseen conditions or emergencies, said directives to be incorporated in subsequently issued change orders approved by the City Council. Section 5. Any and all technical errors, informalities and irregularities in the proposal of the Contractor are hereby waived. Section 6. The bid security of the bidders shall be returned in accordance with the provisions of the contract documents for this project. Section 7. Award of this contract for construction of the Dale Mabry Gateway to MacDill Air Force Base project for $1,410,206.75 for the Parks and Recreation Department is available within the Parks and Recreation Grants Capital Projects Fund and the Community Investment Tax Capital Projects Fund. Section 8. Other proper officers of the City of Tampa are authorized to do all things necessary and proper in order to carry out and make effective the provisions of this Resolution, which shall take effect immediately upon its adoption. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF TAMPA, FLORIDA ON MAY O 5?Q j 6. APPROVED AS TO LEGAL SUFFICIENCY BY: Rachel S. Peterkin, Assistant City Attorney ATTEST: *1 % for Art: No ~1 hf-~ f)tj/~-/t)

City of Tampa BID TABULATION Contract 16-C-00012; Dale Mabry Highway Living Memorial Bid Opening - February 16, 2016 Posted February 16, 2016 CONTRACTOR TOTAL BID AMOUNT Green Construction Technologies, Inc. $1,410,206.75 Morelli Landscaping, Inc. $1,650,000.00 Notice of Intent to Award: Unless subsequently indicated otherwise, in a revised posting, the City of Tampa intends to award the referenced project to the lowest bidder listed in this tabulation. A bidder aggrieved by this decision may file a protest not later than 4:30 P.M., five (5) business days from the first posting hereof, pursuant to City of Tampa Code Chapter 2, Article V, Division 3, Section 2-282, Procurement Protest Procedures. Protests not conforming therewith shall not be reviewed. Bids Received By: Jim Greiner Jim Greiner, P.E. City of Tampa - Contract Administration Department 306 E. Jackson Street - 4N Tampa, FL 33602

Contract 16-C-00012; Dale Mabry Highway Living Memorial PROPOSAL To the Mayor and City Council of the City of Tampa, Florida: Name of Bidder a1ca12 ttj/ls!-radtcja.!leelin~l(jt,es. T 11(!,. (/$- 6~3-81 {%(!/- cjil./-; ~ + 1 Business Phone Number and Email Address (J,.l!~f:,Lf {!011..s f'm 'tjll7ei All d1 ;es; :t:11<!..,. d 130 A/ L.5 terraet, W1 I-ton /)1tlll!JI' S; ~ /. t3,3().5 Business Name and Mailing Address l 95i Sh3 ~ 337q Ch r 1s./--mt2,tu In Phone Number and Name of Contact Regarding Permits /};fr1d:; fiµ)j/) b60jyo~ ;g3 Contractor/Qualifiers Name and Federal Identification Number Date of Proposal fe,e>/'lu:2f'~ /~,, c2t)~ Names and Residential Addresses of Partners (If Bidder is a firm, fill in the following blanks): Organized under the laws of the State of (If Bidder is a corporation, fill in the following blanks): h_~_o_r~/~d~a_; ~ - --------- Names and Address of President ehr1.sj1/ul; L r01[l cz?:fts'o J/ /5 7 r /'~/ u/dma /YJ@ fjr. ~ E/...11.:JtJ5 Name and Address of Vice President.la,-/-t, 1<1., f. r w I IJ 0:ftfrlv - ;J./.3& JJE 1.51 rr~, LJ1/r/rJI(_!Jt@tJ/1~ tc! 33'stJ5 Name and Address of Secretary y /arnt!i? ~ttt);µ Names and Address of Treasurer la:1?2 1 e k, r firw 1~ P-1

