Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022 12 12 Consent 305 - Central Winds Park Pickleball Project
• CONSENT AGENDA ITEM 305 Incnrinreted CITY COMMISSION AGENDA I DECEMBER 12, 2022 REGULAR MEETING 1454 TITLE Central Winds Park Pickleball Project SUMMARY On May 23, 2022 the commission approved the proposed pickleball stadium project and approved a budget at that time of$2,294,452.60. Since that time, the construction/site plans were approved by the St.Johns River Water Management District. Following this approval an ITB # 10-22 LH was issued on October 10, 2022 for the Site Work, Parking Lot and Storm Water for the Central Winds Pickleball Courts. Six Companies attended the mandatory site visit held on October 20, 2022 at gam. Of the six that attended, two companies submitted bids on November 17, 2022. All Terrain Tractor Service, Inc. submitted the lowest responsive bid at $2,056,621 .20. The other two parts of this project are the Restroom and the 14 Pickleball Courts. These five parts of the project is what the initial approval obtained on May 23, 2022 included for $2,294,452.60. Over the past 7 months, inflation and labor and material shortages have created an increase in costs. Considering these price increases the following is the current cost of the project: Site Work $ 568,633.32 Parking Lot $ 827,983.12 Storm Water $ 660,004.76 Restroom $ 175,000.00 Pickleball Courts $ 374,400.00 Current Cost $2,606,021 .20 Approved Funding on 5/23/22 $2,294,452.60 Additional Funding Required $ 311,569.00 Staff recommends approving an additional $311,569 to cover increased cost of project due to inflation. In regards to the city budget, the completion of the ITB process meant that 103 some funds from the FY 2022 Budget for this project were not rolled over into FY2023. Those unspent dollars returned to the fund balance of Fund #303 (Perk Up Parks Fund). As a result of both factors, a FY2023 budget amendment in the amount of$647,521 will need to be included in the mid- year budget amendment list to be presented at a later date. RECOMMENDATION Staff recommends the City Commission accept and award the ITB #10-22 LH bid received to All Terrain Tractor, Inc. in the amount of$2,056,621 .20 (Two Million, Fifty-six Thousand, Six Hundred and Twenty-one Dollars and Twenty cents). In addition, Staff recommends City Commission approve an additional $311,569 for the Pickleball Project. City Commission directs the City Manger and City Attorney to prepare and execute any and all applicable contract documents consistent with this agenda. 104 LO 0 COPY IT IS THE BIDDERS RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE,DIVISION OF CORPORATIONS ..Y _ G)Proof of corporate signer must be submitted with Proposal. If not submitted, proposer will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution. BIDDER NAME: All Terrain Tractor Service, Inc. TAX 1D#SNN or EIN: 86-116001 PROPOSER ADDRESS: 1980 Cameron Ave. Sanford, FL 32771 PURCHASE ORDER ADDRESS: 1980 Cameron Ave. Sanford, FL 32771 PHONE NUMBER: 386-218-6969 COMPANY WEBSITE: https://allterraintractorservice.com COMPANY CONTACT (REP): Landon Massa CONTACT EMAIL ADDRESS: Estimating@allterraintractorservice.com TOTAL BID AMOUNT: $2,056,621.20 NAME& TITLE: LandonjMa'4sp, qhief Estimator SIGNATURE: cG 0 REFERENCE INFORMATION FORM • BID#:10-22 LH p CENTRAL WINDS PARK PICKLEBALL COURTS SITE WORK Organization: Gomez Construction / Myrtle Ave Streetscapes Contact Person: Steve R. Corrow Address: 750 Jackson Ave city: Winter Park State: Florida zip: 32789 Phone Number: ( 407 ) 375-3286 Project Cost: $1,301,283.38 Date Performed: 2021 Organization: Jack Jennings & Sons / Edyth Bush Contact Person: Jack Jennings Address: 1030 Wilfred Dr. City: Orlando State: Florida Zip: 32803 Phone Number: ( 407 ) 896-8181 Project Cost: $255,356.24 Date Performed: 2020 Organization: Arco National Construction / Coca Cola Building Expansion