HomeMy WebLinkAbout2024 10 14 Regular 500 - Intent to Award ITB 01-24-01 PH: Deceleration Right-Turn Lane at SR 434 and Winding Hollow BlvdREGULAR AGENDA ITEM 500
CITY COMMISSION AGENDA | OCTOBER 14, 2024 REGULAR MEETING
TITLE
Intent to Award ITB 01-24-01 PH: Deceleration Right-Turn Lane at SR 434 and Winding
Hollow Boulevard
SUMMARY
This important roadway safety improvement project was developed with the FDOT in
their Local Agency Program (LAP) efforts. The City has executed the design, permitting
and now the construction of this project. Typically, LAP projects are a shared cost
between the FDOT and the local agency. Remarkably, in light of soaring construction
cost in recent years the Metropolitan Planning Organization (MPO) has agreed to fully
fund the construction of this project. The MPO establishes priority projects for FDOT -
District 5 through their cooperative efforts in working with local City and County
agencies to identify needed projects in Central Florida. Staff recommends that this
construction project be awarded to Atlantic Civil Contractors for $1,594,757.88. The
bid summary is as follows:
Atlantic Civil Contractors $1,594,757.88
Southern Development & Construction $1,842,760.00
Cathcart Construction $1,912,330.50
The expected construction duration is 285 calendar days.
FUNDING SOURCE
This will be funded by a grant agreement through Metropolitan Planning Organization
(MPO) / Florida Department of Transportation (FDOT). Grant revenue and capital
expenditure is included in the Fund 120 Tentative Budget.
RECOMMENDATION
Staff requests Commission approval to award Atlantic Civil Contractors the
construction contract for the proposed deceleration right-turn lane improvements at
SR 434 and Winding Hollow Boulevard.
418
419
420
421
422
423
424
425
426
427
428
429
430
431
432
433
434
435
436
437
438
439
440
441
442
443
444
445
SR 434 @WINDING HOLLOW BLVD
ITB # 01-24-01 PH
8-13-2024 2:00 PM
CITY OF WINTER SPRINGS
WINTER SPRINGS CITY HALL,
1126 EAST STATE ROAD 4341
WINTER SPRINGS, FL 32708
ATTN: STUART MACLEAN,
PROCUREMENT MANAGER
BIDDER
2544 Connection Point
Oviedo, FL 32765
321-251-0535
Contact: Shane Cox 321-251-0535
shane@sdcfl.com
446
Section A – Bidder Information and Acknowledgement Form
447
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 01-24-01 PH
SR434 AT WINDING HOLLOW BLVD.
The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance
with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
BIDDER NAME:
TAX ID# SNN or EIN:
BIDDER ADDRESS:
PURCHASE ORDER ADDRESS:
PHONE NUMBER:
COMPANY WEBSITE:
COMPANY CONTACT (REP):
CONTACT EMAIL ADDRESS:
SIGNATURE:
THE UNDERSIGNED:
A.Acknowledges receipt of:
1.ITB # 01-24-01 PH (FPN 432642-1-58-01) Pertaining To: SR434 At Winding Hollow Blvd.
Addenda Number ________, Dated ____________.
Addenda Number _________, Dated ____________.
B.Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any
misunderstanding regarding the same.
C.Agrees:
1.To hold this Bid open for 90 calendar days after the bid opening date.
2.To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in
compliance with the ITB Documents.
3.To accept the provisions of the Instructions to Bidders.
4.To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.
5.To accomplish the work in accordance with the contract documents.
D.Certifies:
1. That all information contained in this Bid is truthful to the best of my knowledge and belief.
2.That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able
to perform if awarded the Bid.
Stipulated Amount
A.Submit on Bid Tabulation, Appendix A.
Southern Development & Construction Inc
59 - 3249904
2544 Connection Point Oviedo, FL 32765
2544 Connection Point Oviedo, FL 32765
321-251-0535
www.sdcfl.com
Shane R. Cox, VP Estimating
SHANE@SDCFL.COM
8-1-20241
448
Section B – Table of Contents
Page Number
4 Section B – Table of Contents
5 Section C – Introduction Letter
8 Section D – Qualifications
39 Section E – Other Information
40 Section F – Cost & Time
47 Section G – Mandatory Bid Forms
48 Proposal Form 1 – Bidder Information and Acknowledgement Form
49 Proposal Form 2 – Reference Information Form
50 Proposal Form 3 – Insurance Requirement Form
51 Proposal Form 4 – Scrutinized Company Certification
53 Proposal Form 5 – Non-Collusion Affidavit of Prime Bidder
54 Proposal Form 6 - Drug Free Workplace Form
55 Proposal Form 7 – Public Entity Crimes Statement
57 Proposal Form 8 – FDOT Form 375-030-32 Certification
58 Proposal Form 9 – Certification of Non-Segregated Facilities
59 Proposal Form 10- Conflict of Interest Statement
60 Proposal Form 11 – Florida Trench Safety Act Certifications
61 Proposal Form 12 – Byrd Anti-Lobbying Act Certification
62 Proposal Form 13 – FDOT Form # 525-010-46 LAP Capacity Certification
64 Proposal Form 14 – FDOT Form # 373-030-33 & 375-030-34 Lobbying Activities
67 Section H – Florida Corporate Filing
449
Section C – Introduction Letter
450
Southern Development & Construction, Inc
2544 Connection Pt Class V Fire Contractor #07732200012008
Oviedo, FL 32765 Building Contractor BC#060345
Phone (407) 977-9898 Underground Contractor UC#1224501
Fax: 1-866-332-8272 www.SDCFL.com Electrical Contractor EC#13002610
August 14, 2024
ATTN: Stuart MacLean,
Procurement Manager
smaclean@winterspringsfl.org
407-327-7581
RE: INVITATION TO BID:
Sr 434 @ Winding Hollow Blvd, Project FPN 432642-1-58-01
Mr. MacLean,
Southern Development & Construction, Inc (SDC) is pleased to submit this qualification package
in response to your RFP. As a local, Central Florida contractor with more than 35 years
construction experience, our projects rely largely on our own personnel and equipment resources.