Contract 16-C-00012; Dale Mabry Highway Living Memorial The above-named Bidder affirms and declares: (1) That the Bidder is of lawful age ~nd that no other person, firm or corporation has any interest in this Proposal or in the Contract proposed to be entered into. (2) That this Proposal is made without any understanding, agreement or connection with any other person, firm, or corporation making Proposal for the same purposes, and is in all respects fair and without collusion or fraud. (3) That the Bidder is not in arrears to the City of Tampa, upon debt or contract, and is not a defaulter, as surety or otherwise, upon any obligation to the City of Tampa. (4) That no officer or employee or person whose salary is payable in whole or in part from the City Treasury is, shall be or become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise, in this Proposal, or in the performance of the Contract, or in the supplies, materials, or equipment and work or labor to which it relates, or in any portion of the profits thereof. (5) That the Bidder has carefully examined the site of the work and that, from his own investigations, he has satisfied himself as to the nature and location of the work, the character, quality, and quantity of materials and the kinds and extent of equipment and other facilities needed for the performance of the work, the general and local conditions and all difficulties to be encountered, and all other items which may, in any way, affect the work or its performance. (6) That the Bidder )( Has not (Check applicable box) Has; Treasury Number previously performed work under the President's Executive Order Nos. 11246 and 11375. (7) That the undersigned, as Bidder, also declares that he has carefully examined and fully understands all the component parts of the Contract Documents and agrees that he will execute the Contract and finish the required Performance Bond and will completely perform the work in strict accordance with the terms.of the Contract and the Contract Documents therein referred to for the following prices, to wit: P-2

Contract 16-C-00012; Dale Mabry Highway Living Memorial Contract Item No. Estimated Quantity Description and Price in Words Computed Total Price for Item in Figures BASE BID LS The work includes the furnishing of all labor, equipment, and material for new landscaping with planting beds and mulch along with zone irrigation and controllers, new irrigation wells and controllers, any allowances that may be listed in Section 01020, and with all associated work required for a complete project in accordance with the Contract Documents. and Se.. :ve.v\b kllfl,cents (BASE BID) LS P-3

Contract 16-C-00012; Dale Mabry Highway Living Memorial Computed Total Price In Words: v V1i H d I I '{) n 11ru.v,,,,. Q '-'l'-+. X, Computed Total Price in Figures: $, /+- ; _.tf -'--- dollars and Se vv1/lt- h,11'-l. cents. '--! _0-+1- ;}._ ----"-- Q_{g_,_ '}_~--------- The bidder acknowledges that the following addenda have been received and that the changes covered by the addendum(s) have been taken into account in this proposal: #1 _ #2 _ #3 _ #4_ #5_. The bidder acknowledges the requirements of the City of Tampa's Equal Business Opportunity Program. Bidder acknowledges that included in the various items of the proposal and the Total Bid Price are costs for complying with the Florida Trench Safety Act (90096), (Laws of Fla.) effective October 1, 1990. The bidder further identifies the costs to be summarized below: Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF, SY) Quantity Cost Cost A. S, ~li Sll)t L-\~ A <;,v.;.c,w. J.fo.oo 1 0D. B. C. D. Total Cost$ TD t:>. P-4