Contact Person: _Trenton Squiers Address: 5015 NW Cancal Street. Suite 110 City: Riverside State: MO zip: 64150 Phone Number: ( 816 )332-3025 Project Cost: $2,492,855.31 Date Performed: Current Representative Typed Name/Title Lisa Cupp, Estimating Assistant Representative Signature 8 Firm All Terrain Tractor Service, Inc. ti 0 INSURANCE REQUIREMENT FORM O Insurance Type Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Worker's Compensation Statutory Limits Employer's Liability $1,000,000 each accident, single limit per occurrence Commercial General $1,000,000 single limit per occurrence Liability $3,000,000 aggregate for Bodily Injury Liability& Property Damage Liability. (Occurrence Form) This shall include Premises and Operations; Independent Contractors; Products patterned after the current &Completed Operations&Contractual Liability. ISO form To the maximum extent permitted by Florida law,the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Indemnification Springs, its officers and employees from any and all liabilities,damages, losses and costs, including,but not limited to, reasonable attorneys' fees and paralegals' fees,to the extent caused by the negligence,recklessness,or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. •I Automobile Liability $1,000,000 each person; Bodily Injury& Property Damage,Owned/Non- owned/Hired; Automobile Included. O Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as"Additional Insured"on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty(30)days cancellation notice required. The undersigned firm agrees to obtain, prior to award, if selected,insurance as stated above. All Terrain Tractor Service, Inc. Bidder -AUL Authorized Signature Christine Crow, President Officer Title November 17, 2022 Date 0 uz 0 ACOR" O DATE(MM/DD/YYYY) ��. CERTIFICATE OF LIABILITY INSURAN 09/19/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Melissa Adrian,CPSR NAME: Caton-Nosey Insurance PHONE (386)767-3161 FAX No: (386)760-1770 AIC No Ext: 3731 Nova Rd. E-MAIL melissa@catonhosey.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Port Orange FL 32129 INSURERA: National Trust Insurance Company 20141 INSURED INSURER B: Monroe Guaranty 32506 All Terrain Tractor Service Inc INSURER c: FCCI Insurance Group,Inc 10178 1980 Cameron Avenue INSURER D: Zenith Insurance Company 13269 INSURER E: Sanford FL 32771 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2291929088 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEAUULIbUtJK POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM Y) MMIDD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE T57—EIRTT CLAIMS-MADE FXI OCCUR PREMISES Ea occurr0ence $ 300,000 X XCU Included MED EXP(Any one person) $ 10,000 A X Contractual Liability GL 100053284-03 10/01/2022 10/01/2023 PERSONAL&ADV INJURY $ 1,000,000 HXGEIN'LAGGREGATE LIMITAPPLIES PER. GENERAL AGGREGATE $ 2,000,000 POLICY FPRO FLOC PRODUCTS-COMP/OPAGG $ 2,000,000 JECT OTHER. $3,000 Per Claim PD Ded $ AUTOMOBILE LIABILITY COMBINED SINGE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED CA100053285-03 10/01/2022 10/01/2023 BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident PIP-Basic S 10,000 ;ANY UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS-MADE LIMB100053289-0310/01/2022 10/01/2023 AGGREGATE $ 5,000,000 DED X RETENTION S 10,000 $ PER RKERS COMPENSATION X STATUTE EERH EMPLOYERS'LIABILITY Y/N 1,000,000 D PROPRIETOR/PARTNER/EXECUTIVE F NIA Z135480905 12/31/2021 12/31/2022 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S Rented&Leased Equipment C CM 100053290-03 10/01/2022 10/01/2023 Limit $300,000 Deductible $1,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Winter Springs ACCORDANCE WITH THE POLICY PROVISIONS. 