With this approach we have ultimate control over the cost, schedule and overall performance of
the project. This affords us the ability to drive the critical path method across all major work
scopes and deliver to the client a project within budget and time parameters.
SDC’s streamlined organizational structure is responsive and efficient. There are only five levels
from our field laborer to the Chief Executive Officer. Our culture is rooted in the autonomy and
empowerment of the employees. We are highly responsive because our people are given the tools
and support to make key decisions. This allows us to quickly respond to project needs without the
typical corporate “red tape”. We have structured our organization in a way that grants optimal
focus to each key service.
As part of preparing our response, we have provided responses to the Invitation to Bid with
attachments as required.
Mr Stuart MacLean
451
Southern Development & Construction, Inc
2544 Connection Pt Class V Fire Contractor #07732200012008
Oviedo, FL 32765 Building Contractor BC#060345
Phone (407) 977-9898 Underground Contractor UC#1224501
Fax: 1-866-332-8272 www.SDCFL.com Electrical Contractor EC#13002610
Procurement Manager
August, 14, 2024
Page 2
In closing, at SDC…..
• Safety Comes First: In fact, our safety director does not have a full-time physical
office—He is in the field every day-- training and inspecting
• We Are About Substance: The Execution is the goal—the dirt, the pipe, the asphalt,
and the sweat we put into each project
• We Hire Talent: Our people require success from themselves
• We Like Action: We typically self-perform 90 percent of most projects, giving us the
unique ability to manage, the primary dynamics of our construction efforts
• We Know Who We Are: SDC is a Heavy Civil Construction Company--- not an agent
or construction manager
We feel our SDC Team has the specific related experience to meet the needs of this Invitation to
Bid. We have enclosed one original and detailed cost proposal to assist in your review.
We thank you for this opportunity to submit our response and look forward to working with you
to ensure that proper civil construction services are available to this project.
Very truly yours,
Shane R. Cox
VP Estimating
Southern Development & Construction, Inc.
452
Section D – Qualifications
D.1 General (see attached SDC Company Info)
D.2 Team Experience (see attached organizational chart)
Key Members Identified
Key Members Resume Included
D.3 References (see attached)
D.4 Conclusion
SDC is a local, diverse civil contractor with over $ 150 million in
bonding capacity with a proven performance record with the City of
Oviedo, City of Winter Garden, Seminole County, Orange County, the
Central Florida Expressway Authority, Lake County, as will as private
clients throughout the regions. This is also outlined in Section D.1
(Company Info)
453
Since 1985HEAVY CIVIL CONTRACTORS454
ABOUT USFor over 30 years, SDC has worked throughout Central Florida on hundreds of projects per year in site development and heavy civil construction. Founded in 1985 by Tom McNamara, a third-generation contractor, the company today has over 450 employees and operates from a state-of-the-art office and maintenance facility in Oviedo, FL.Tom McNamara & Grandfather - 1969
455
Senior Management – 200 Years of ExperienceLeadership TeamTom McNamaraPresidentTom oversees the development of the company’s asset portfolio and market opportunities.Shane CoxVice President of EstimatingShane manages estimating and bid preparation while implementing job cost-based policies.Tim BayerVice President of OperationsTim oversees the day-to-day operations to ensure project success.Chris Stelly, PSMVice President of SurveyChris provides in house PLS and supervises SDC’s survey crew, GPS modeling and control systems. Steve AndersonSafety DirectorSteve implements and enforces safety protocols, ensuring full compliance of regulations among employees within SDC.Dan BrumleyVice President of Project ManagementDan supervises all aspects of Project Managers and manages SDC schedule.David LeehyChief Financial OfficerDavid directs SDC’s financial controls, systems and reporting.456
SDC COMPLEX13,000 SQ FT OFFICEPROJECT MANAGEMENTACCOUNTING/ESTIMATINGSURVEY/HUMAN RESOURCESBuilt in 20185 BAY SERVICE BAYS10 TON OVERHEAD CRANE15 TON LIFT24,000 GAL DIESEL FUELCOVERED STORAGE AREAEQUIPMENT WASH AREA457
Milestone Infographic19941999200420092016 20202019SDC StartBottorff & Assoc. purchased, forming SDC. Licensed Engineering Firm. Clients: Disney, Universal, City/County, Federal.SDC Design BuildSDC joined DBIA. Offering EOR and Contractor turnkey projects. 911 Centers, Power Systems.SDC DevelopmentOviedo infill development, 36 homes in 2005, Central Ave Townhomes, Equipment & Skills.SDC Civil ConstructionSDC focused on Civil Construction in recession. Churches, Car Dealers, Commercial.A1 PavingA1 Paving started out of necessity for quality and scheduling. SDC/A1 one of two Central Florida civil & paving contractors.SDC New OfficeSDC’s new $3M, 13,000 sf state of the art office opens. Part of $18M Oviedo Commercial Center Development by SDC. SDC Company DivisionsGrowth & Diversity leads to SDC civil divisions: Highway, Commercial, Residential.SDC Company HistoryMilestone Infographic1994199820042009201620182020458