Good Faith Effort Compliance PlanforSmallLocalBusinessSubcontracting City of Tampa - Equal Business Opportunity Program Contract.!L!'-ffe~ULUI.~L.f+tsa~{(LL!:.=!..:~~~,.a:,.{L!Jrd.!f..UIJ...:...,... Bid Date c><- /IP I~ Bidder Signature Date tsl - I~ - It,:, Name is f 'n I Title...!... P... r_,e=s=..,..;:,ne ='-=-'T The following Compliance Plan is a true report of Good Faith Efforts made to accomplish subcontracting goals for Small Local Business Enterprises, SLBEs, on the referenced contract: o The goal for SLBE participation has been met or exceeded. See the DMI form reporting subcontractors to be utilized. (Check Box, if appropriate; the remainder of the Compliance Plan need not be reported.) )qjthe goal for SLBE participation has not been met. The following is a recap of Good Faith Efforts made: (Check applicable boxes below. Enclose additional documents, and/or add remarks below as needed.) ( 1) Soliciting through reasonable and available means the interest of SLBEs that have the capability to perform the work of the contract. The Bidder or Contractor must solicit this interes,within sufficient time to allow the SLBEs to respond. The Bidder or Contractor must take appropriate steps to follow up initial solicitations with interested SLBEs. J;iSee DMI report forms for subcontractors solicited. ~ See enclosed supplemental data on solicitation efforts. o Remarks: (2) Providing interested SLBEs with adequate information about the plans, specifications. and requirements of the contract, including addenda, in a timely manner to assist them in responding to the solicitation...lgsee enclosed sample solicitation. o Remarks: (3) Negotiating in good faith with interested SLBEs that have submitted bids. Documentation of negotiation must include the names. addresses, and telephone numbers of SLBEs that were solicited; the date of each such solicitation; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why agreements could not be reached with SLBEs to perform the work. That there may be some additional costs involved in soliciting and using SLBEs is not a sufficient reason for a contractor's failure to meet the goals, as long as such costs are reasonable. Bidders are not required to accept higher quotes in order to meet the goal. o DMI subcontractor-utilized forms reflect successful negotiations o This project is of~ l9w-bid nature and negotiations are lim[ted to clarifications of scope and specifications. o See enclosed document. ~ emarks: f,/0 one.,s\l-b\'nt \\t.ct. ll b-,cl "\t> U.$. ( 4) Not rejecting SLBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The SLBEs standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations are not legitimate causes for rejecting or not soliciting bids to meet the goals. )GNot applicable. o See attached explanation for rejection of a low-bidding subcontractor's bid. o Remarks: (5) (6) (7) Making a portion of the work available to SLBE subcontractors and suppliers and to select those portions of the work or material consistent with the available SLBE subcontractors and suppliers. so as to facilitate meeting the goal. o Sub-Contractors were allowed to bid on their own choic~ of wprk or trade without restriction I~ a p_re-determineq portion.!=i See enclqsed comrrients. ~ Remarks: We.. 0 V\ l u ~o he., -kd 'C.,\eC... tnc 1ct..n S, ~":, -+\')a..,1' \ 5 -t\-\.t. \ \ S-\- CJ \ vlv\ \ Y'I b \ 0. -pc:1.a.. ll g<... ' J Making good faith efforts, despite the ability or desire of a Bidder or Contractor to perform the work of a contract with its own organization. A Bidder or Contractor who desires to self-perform the work of a contract must demonstrate good faith efforts unless the goal has been met. ~ b-contractors were not prohibited from submitting bids on work not usually sub-contracted. o Remarks: Selecting portions of the work to be performed by SLBEs in order to increase the likelihood that the goals will be met. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate SLBE participation, even when the Bidder or Contractor might otherwise prefer to perform these work items with its own forces. o Sub-Contractors were allowed to bid on their own choice of work or trade without restriction to a pre-determined portion. ~b-contractors were not prohibited from submitting bids on work not usually sub-contracted. o See enclosed comments. o Remarks: (8) Making efforts to assist interested SLBEs in obtaining bonding, lines of credit, or insurance as required by the city or contractor. ~ solicitation o see enclosed document. o Remarks: e enclosed sample (9) (10) Making efforts to assist interested SLBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, including participation in a City. sponsored mentor-protege program. ~ ee enclosed sample solicitation. o See enclosed document. o Remarks: Effectively using the services of the City and other organizations that provide assistance in the recruitment and placement of SLBEs. o See enclosed document. o The following senices were used: Other Supporting Good Faith Efforts: o See enclosed document. o Remarks: MBD Office 3 9 2009 GFECP Page I of2