1126 E.SR 434 AUTHORIZED REPRESENTATIVE Winter Springs FL 32708 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 0) 0 SCRUTINIZED COMPANY CERTIFICATION COPY Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes(2017),a company is ineligible to,and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: a. Any amount if,at the time of bidding on,submitting a proposal for, or entering into or renewing such contract,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b. One million dollars or more if,at the time of bidding on, submitting a proposal for,or entering into or renewing such contract,the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law,the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must subunit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a. The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; b. Been placed on the Scrutinized Companies that Boycott Israel List or c. Is engaged in a boycott of Israel;or d. Been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing,to the Contractor of any determination concerning a false certification. a. The Contractor shall have five (5)days from receipt of notice to refute the false certification allegation. b. If such false certification is discovered during the active contract term,the Contractor shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 0 COPY THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor, owners,or principals are aware of the requirements of Section 287.135, Florida Statutes; and b. The Vendor, owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel;and c. For contracts of one million dollars or more,the Vendor,owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and,further,are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract,the Vendor, owners, or principals will immediately notify the City in writing if any of its company, owners,or principals: are placed on the Scrutinized Companies that Boycott Israel List,the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List;engage in a boycott of Israel;or engage in business operations in Cuba or Syria. (Authorized Signature) Christine Crow, President (Printed Name and Title) _All Terrain Tractor Service, Inc. (Name of Vendor) STATE OF Florida COUNTY OF Seminole The foregoing instrument was acknowledged before me by means of(-le6 physical presence or( )online notarization, this n»� '10th day of 2022 , [YEAR],by '(Nr-tC ,SL)L- the�� �5� ��_��� of t\ 1eVf,tt;�tr,�(� _k,)l who is personally known to me or who produced as identification. Notary Public V Y C_ Z JuL�_ _- '' Print Name: Melissa Tompkins My Corn nission Expires: MELISSA R.T 01M P1.0j'43 Ct MMISSION it GG 2923112 �> , I`y i IBES;Petruari 15 023 J L � �l, ui1^t~�yP+Jtl�Und.�s,i, i COPY � NON-COLLUSION AFFIDAVID OF PRIME RESPONDENT STATE OF Florida ) COUNTY OF Seminole ) Christine Crow being duly sworn,deposes and says that: (1) He/she is President of All Terrain Tractor Service, Inc. Title Firm/Company The respondent that has submitted the attached response. (2) He/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4)Neither the said respondent nor any of its officers, partners,owners, agent representatives, employees or parties in interest including this affiant,has in any way, colluded, conspired, or agreed, directly or indirectly, with any other respondent, firm or person, to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly,sought by Agreement or collusion or communication or conference with any other responder,firm or person to fix the price or prices in the attached solicitation or of any other respondent,or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion,conspiracy,connivance or unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed Agreement. (5)The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion, conspiracy,or unlawful Agreement on the part of the proposer or any of its agents,representatives,owners,employees, or parties of interest, including affiant. �AC— - President (Signed) (Title) STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was acknowledged before me this L) L by C.