UTILITYWater, Sewer, Storm, Fire Line, Force Main, Lift StationsROADWAYSFDOT Certified, Asphalt, Paving, Concrete, SidewalksLICENSEDBuilding ContractorFire ContractorElectrical ContractorUnderground ContractorEARTHWORKClearing, Grading and Excavation459
175+ Fleet Trucks40+ Active Project450+ Employees1,200+ Project Experience$110+ Million Bonding350+ Heavy EquipmentSDC NUMBERS460
Complete Turn-Key SolutionsIn House CapabilitiesLIFT STATIONSPAVINGSURVEYCONCRETESCHEDULINGUTILITY PIPINGLAND CLEARINGEARTHWORKSTREET & UTILITY CLEANING461
Quality Control & Schedule BenefitsPAVING462
STREET & UTILITY CLEANING SERVICESPipe Jetting & Vacuum ServcicesHydro Excavating & Utility Locating CCTV Pipe InspectionJetscan & Push Camera463
When Performance MattersTECHNOLOGYSOFTWARETop Heavy Civil SoftwareHeavy Bid - EstimatingHeavy Job – FieldE360 - EquipmentDRONE SURVEYEarthwork DocumentationTopographyDRONE & CAD OVERLAYMACHINE GPSDozersGradersExcavatorsFIELD TECHNOLOGYIPADSGPS VehiclesFuel & MachinePAYLOAD TECHNOLOGYLoadScan464
Residential WorkRelationship Clients465
Residential Work / Multifamily Relationship Clients466
Commercial WorkRelationship Clients467
Public / Municipality WorkRelationship Clients468
Theme Parks and HospitalitySpecial ProjectsWalt Disney World Swan ResortforPipeline: The Surf CoasterforUniversal OrlandoforLEGOLAND Florida Resort Peppa Pig Theme Parkfor469
Project SummaryDETAIL OF WORK PERFORMED Value$ 28,108,709LocatedinCelebration,justeastofI-4,the33acresofPhase2Ais just the next phase of the Celebration Island developmentby Mattamy Homes. This phase is unique in that is bridge the main island villages to the future developments by traversingthe environmentally sensitive Davenport Creek through theconstruction of a 350 lf causeway utilizing 8’ x 36’ Conspansegments. Included with the structure is 1,400 tons of rip rap and over 8,600 24” A-Jacks for scour protection. On the maindevelopment site of 87 single family home, the project includes, 175,000 cy of earthwork, retaining walls, a master liftstation and over 3,000 lf of forcemain (6”-10”), and 5,100 lf of sanitary sewer, (8”- 10”). Other improvements include 5,600lf of storm drainage (15”-60”), pond weir/control structures, 4,700 lf of water main (6” – 16”), and 5,000 lf of reclaimedwater main. Roadway construction consist of 22,000 sy of base and asphalt paving, curb and gutter, flatwork, signage andpavement marking.CELEBRATION VILLAGE 2 A and BCLIENT: MATTAMY HOMES470
LIBERTY SQUARE CLIENT: PARK SQUARE HOMESProject SummaryDETAIL OF WORK PERFORMED Value$ 9,110,770This 38-acre project is located in Orange City just west of I-4 in Volusia County and consists of 100 single-family lotsand 70 townhome sites. Improvements include clearing and grubbing, 117,000 cy of excavation, impervious pondliner, 29,000 sf of sidewalks, 15,000 lf of curbing, and24,700 sy of base and 2” asphalt paving, signage andpavement marking. Utilities and underground include, alift station and 1,700 lf of 6” force main, 5,000 lf of 8”sanitary sewer, 6,500 lf of storm drainage (12-48”), 7,000lf of water main (4” - 12”), and 7,500 lf of reclaimed watermain (4” -10”). Other work includes off site work along Kentucky Avenue, East Graves, and Veterans MemorialParkway.471
Project SummaryHIGHLANDS RESERVECLIENT: D.R. HORTON MULTIFAMILYDETAIL OF WORK PERFORMED Value$ 11,550,000LocatedonUS27inDavenport,this39acremixedusesiteconsists of a multi-family project and commercial outparcels consisting of 90,000 cy of earthwork, lift station with 700 lf of 6” forcemain, 5,400 lf of sanitary sewer (6”-8”)5,000 lf of water wain (4-10”), fire main 2,600 lf (4”) and 2,200 lf of reclaimed water main( 4-16”). Other workincludes 13,500 lf of storm drainage (12”-42”), 46,000 sy ofbase and asphalt paving, flatwork,signage,pavementmarking, retaining walls and off-site improvements to US 27 and Sand Mine Rd.
472
Project SummaryCROSSROADS 451 COMMERCE PARKCLIENT: PATTILLO CONSTRUCTION CORPORATIONDETAIL OF WORK PERFORMED Value$ 6,336,257This south Apopka 23 acre commercial site is located just south of SR 441 on Marshall Lake Rd consists of clearingand grubbing, concrete demo, 170,000 cy of excavation, 43,000 cy of over-excavation and replacement of soil, 8,700sf of retaining walls with railing, and logistics support/grading for the General Contractor. Utility work includes 845 lf4” force main, lift station, 100 lf 6” sanitary sewer, 4,100lf fire main (6”-8”), 920 lf 3” water main, and 4” reclaimedwater main. Other work includes, 26,000 sy of base and asphalt paving, curb and gutter, flatwork, concrete flumes,sodding, signage and pavement markings. Off-site work includes milling and resurfacing, flatwork, grassing andpavement markings.