T~ [) No Firms were contacted/solicited for this contract. [] No Firms were contacted because:,j'see attached documents with supplemental information. NIGP Code General Categories: Buildings = 909, General = 912, Heavy = 913, Trades= 914, Architects= 906, Engineers & Surveyors= 925, Supplier = 912-77 This DMI Schedule Must Be Submitted with the Bid or Pro osal Do Not Modi This Form S = SLBE Trade or Contact W=WMBE Company Name Services Method L=Letter Address NIGP Code F=Fax Phone & Fax Federal ID (listed E=Email above) P=Phone fj JY- Sl}JI.. B q;4 118~/BE~ )It/ :r:.? E p F- i:::> SIJJll3 9JL( p SllJLB S;>JLB CJJt/ Quote or Resp. Rec'd YIN /UO NO JJo ~? ;;' p!ji/ q;'-f E? IJ~-r. ;J() It is hereby certified that the information provided is an accurate and true account of contacts and solicitations for sub - contracting opportunitieson this contract. This form must be completed and submitted with the bid or ro osal odi in or failin s1 n DMI forms ma result in Non-Com liance and/or deemed non-res onsive. \!.:_.!..~~ ~ ~~- ~ _2::,,..p...,:::;_.:::,,.,,.,,... Name/Title: /1'(J SI!>E JL/C Date:.;1.~ I 4, -f & ote: Detailed Instructions for completing this form are on the next page

Page 1 of 4 DMI - Solicited/Utilized City of Tampa -DMI -Schedule of All Sub-(Contractors/Consultants/Suppliers) Solicited (FORM MBD-10) ;. L. 'YI M 'e)i! t..., [] No Firms were contacted/solicited for this contract. []NoFirmswereco~actedbecause:~~~~~~~~~~~~~~~~~~~~~~~~~ ~ ee attached documents with supplemental information. NIGP Code General Categories: Buildings= 909. General= 912. Heavy= 913, Trades= 914. Architects= 906, Engineers & Surveyors = 925, Supplier = 912-77 This DMI Schedule Must Be Submitted with the Bid or Pro osal Do Not Modi This Form S = SLBE W=WMBE Federal ID Company Name Address Type of Olmership (F=Female M=Male) Trade or Contact BF BM = African Am. Services Method HF HM = Hispanic L=Letter Am. NIGP Code F=Fax Phone & Fax AF AM = Asian Am. (listed E=Email NF NM = Native Am. above) P=Phone - CF CM = Caucasian SL8 91L/ c. p Iii/ 3LB. DJ JL/ 911 E q;tf E Quote or Resp. Rec'd YIN NO It is hereby certified that the information provided is an accurate and true account of contacts and solicitations for sub - contracting opportunitieson this contract. This form must be completed and submitted with the bid or. di in or failin to s DMI forms ma result in Non-Com liance and/or deemed non-res onsive. ~~7""- v..._~~~=.1,-f-+-~=- ~ - Name/Title:./hf N.Q_: Detailed Instructions (or completing this form are on the next page.s1i:t:vr Date: 0-, I f.o --/ 0