�l�' t l�. t (��t- who is personally known to me or who has produced as identification and who did(did not)take an oath. 11 Y )_,c (Signature of Notary Public) Melissa Tompkins _ (Name of Notary Typed, Printed or Stamped)Notary Public (Commission Number) ' ;.. < < ro1� -WAR.fO 4 Irr s'f 3 n: ESY CJNii�.11SS{Cdv i'h( I ,i, {4 ` CS,rtl^il7hruF'.utap+PULE Unt'crnx� F� N DRUG FREE WORKPLACE FORM COPY The undersigned proposer, in accordance with Florida Statute 287.087 hereby certifies that All Terrain Tractor Service, Inc. does: (Narne of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug- free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under contract, employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. All Terrain Tractor Service, Inc. Company Name: C_ Authorized Signature: _ Christine Crow Print Name: President Title: November 17, 2022 Date: M r COPY VERIFICATION OF EMPLOYMENT STATUS USING E-VERIFY The undersigned proposer, in accordance with Florida Statute 448.09 and 448.095 hereby certifies that All Terrain Tractor Service, Inc. IS: (Name of Business) 1. Currently registered with the U.S. Department of Homeland Security's E-Verify system,and is compliant with the requirements of Sections 448.09 and 448.095, Florida Statutes. 2. Has not had any contracts terminated as a result of violations of Sections 448.09 or 448.095, Florida Statutes,that prohibit it from contracting with a public agency. 3. Aware that if it enters into an agreement with a subcontractor,an express provision shall be included in all of its subcontracts requiring subcontractors,who perform work or provide services pursuant to the contract,to use the E-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the contract term. 4. Aware that any subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, and the contractor understands it shall maintain any such affidavits for the duration of the contract, and the contract with the subcontractor must be immediately terminated if the City has a good faith belief that the subcontractor knowingly violated Section 448.09(1), Florida Statutes. S. Aware that in the event the City has a good faith belief that the contractor has knowingly violated Section 448.09 (1), Florida Statutes,the City shall terminate the contract,and the contractor may not be awarded a public contract for a period of at least one(1)year after the date of termination.The contractor may be held liable for any additional costs incurred by the City as a result of termination of the contract. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements All Terrain Tractor Service, Inc. Company Name: U-ic: Authorized Signature: Christine Crow Print Name: President Title: November 17, 2022 Date: �O p� BID BOND FORM KNOW ALL MEN BY THESE PRESENTS,that we, the undersigned, All Terrain Tractor Service,Inc. as Principal,and Merchants Bonding Company(Mutual) as Surety,are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of FIVE PERCENT OF PROPOSED BID Dollars($---S%--- )for the payments of which,well and truly to be made,we hereby jointly and severally bind ourselves,our heirs,executors, administrators,successors,and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF WINTER SPRINGS a certain Bid,attached hereto and hereby made a part hereof to enter into a contract in writing,for the Work described as: Central Winds Park Pickleball Court Site Work NOW,THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same,or in the alternate,if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that,at minimum, includes the terms of the Form of Agreement attached hereto(properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties,as may be required,for the faithful performance and proper fulfillment of such contract,then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America,as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid;and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this 17th day of November , 20 22 ,the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. COPY All Terrain Tractor Service,Inc. rye � ?.