473
We’re ready to build your next project.CONTACT USINFO@SDCFL.COMWWW.SDCFL.COM407-977-98982544 Connection PointOviedo, Florida 27657550 Futures Drive Suite 204Orlando, Florida 32819474
Thomas McNamaraPresidentTim BayerVP OperationsEd DeVincenzoA‐1 Paving Operations ManagerChad GrecoA‐1 EstimatorWilliam WatsonGeneral SuperintendantRonnie YelvingtonGeneral Superintendant Doiug SeverenceProject Manager Tiffany SnyderProject ManagerJosh BellSenior Project ManagerMike CreshamProject ManagerCarolyn McercurioOperations AdministratorCrystal DillonProject Manager AssistantLori AulinProject Manager AssistantChris Stelly, PLSVP of SurveyShane CoxVP EstimatingKenneth BareChief EstimatorDavid LeehyCFOTate MaddoxProject ManagerAlex EdwardsProject EngineerKevin Kissenberth Project EngineerSDC Organizational ChartTravis HibbenProject EngineerDonna RobertsAccount ManagerDan BrumleyVP Construction Steven AndersonDirector of SafetyJohn SeverProject Engineer475
Timothy Bayer
Executive VP of Construction Operations / Project General Manager
2544 Connection Point
Oviedo, FL 32765
407-977-9898
Southern Development & Construction, Inc.
Executive VP of Construction Operations: 2016 – Present
The Executive VP of Construction Operations (EVPCO) reports directly to the CEO and is responsible for overseeing day-to-day operations
across all facets of the roadway construction business. Overall responsibility for construction projects: achieving timeliness, quality, and
client satisfaction. Works collaboratively with the General Manager(s) of Construction for each division to ensure each division financial and
client service goals are established and maintained and Client service goals are met.
OTHER EXPERIENCE:
Jon M Hall Company, Project Manager, Orlando, FL 2013-2016
SEMA Construction, Project Manager, Orlando, FL 2011 – 2013
Cathcart, Project Manager, Orlando, FL 2009 - 2011
Southland Construction, Project Manager & Estimator Orlando FL, 1995 -2005
Experience Construction Roadway Projects:
Boggy Creek/417 Interchange –
Central FL Expressway Project 417-301C
$ 69 Million – Multi-lane Divided high speed fly-over interchange
roadway with tolled entry/exit. Project included multiple bridge
with curved steel girder, curved and straight concrete girders with
multiple elevated spans. Concrete and steel piling with splices,
mass concrete above and below grade. Mass concrete piers,
lighting, fiber optic interconnect, concrete and asphalt paving,
milling, MSE walls, gravity walls, fencing, riprap, concrete curb,
storm water systems, multiple phase MOT, sod, striping,
overheard signage.
Quantities include: 3 miles of roadway widening, 46,000 sy
Group 11 Base, 19,000 tons of asphalt paving, 4.3 million lbs of
reinforcing steel, 47,700 lf of 24” Prestressed Concrete Piling, 3.1
million pounds of structural steel, 9,850 lf of storm drainage,
8,300 lf of 72” & 84” concrete U-Girders, 21,000 sf of temp-critical
sheet piling, over 200,000 sf of Bridge Decks, 14,300 cy of
structural bridge concrete, 139,000 sf of MSE walls, Ramp Toll
plaza construction.
Contact: CFX - Ben Dreiling P.E. , 407-690-500
Destination Pkwy Extension Contract Y10-799-CH–
Owner –
Orange County Board of County Commissioners
$ 11.3 Million - Construction of 4 lane divided roadway with bike
lanes and sidewalk. Included the following – multi-span concrete
girders over water, concrete piles, MSE walls, cast in place
concrete box culverts 5x12x300’ & 10x20x100’, steel sheet piling
walls through water, concrete piers, retaining walls. 2x54” jack &
bores, soil cement base, milling, asphalt paving, concrete curb,
lighting conduit, guardrail, handrail striping, sod.
Quantities include: 510 lf Bridge over Shingle Creek, Type IV
AASHTYO girders, 10,000 lf 24” prestressed concrete piling,
25,350 sf MSE walls, 38,200 sf of permanent sheet pile walls,
19,000 sy of stabilization, 16,000 sy of soil cement, 4,000 lf of
storm drainage, box culverts (twin 9’x 4’ & 7’x 10’ )3,190 lf of 30”
reclaimed water main, 1,250 lf of 36” force main, 890 lf 30” force
main, 48” jack & bores, asphalt paving & flatwork.
Contact: Orange County - Julie Naditz, P.E. , 407-836-7949-
476
Gateway Drive Extension
City of Altamonte Springs Bid No 13-004
$9 Million - Roadway extension of 4 lane divided roadway.
Scope includes sanitary, storm, water, reclaim utility pipe,
subgrade, limerock base, milling, asphalt paving, gravity walls,
handrail, brick pavers, MOT, striping, sod, landscaping.
Quantities include: 47,000 cy of excavation, 49,000 sy of
stabilization, 39,150 sy of 12” limerock base, 5,500 tons of asphalt
paving, 11,500 lf storm drainage, 17,500 lf curb & gutter, 9,100 sy
of sidewalk, 4,500 lf fencing, 73,000 sy sod, signage,
signalization, over 18,000 lf or water, sewer & force main,
irrigation, hardscape, & 49,000 sf of brick pavers.
Contact: City of Altamonte Springs, 407-571-8080
Ernie Caldwell Flyover
Polk County Board of County Commissioners
$ 11.8 Million 4 lane dived roadway bike lanes. Included a
multi-span steel girder bridge each span 220 lf over highway
US27, concrete piles, MSE walls, mass concrete piers, MOT,
with multiple phases and rolling roadblocks, directional bores,
storm, water, reclaim utility pipe, limerock, curb & gutter,
sidewalk, milling, asphalt paving, concrete paving, handrail,
guardrail, fencing, striping and signalization.
Quantities include: 127,000 cy of excavation, 115,000 cy of
embankment, 1.1 million lbs of structural steel for the 220 lf
bridge over highway US 27, 64,000 sy of stabilization, 11,100
tons of asphalt paving, 25,800 tons of limerock base, 11,200 lf
of storm drainage, 60,000 sf MSE wall, over 14,000 lf of
watermain, forcemain and reclaimed.