Page 3 of 4DMI - Solicited/Utilized City of Tampa -DMI Schedule of Sub-(Contractors/Consultants/Suppliers) to be Utilized (FORM MBD-20). Contract No.: lh-c... QD?O I Contract Name: D2, le!y)ctlo~ l+:ihuj~ l 1 tlj QS [Y{L//YlOY!Cif Contractor Name:~)t:e(tJ Ct2bs:hucbo1?<ch. Addres: 130 6 Jc -ruv ~1/fn.,l7tUWYf~ f:t Federal ID:feS: of0e-j3 3 Phone: tjs?f-513-13:li Fax: 92/:- 5e?-&rl3 Email:j<tf< _9C:@bdY~ Ad- 3 0 "! ) -k'see attached documents. [ f No Subcontracting (of any kind) will be performed on this contract. NJGP Code General Categories: Buildings= 909, General= 91 2, Heavy= 913, Trades = 914, Architects= 906, Engineers & Surveyors= 925, Supplier = 912-77 This DMI Schedule Must Be Submitted with the Bid or Proposal (Do Not Modify This Form) Enter s for flu!ls Certified as Small l ocal Business Enterprises, 'W' for firms Certified as WomenlMinoritv Business Enterorise Type of Ownership Trade, S=~BE (F=Female M=Male) Services, Amount W=WMBE Company Name BF BM = African Am. or Materials of Quote. Address HF HM = Hispanic Am. Letter of Phone & Fax AF AM = Asian Am. NIGPCode Intent if Federal ID NF NM = Native Am. Listed available. CF CM = Caucasian above il)o Y\..t_.... Percent of Scope/Contract % Yrv JI uuv. no Total SubcontracUSupplier Utilization$.. I Total SLBE Utilization$ a / Total WMBE Utilization $ t>1 Percent SLBE Utilization of Total Bid/Proposal Amt. j;) % Percent WMBE Utilization of Total Bid/Pro p osal Amt. {2_% It is hereby certified that the following information is a true and accurate account of utilization for sub-contracting opportunities on this contract. This form must be com feted and submitted with the bid or ro osal. Modifying or failing to sign DMI forms may result in Non-C Ii nceand/or deeme on res onsive...?, ~\.-.Yt~tw'l:,l_ L ~ 1 ~. ~ - --1.J.~.o..c::~~=J==~:::::::::::~-- Name/TJtle: ~ s,d o.ot:: Date: d~ lb - /0. ote: Detailed Instructions for completing this form are on the next page.

Contract 16-C-00012; Dale Mabry Highway Living Memorial Accompanying this Proposal is a certified check, cashier's check or Bid Bond (form included herein must be used) for at least five (5) percent of the total amount of the Proposal which check shall become the property of the City of Tampa, or which bond shall become forthwith due and payable to the City of Tampa, if this Proposal shall be accepted by the City of Tampa and the undersigned shall fail to execute a contract with and to furnish the required Public Construction Bond to the City of Tampa within twenty (20) days after the date of receipt of written Notice of Award by the City of Tampa to the undersigned so to do../ Dated Wo vu_a,vy \ (o, 2o_lp ~ M,, &!ls+tm +t tjj1- /~J lllj /o 1 ites 1 -:Cr,<!., ( ame of Bidder) o2!& l.je 15rbrrt.UL. tj,lkj1ilj'/t1.11zj/'~,:-; 3.33()5 9dress of Bidder) _-.--- 7 AFFIX CORPORATE SEAL P-5

(ACKNOWLEDGMENT OF PRINCIPAL) STATE OF nt>y\jq ) ) SS: COUNTY OF f)'yb-w~ ) For a Corporation: STATE OF g ~e,\c\.._1 COUNTY OF 6Yllli)~OI The foregoing instrument was ack ~ d before me this.it: of Ef_brua,vy, 20 l~!?.t-(!,hn L 5rw1~/} of G ru'.yl Co t" ~ch n, a PL corporation, on behalf of the cor ration. He/s~ personally known o has_ produced as identification. For an Individual: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ of, 20_ by who is _ personally known to me or has _ produced as identification. Notary My Commission Expires: For a Firm: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ of, 20_ by who signed on behalf of the said firm. He/she is _ personally known or has _ produced as identification. Notary My Commission Expires: P-6