��i t:'li••; t t^�r15r�lNt y,J i �1 Z.i') 1980 Cameron Ave.,Sanford,FL 32771 Merchants Bonding Company(Mutual) Natalie C. Demers Don Bramlage, Attorney-In-Fact& ) .ate:i Florida R2dent Agent 4380 St.Johns Pkwy,Ste. 110,Sanford,Florida 32771 t t.i;':•_. • Inquiries: 407-330-3990 cG M.E RC HANT74 , COPY BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Don Bramlage;Edward M Clark;Laura D Mosholder their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 rnnrr :•.RPof? O :•gyp,O�PQ9 . 9 MERCHANTS BONDING COMPANY(MUTUAL) •�;'G ��,2 y:V 'Q�•y�+ MERCHANTS NATIONAL BONDING,INC, �s.—:_2 -o- rn 2003 ;rc�i;� : 1933 b.c: By •... .•;, �Y ..,,'. President STATE OF IOWA •�`'"""" �� ••�'"' COUNTY OF DALLAS ss. On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. XYVIl <s POLLY MASON .;;. Commission Number 750576 My Commission Expires �. /0 January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of November 2022 P • oN110 Nq� cod z 0. 2003 Lj, y 1933 c• Secretary '�•' . may• .aQ:' POA 0018 (1/20) """ COOP FLORIDA TRENCH SAFETY ACT CERTIFICATION Bidder acknowledges that the Bidder must comply with the Florida Trench Safety Act and applicable trench safety standards. Included in the various 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 to be summarized below. The separate item identifying the cost of compliance with trench safety standards shall be based on the linear feet of trench to be excavated. The separate item for special shoring requirements, if any, shall be based on the square feet of shoring used. Every separate item shall indicate the specific method of compliance as well as the cost of that method. Item Trench Safety Measure Unit of Unit Unit Cost Extended Description Measure Cost A 228 HDPE Pipe LF 64 $151.58 $9,701.12 B 23 12" CMP Pipe LF 803 $150.03 $120,474.09 C D This amount disclosed as the cost of compliance with the applicable trench safety requirement does not constitute the extent of the Contractor's obligation to comply with said standards. The contractor shall expend additional sums, at no additional cost to the OWNER(except as may otherwise be provided),which are necessary to so comply. Acceptance of the bid to which this certification and disclosure applies in no way represents that the OWNER or its representatives have evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the bidder, as Contractor, of its sole responsibility to comply with the applicable trench safety requirements. All Terrain Tractor Service, Inc. Name of Firm C�JL_ Authorized Signature November 17, 2022 Date C� o BID TABULATION Op The Bidder hereby indicates the following total units and total prices which represent all materials, labor,equipment, transportation, performance of all operations relative to performance of the project, overhead, and costs of all kinds, and profit to complete the work items in accordance with the Project Manual,plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. SITE WORK Item No. Description I Quantity I Unit I Unit Price TOTAL Clearing & Demolition 1 General Demolition 11.0 LS 27 837.00 $27,837.00 2 Clearing/Grubbing 10.2 AC $15,510.00 $15,510.00 Erosion Control 3 Type III Silt Fence 1,943 LF $1.90 $3,700.00 4 Stabilized Construction Entrance I EA $3,600.00 5 Inlet Protection 11 EA $275.00 3 025.00 Earthwork 6 Cut, Move and Place 370 CY $239.48 $88,607.00 7 Import Fill 9,050 CY $379,919.00 8 Milling Exiting Asphalt 752 SY $14.16 $10,648.32 9 Segmental Block Retaining Wall 755 SF $47.40 $35,787.00 Sub-Total $568,633.32 PARKING LOT Item No. Description I Quantity Unit Unit Price TOTAL Concrete 10 Ribbon Curb 3,451 LF $22.00 $75,922.00 11 Bollard 45 EA $784.00 $35,280.00 12 Striping and Signage 2,649 LF $6940.38 13 4"Concrete Sidewalk 536 SY $62.75 $33,634.00 14 Detectable Warning Pad 78 