Contact: Polk County Board of County Commission,
863-534- 6000. Doug Gable, PM
Wildwood Area Network & Flyover crossing I-4
Y11-722-CH
Orange County Board of County Commissioners
$ 20.1 Million - Project included: 4 lane divided roadway with
multi-span steel girder bridge over I-4, mass concrete foundations
and pier, concrete and steel piles, MSE walls, traffic separators,
barrier walls, two 60 jack & bore pipes under I-4, storm water
systems, dewatering, potable and reclaim water, concrete curb,
sidewalk and retaining walls, asphalt base, soil cement base,
limerock base, concrete paving, asphalt paving, milling, multiple
high and low speed lane shifts, striping, signage, guardrail,
handrail, intersection signalization and electrical conduit.
Quantities include: The project consisted of approximately
7,500 lf of NEW roadway construction, Street B is 3,700 lf of four
lane divided, urban roadway with a closed drainage system.
Street A is 1,500 lf of five lane undivided urban roadway with a
closed drainage system, both of which include base and paving
construction. Also included in the project is 1,138 lf of widening,
milling & resurfacing and re-construction of International Drive,
along with new Mast Arm Traffic Signals and interconnect. Phase
II include 3,165 lf of roadway Construction, 420lf Bridge Over
Interstate 4, (50,400 sf bridge Deck)
Contact: Orange County - Julie Naditz, P.E. , 407-836-7949-
SR429 Extension to US 441-
Central Florida Expressway Authority
$ 55 Million - Consisted of new high speed limited access
roadway with multiple bridges having steel and concrete girders,
mass concrete piers, concrete and steel piles, heavy earthwork,
limerock road base, asphalt paving, concrete paving MSE walls,
overhead lighting and signage, sod, striping, concrete curb, storm
water systems, signalization, fiber optic interconnect, fencing,
gravity walls, rubble riprap and guardrail.
Quantities include: 2.7 miles of NEW roadway construction,
new interchange at US 441, bridge construction of over 3.7 million
lbs of structural steel, 9 new bridges totaling over 181,000 sf 1.5
million cy of excavation, 1.9 million cy of embankment, 28,000 lf
storm drainage, water main & force main and 165,000 sf MSE
Walls. 201,000 sy of base and asphalt paving,
Contact: CFX - Ben Dreiling P.E. , 407-690-500
County Road 305 Bridge Replacement
Flagler County Board of County Commissioners
$ 1.1 Million – Concrete girder bridge replacement over water
with new end bents, concrete piling, sheet piling, concrete deck,
riprap, milling and asphalt paving, limerock roadbase, sod,
striping, signage and MOT.
Quantities include: Project utilized 20” inverted T beam and
18” prestressed concrete piling.
Contact: Flagler County, Bunnell FL – 386-313-4062 – Kris
Collora
477
Other Projects:
Seminole County Maintenance Contract Replacing
Girders and Decks on minor bridges throughout the
County – MOT with detours, demo of existing bridge, new
girders, new concrete deck with rails, milling and asphalt paving,
and striping.
Lake Emma Rd – Seminole County Owner – Erosion
control, clearing & grubbing, disking, storm drainage with major
exfiltration system, dewatering, forcemain piping, water and
reclaim water piping, sodding, limerock base, curb, sidewalk,
barrier wall, asphalt, striping, fencing & guardrail
Seminole County Reclaim Watermain Extension – 5
miles of 48” reclaim water piping installed either by directional
bore or open cut. Work included rebuilding approximately 2 miles
of limerock base roadway, sidewalk, asphalt paving, milling,
concrete curb, sod and striping
CR 419 east of Oviedo – New urban roadway construction in
Seminole County: MOT, erosion control, clearing & grubbing,
excavation, embankment, multiple span concrete girder bridge
over water, concrete piling and piers in water, concrete deck
paving, stabilization, asphalt, storm drainage, water pipe,
forcemain piping, curb, sidewalk, fence, sodding, signage,
landscaping and striping.
SR44 Bridge over CSX rail – FDOT District 5 –
Reconstruction and widening of urban/rural section west of SR
44: MOT, erosion control, clearing and grubbing, regular and
subsoil excavation, stabilization, base, milling, asphalt, concrete
deck paving, concrete piling, steel sheet piling, MSE walls,
retaining walls, guardrail, storm drainage, barrier walls, curb,
sidewalk, sodding, signage, and striping.
Walt Disney World – Continuing services contract – Consisted
of multiple simple bridge replacements, bridge deck
replacements, concrete and steel piling, steel sheet piling, sluice
gate replacements, concrete and steel drainage, canal
realignments, MOT, striping, milling, asphalt paving, storm
drainage, sod and landscaping.
SR 434 Widening between CR419 and Tuskawilla Rd ,
FDOT District 5– Reconstruction and widening of 4 land divided
portion of SR 434 with box culvert crossing, MOT, driveway
maintenance, erosion/water control, clearing and grubbing,
mailbox installation, remove unsuitable, excavation,
embankment, grading, stabilization, base, milling, asphalt, storm
drainage, handrail, curb, sidewalk, riprap, fabriform, fence,
sodding, signage, striping, pavement markers, conduit,
signalization, landscaping, sodding and irrigation system.
SR 434 Oviedo Curve Realignment –FDOT District 5
New road construction of super elevated curve: MOT, erosion
control, excavation, embankment, stabilization, base, asphalt,
storm drainage, curb, fencing, directional bore, jack and bore,
sodding, conduit, signage and striping.
Tuskawilla Rd Widening – New construction of 4 lane divided
roadway SR 434 and Red Bug Lake Rd; clearing, excavation,
embankment, grading, stabilization, base, milling, paving and
drainage, box culvert, handrail, curb, sidewalk, signage, striping
and signalization.