TAMPA BIO BOND Contract 16-C-00012; Dale Mabry Highway Living Memorial KNOW ALL MEN BY THESE PRESENTS. that we.. GR~N CONSTRUCTION TE<::_HNOLOGIES, INC. UNITED STATES FIRE INSURANCE COMPANY (hereinarter called the Principal) and----------- (hereinafter called the Surety) a Corporation chartered and existing under the laws of the State of Delaware, wilh its principal offices in the City of Morristown, New Jersey, and authorized to do business in the State of Florida, are held and firmly bound unto the City of Tampa, a Municipal Corporation of Hiiisborough County, Florida. in the full and just sum of 5% of the amount of th~proposal\ good and lawful money of the United Stales of America. to be paid upon demand of the City of Tampa, Florida, to which payment will and truly lo be made we bind ourselves. our heirs, executors. administrators. successors, and assigns. jointly and severally and firmly these presents. WHEREAS, the Principal is about lo submit, or has submitted to the City of Tampa. Florida, a Proposal for the construction of certain facilities for the City designated Contract 16-C-00012. Dale Mabry Highway Living Memorial. WHEREAS, the Principal desires lo file this Bond in accordance with law. in lieu of a certified Bidder's check otherwise required to accompany this Proposal. NOW, THEREFORE: The conditions of this obligation are such that if the Proposal be accepted, the Principal shall. within twenty (20) days after the date of receipt of written Notice of Award. execute a contract in accordance wilh the Proposal and upon the terms. conditions and price set forth therein. in the form and manner required by the City of Tampa. Florida and execute a sufficient and satisfactory Public Construction Bond payable to the City of Tampa, Florida in an amount of one hundred percent (100%) of the total contract price, in form and with security satisfactory to said City, then this Bid Bond obligation is to be void; otherwise lo be and remain in full force and virtue in law, and the Surety shall, upon failure of lhe Principal to comply with any or all of the foregoing requirements within the time specified above. immediately pay lo the aforesaid City, upon demand, the amount thereof. 1n good and lawful money of the United States of America, not as a penalty, but as liquidated damc1ges. IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this E dayof February - --' 20~. Principal (SEAL) Charles J. Nielson Producing Agent Nielson, Hoover & Company, 8000 Governors Square Blvd.,# IOI, Miami Lakes, FL 33016 Producing Agent's Address Nielson, Hoover & Company Name of Agency- The addition of such phrases as not to exceed" or like import shall render the (Bid) (Proposal)non-responsive. 88-1

KNOW ALL MEN BY, state of Delaware, has ma each, its true and lawful Any and all bonds and Insurance Company there officers of United States :1 s~1 r limits the act of those named th ranee Company except in the mann nited States Fire Insurance Com ted, and does hereby make, constitut II power and authority hereby con ther documents that the ordina EY NCECOMPANY STOWN, NEW JERSEY,1 I nized and existing under the law Joseph Penichet Nielson, Nielson, Shawn Alan Burton rtakings specifically named ther stated. I I d stead, to execute, acknowledge a ay require, and to bind United and acknowledged by the regular g: Seven Million, Five Hundred 92 ity to bind uthorize by resolution, the Chai ant Secretary shall have power on b (a) to execute, a ~ tile lly or by facsimile to, acknowle' " and documents w~ l v 1 its business including, without recognizances, po~ of tions of any powers of attorney, releases, satisfactions and agency agreements; ontracts, obligations, instrumen bonds, guarantees, undertakings surance, deeds, leases, mortgages,, writing, one or more persons fo oration. entioned in the preceding paragr e ~1~ ' Signatures. The signature of a e Corporation to sign any bond Article III, Offic guarantees, unde lations, powers of attorney or re Homey and policies of insuranc 11 issued by the Co, ffiin csimile, lithographed or otherwise,,,, M nd as authorized by the Board o Directors, dividend warrants or checks, or other numerous instruments similar to one another m orm, may be signed by the facsimile natures, lithographed or otherwi ~ or officers of the Corporation n such instruments on behalf of ration may continue to use for re of any person or persons who or officers of the Corporation, n ave ceased to be such at the time when such ins rumen s s all e issued. IN WITNESS WHERE ~-~1 ranee Company has caused th corporate seal hereunto a x~1 2015. ~ "' ~,,, UNITED ST attested by its appropriate offi State of New Jersey} County of Morris } I ust, 2015 before me, a Notary pubr gf o be the individual and officer d nee Company thereto by the auth I, came the above named officer of edged that he executed the fore c Company, to the seal of eb, 20 16