SF 65.00 15 Wheel Stop 94 EA $105.00 $9,870.00 Paving 16 Linerock Base Group 4 5,090 SY $36.00 $1 83.24n on 17 Linerock Base Group 6 3,047 SY $42.41 18 Plain Cement Pavement 6" 178 SY $143.33 $25,512.74 19 Pervious Pavers 1,752 SY $89.10 $156,103.20 20 Su erpave Asphaltic Concrete, Traffic C 839 TN $199.27 $167,187.53 Sub-Total $827,983.12 STORM SEWER Item Description Quantity Unit Unit Price TOTAL No. ExBltration S stem 21 Contech System 10,557 1 CF $45.15 $476,648.55 Storm Pipe 22 8" HDPE Pie 64 LF $151.58 $9,701.12 23 12" CMP Pipe 803 LF $150.03 $120,474.09 01 Structures 24 P7 Manhole 1 EA $2,925.00 $2,925.00 25 Yard Drain 12 EA 26 Type C Inlet 8 EA $1,887.00 $15'.096.00 Sub-Total $660,004.76 TOTAL BID: Two Million,Fifty-Six Thousand Six Hundred Twenty-one dollars and Twenty Cents DOLLARS (In Words) $ $2,056,621.20 2022 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED c DOCUMENT# P06000025987 Mar 07, 2022 N Entity Name: ALL TERRAIN TRACTOR SERVICE, INC. Secretary of State 6192601555CC Current Principal Place of Business: 1980 CAMERON AVE COF)v SANFORD, FL 32771 Current Mailing Address: 1980 CAMERON AVE SANFORD, FL 32771 US FEI Number: 86-1160001 Certificate of Status Desired: No Name and Address of Current Registered Agent: CROW,JAMES TJR 1980 CAMERON AVE. SANFORD, FL 32771 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title VT Title PS Name CROW,JAMES TJR. Name CROW,CHRISTINE E Address 1980 CAMERON AVE. Address 1980 CAMERON AVE. City-State-Zip: SANFORD FL 32771 City-State-Zip: SANFORD FL 32771 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:CHRISTINE CROW PRESIDENT 03/07/2022 Electronic Signature of Signing Officer/Director Detail Date 11/16/22,2:43 PM Detail by Entity Name r �LORIDADEPARTMENT1 DiviSION OF • •• • r DIVISION / / CORPORATIONS De arta ent of State / Dil isign of C c r or toils / SParcl_ xc,r;a I j�h.hy_cntity_N;jm2 / D Detail by Entity Name Florida Profit Corporation ALL TERRAIN TRACTOR SERVICE, INC. Filing Information Document Number P06000025987 FEI/EIN Number 86-1160001 Date Filed 02/21/2006 State Fl- Status LStatus ACTIVE Last Event AMENDMENT Event Date Filed 06/27/2012 Event Effective Date NONE Principal Address 1980 CAMERON AVE SANFORD, FL 32771 Changed: 01/19/2022 Mailing Address 1980 CAMERON AVE SANFORD, FL 32771 Changed: 01/19/2022 Registered Agent Name&Address CROW, JAMES TJR 1980 Cameron Ave. Sanford, FL 32771 Address Changed: 02/04/2021 Officer/Director Detail Name &Address Title VT CROW, JAMES TJR, 1980 Cameron Ave. Sanford, FL 32771 htti)s://search.sunbiz.orq/lnauirv/CorporationSearch/SearchResultDetail?inciuirvtvr)e=EntitvName&directionTvoe=lnitial&sparrhNampnr(iar=Al I TFRR 119 11/16/22,2:43 PM Detail by Entity Name N N Title PS CROW, CHRISTINE E �O p� 1980 Cameron Ave. Sanford, FL 32771 Annual Reports Report Year Filed Date 2020 01/15/2020 2021 02/04/2021 2022 03/07/2022 Document Images i7;3_''C 7;2Q22___ANNLiAL g[PORT View image in PDF format 02104/2021--ANNUAL REPORT View image in PDF format 01/15/2020--ANNUAL REPORT View image in PDF format 0:3_/22/2119--ANNUAL REPORT View image in PDF format 01!26'2018 -ANNUAL_REPORT View image in PDF format 0"/13/20'17--ANNUAL REPORT View image in PDF format 02/2�!2Q1n.,__AIJNl1AL REPORT View image in PDF forrnat Q2;1g!2015__ANNUAL_RFPORT View image in PDF format 03/07/2014--ANNUAL REPORT View image in PDF format 04/10/2013 ANNUAL REPORT View image in PDF format .06/2712012.__-Amendment View image in PDF format 03/23/2012--ANNUAL REPORT View image in PDF format 02,1,1.7/2011_--ANNUAL REPORT View image in PDF format Q2'Q_1/2010-.-_ANNJAL.RFPORT View image in PDF format 01/08/2009--ANNUAL REPORT View image in PDF format 08,120,'2008_-ANNUAL REPORT View image in PDF format 02/15/2007-_ANNUAL REPORT View image in PDF format 02/21/2006--Domestic Profit View image in PDF format DepartmentFlorida https:Hsearch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ALLTERR... 2/2