SR 441 & Sheeler Rd Intersection Reconstruction – MOT, milling,
limerock base, asphalt paving, signalization, signage, sod,
drainage, and striping
Education:
BS Geography, University of Kanas
Licenses:
Florida General Building Contractor
Underground Utility Contractor (Inactive)
Certifications:
ATTSA Maintenance of Traffic Supervisor
FDEP Storm Water Inspector
CPR/First Aid Certification
OSHA 10 Hour Certification
Sunshine State Locate Training
Shoring & Excavation Competent Person
478
Daniel Brumley
Operations Manager
2544 Connection Point
Oviedo, FL 32765
407-977-9898
Southern Development & Construction, Inc.
Operations Manager – January 2020 - Present
The Operations Manager reports directly to the Executive Vice President of Operations and is responsible for the Project Management,
operations for both the public and private business sectors of SDC. Overall responsibility includes collaboration with SDC Estimating,
Project Owners and Clients in order to execute construction on time while maintaining, quality, and client satisfaction. Works in conjunction
with the General Superintendent(s) to ensure each business unit meets financial and Owner goals. Dan has work with FDOT, Florida
Turnpike Enterprise (FTE), Seminole, Orange, and Osceola County as well as the Central Florida Expressway (CFX), and the U.S. Army
Corps of Engineers.
OTHER EXPERIENCE:
JR Davis Construction 2014 – 2019 - Operations Manager
SEMA Construction 2012 – 2014 - Project Manager
Alexander Contracting 2010 - 2012 - General Manager
Seminole Site Works 2006 - 2010 - Owner/Operator
The Briar Corp. 2001 - 2006 - Operations Manager
JR Davis Construction 1993 - 2001 - Project Manager / Estimator
Project Experience
Operations Manager
Project Normandy- Graves & Normandy Off-Site Improvements Amazon Facility,
Subcontractor to The Conlan Company, Deltona, FL
April 2020 – Nov 2020
The $ 8 million of offsite improvements required double shifting of
crew in order meet the 7-month schedule and avoid $10,000 / day
LD’s. Project included off-site (County work) improvements to
Howland Blvd, Normandy Blvd, & Graves Blvd) as part of the
improvement for the new Amazon warehouse. Scope included, two
signaled intersection, temporary pavement, 20,000 sy of base &
paving, 7,300 lf storm drainage, 3,000 lf force main, 600 lf 12" PVC
WM, 1,350 lf 16" RWM, flatwork, striping and grassing. Over one
dozen utility conflicts we encounter, resolved while maintaining the
project schedule.
Project Superintendent
Brightline Vehicle Maintenance Facility (VMF)
Subcontractor to Wharton Smith, Orlando, FL
2020 - Present
This $ 7.6 million project includes 49,0000 cy of earthwork, 20,000
cy of de-mucking 8,800 lf of storm drainage, 18" to 72" 81 ea Storm
Structures, 13,000 lf of "special underdrain" 28,000 ton of track
ballast, 38,000 sy asphalt paving and base construction, flatwork,
striping signage, and traffic control. Operations Manager Orange County School Site # 113
Subcontractor to Wharton Smith, Orlando, FL
2019 - Present This $ 9 million civil scope of work consist of 90 acres of clearing
& grubbing, 360,000 cy of earthwork, 3,500 lf of sanitary sewer
and lift station, 14,200 lf of storm drainage, 4,800 lf of 4” - 12”
water main, 3,000 lf of fire line, 6,000 lf of 3” reclaimed water line,
87,000 sy of limerock base, flatwork, sidewalk, asphalt paving and
striping.
479
Operations Manager
Orange County Hamlin Water Reclamation Facility Ph 1
Subcontractor to Wharton Smith, Orlando, FL
2020 - Present
This $ 3.4 million civil scope of work consist of 35 acres of clearing
& grubbing, 125,000 cy of site excavation, 70,000 cy of import fill,
5,100 lf of storm drainage, 15,000 sy of base and asphalt paving.
Operations Manager
North Fort Christmas Rd. Safety Improvements
Orange County Board of County Commissioners,
Orlando, FL FPN 437458-1-58-0, FAN D518-008-B
2020 - Present
This 200 calendar day, $ 933,000 LAP project for Orange County
Highway Construction consist of clearing & grubbing, 2,000 sy of
soil cement, 4,000 sy of milling & resurfacing, widening, 300 lf of
storm drainage, concrete flatwork, guardrail, fencing & pavement
markings.
Operations Manager
Orange County CL III Landfill Access Road
Improvements
Orange County Board of County Commissioners Orlando,
2020
This 170 calendar day, $ 844,000 project for Orange County
Highway Construction consist of clearing & grubbing, 2,500 lf
roadway reconstruction consisting of 9,400 sy of limerock base, 6’
x 4’ precast box culvert, rigid shoulder barrier wall, rip rap ditch
lining, signage, striping & grassing.
Operations Manager
Orange County Gatlin Ave / Kennedy Ave / Arrow Rd
Improvements
Orange County Board of County Commissioners Orlando,
FPN 435525-1-58-01 FAN D518-090-B
2020 - Present
This 191 calendar day, $ 997,777 LAP project for Orange County
Highway Construction consist of clearing & grubbing, 1,600 sy of
soil cement, over 7,000 sy of milling & resurfacing, 420 lf of storm
drainage, concrete flatwork, handrail, rip rap, sodding & pavement
markings.
Other Major Projects:
E8M63 Veterans Expressway Widening, Hillsborough
County
Florida Turnpike Enterprise (FTE) Project Manager.
This $ 57 million project consist of the widening of the Veterans
Expressway from 4 lanes divided to 8 lanes divided, including the
conversion of the mainline and ramp toll facilities to All Electronic
Tolling (AET) from just north of Barry Rd to south of Linebaugh.
Work includes bridge widening, a new structural steel U-girder bridge, 4,400 lf of 18” and 24” prestressed piling, 215,000 cy of
embankment, 41,000 tons of asphalt, 12,000 lf of storm drainage
and 250,000 sf of MSE walls. Contact: Fernando Gomez, FDOT
407-468-7909
SR 429 Extension from Boy Scout Road to US 441,
Orange County,
Central Florida Expressway Authority (CFX),
Project Manager.
This $56 million bid-build project was procured in 2010. Dan led the
project which included the Value Engineering (VE) of the Binion
Road bridge. The VE changed the Binion Road plate girder bridge
to utilize 173’ - 84” Florida I-Beams. The overall scope of this
project included the major extension of SR 429 between Boy
Scout Road and US 441. This project included construction of an
interchange and connector road at SR 429 and US 441, with
construction of nine new bridges comprised of 3.7 million lbs. of structural steel, 1.5 million cy of excavation, 1.9 million cy of
embankment, storm drainage, water/force main relocations, and
reinforced earth walls.
Quantities include: 2.7 miles of NEW roadway construction, new
interchange at US 441, bridge construction of over 3.7 million lbs of
structural steel, 9 new bridges totaling over 181,000 sf 1.5 million cy
of excavation, 1.9 million cy of embankment, 28,000 lf storm
drainage, water main & force main and 165,000 sf MSE Walls.
201,000 sy of base and asphalt paving,
Contact: CFX - Ben Dreiling P.E. , 407-690-500
Education:
Lake / Sumter Community College
Mt. Dora High School 1984
Licenses:
Florida CL V Fire Line License # 13527100012009
Florida Underground Utility & Excavation License # CUC 1224389
480
Charles “Chuck” Reed
Project Superintendent
2544 Connection Point
Oviedo, FL 32765
407-977-9898
Southern Development & Construction, Inc.
Project Superintendent: 2020 – Present
Chuck has been in the construction industry for over 35 years. He has held various positions including Equipment Operator, Crew Chief,
Foreman, Superintendent and Project Manager. As a Project Superintendent, he is responsible for overseeing laborers, operators,
underground and earthwork crews, MOT activities as well as managing and coordinating subcontractors. Chuck has work with FDOT,
Seminole, Orange, Osceola, Brevard & Polk County as well as the Central Florida Expressway, (CFX), Greater Orlando Aviation Authority
(GOAA), Reedy Creek Improvement District (RCID), Universal Studios, & Walt Disney World. His experience in the Central Florida
Region and its traffic conditions are valuable assets to any project.
Project Experience:
Project Superintendent
Project Normandy- Graves & Normandy Off-Site
Improvements Amazon Facility,
Subcontractor to The Conlan Company, Deltona, FL
April 2020 – Nov 2020
The $ 8 million of offsite improvements required double shifting
of crew in order meet the 7-month schedule and avoid $10,000
/ day LD’s. Project included off-site (County work) improvements to Howland Blvd, Normandy Blvd, & Graves Blvd)
as part of the improvement for the new Amazon warehouse.
Scope included, two signaled intersection, temporary pavement,
20,000 sy of base & paving, 7,300 lf storm drainage, 3,000 lf
force main, 600 lf 12" PVC WM, 1,350 lf 16" RWM, flatwork,
striping and grassing. Over one dozen utility conflicts we
encounter, resolved while maintaining the project schedule.
Project Superintendent
Brightline Vehicle Maintenance Facility (VMF)
Subcontractor to Wharton Smith, Orlando, FL
2020 - Present
This $ 7.6 million project includes 49,0000 cy of earthwork,
20,000 cy of de-mucking 8,800 lf of storm drainage, 18" to 72"
81 ea Storm Structures, 13,000 lf of "special underdrain" 28,000
ton of track ballast, 38,000 sy asphalt paving and base
construction, flatwork, striping signage, and traffic control.
Project Superintendent Orange County School Site # 113
Subcontractor to Wharton Smith, Orlando, FL
2020 - Present
This $ 9 million civil scope of work consist of 90 acres of clearing
& grubbing, 360,000 cy of earthwork, 3,500 lf of sanitary sewer
and lift station, 14,200 lf of storm drainage, 4,800 lf of 4” - 12”
water main, 3,000 lf of fire line, 6,000 lf of 3” reclaimed water
line, 87,000 sy of limerock base, flatwork, sidewalk, asphalt
paving and striping.
Project Superintendent
Orange County Hamlin Water Reclamation
Facility Phase 1
Subcontractor to Wharton Smith, Orlando, FL
2020 - Present
This $ 3.4 million civil scope of work consist of 35 acres of
clearing & grubbing, 125,000 cy of site excavation, 70,000 cy of
import fill, 5,100 lf of storm drainage, 15,000 sy of base and
asphalt paving.
481
Roadway Superintendent
Wildwood Area Network – Ph 1 & 2
Orange County BOCC , Orlando, FL
2012- 2013
This $20.1 million Wildwood Area Road Network Phase I
project. The southern part of Street B is approximately 3,668
linear feet of four lane, divided urban roadway with a closed
drainage system. Street A is approximately 1,491 linear feet of
five lanes, undivided urban roadway with a closed drainage
system. The project also includes widening, and re-construction
along International Drive.
Phase II project consists of approximately 3,165 linear feet
of roadway construction and 420 linear feet of bridge
construction over Interstate 4. The project also includes
approximately 1,657 linear feet of widening and re-
construction along Palm Parkway
Roadway Superintendent
Destination Parkway
Orange County BOCC, Orlando, FL
2011-2012
Supervised the construction of this $11.3 million divided urban
roadway east of Universal Blvd to West of John Young Parkway
project in Orange County, FL. The net length of the projects is
2,435 feet. The additional scope includes construction of a
bridge over Shingle Creek, earthwork, flatwork, turn lanes, sod
and guardrail
Roadway Superintendent
Sr 429- CR 437A Interchange
Central Florida Expressway Authority, Orlando, FL
2011-2012
Supervised the construction of this this $14.6 million major
interchange project in Orange County, FL. This project includes
construction of a four ramp interchange between SR
429 and CR 437A with associated drainage, retaining walls,
base and pavement, fiber optic and signage improvements.
Roadway Superintendent
Ernie Caldwell Blvd
Polk County BOCC, Davenport, FL
2011
Supervised the construction of this $10.9 million roadway
project located in Polk County. The net length of the project is
1.734 miles, which includes a new 221’ plate girder bridge over
US 27. This project work includes clearing and grubbing, MOT,
erosion control, excavation, embankment, stabilization,
pavement base, drainage and flatwork. Achieved Maximum
Bonus for early completion
Roadway Superintendent
Sr 429- Western Expressway
Central Florida Expressway
Three Projects with over 21 Bridges and 5 Miles of roadway in
excess of $ 50M in work.
Other Work Includes:
Heintzelman Boulevard, Orlando
Goldenrod Road, Orlando
Projects at Universal Studios Orlando
Projects at Walt Disney World Orlando
Certifications:
ATTSA Maintenance of Traffic Supervisor
FDEP Storm Water Inspector
OSHA 10 Hour Certification
Shoring & Excavation Competent Person
482
Page | 1 June 28, 2024
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
REFERENCE INFORMATION FORM
ITB # 01-24-01 PH SR434 At Winding Hollow Blvd.
FPN 432642-1-58-01
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Bidder Representative
Typed Name/Title:
Bidder Representative Signature:
Bidder: Southern Development & Construction Inc
Shane R. Cox, VP Estimating
Seminole County Board of County Commissioners
Steve Miller, P.E. Project Manager-
1104 East 1st St ,
Sanford Florida 32771
407-665-5674
$ 5,550,505 2019-2020
City of Winter Garden
Jim Monahan, PE
300 W. Plant Street
Winter Garden Florida 34787
407-656-4111
$9,238,795 2022 - 2023
The Conlan Company
Billy Latsko - Project Manager
1800 Parkway Place, Suite 1010
Marietta GA
(Nomandy Off Site work- Amazon - Volusia County)
- Marsh Road Widening
770-423-8000
$ 9,054,230 2020-2021
(5-Points Pond / Roadway)
483
Section E – Other Information
See Section D .1 - Company Info
484
Section F – Cost and Time – Bid Form
485
Pay Item No.Unit Quantity Unit Price Total Amount
101‐1 LS 1 $ 180,000.00 $ 180,000.00
102‐1 LS 1 $ 150,000.00 $ 150,000.00
102‐14 HR 28 $ 200.00 $ 5,600.00
102‐60 ED 4845 $ 0.25 $ 1,211.25
102‐71‐13 LF 564 $ 75.00 $ 42,300.00
102‐74‐1 ED 4035 $ 0.50 $ 2,017.50
102‐74‐8 FD 17100 $ 0.50 $ 8,550.00
102‐76 ED 285 $ 15.00 $ 4,275.00
102‐99 ED 299 $ 15.00 $ 4,485.00
102‐104 ED 285 $ 45.00 $ 12,825.00
102‐107‐1 ED 285 $ 10.00 $ 2,850.00
104‐1 SY 5 $ 500.00 $ 2,500.00
104‐10‐3 LF 526 $ 15.00 $ 7,890.00
104‐12 LF 163 $ 30.00 $ 4,890.00
104‐18 EA 3 $ 600.00 $ 1,800.00
110‐1‐1 LS 1 $ 447,828.75 $ 447,828.75
110‐4‐10 SY 551 $ 50.00 $ 27,550.00
120‐1 CY 362 $ 50.00 $ 18,100.00
120‐6 CY 99 $ 80.00 $ 7,920.00
160‐4 SY 727 $ 25.00 $ 18,175.00
285‐709 SY 570 $ 100.00 $ 57,000.00
327‐70‐6 SY 655 $ 15.00 $ 9,825.00
334‐1‐13 TN 62.7 $ 325.00 $ 20,377.50
337‐7‐83 TN 101.1 $ 325.00 $ 32,857.50
425‐1‐311 EA 1 $ 13,000.00 $ 13,000.00
425‐1‐321 EA 1 $ 13,000.00 $ 13,000.00
425‐2‐43 EA 3 $ 9,600.00 $ 28,800.00
425‐11 EA 1 $ 4,100.00 $ 4,100.00
430‐175‐118 LF 24 $ 240.00 $ 5,760.00
440‐1‐20 LF 437 $ 100.00 $ 43,700.00
440‐73‐2 LF 24 $ 500.00 $ 12,000.00
520‐1‐10 LF 576 $ 60.00 $ 34,560.00
522‐1 SY 317 $ 120.00 $ 38,040.00
522‐2 SY 85 $ 350.00 $ 29,750.00
527‐2 SF 20 $ 60.00 $ 1,200.00
550‐10‐220 LF 194 $ 60.00 $ 11,640.00
570‐1‐2 SY 538 $ 15.00 $ 8,070.00
$ 1,314,447.50
Pay Item No.Unit Quantity Unit Price Total Amount
700‐1‐50 AS 1 $ 300.00 $ 300.00
706‐1‐3 EA 34 $ 10.00 $ 340.00
710‐90 LS 1 $ 5,000.00 $ 5,000.00
711‐11‐123 LF 170 $ 8.00 $ 1,360.00
711‐11‐125 LF 88 $ 11.00 $ 968.00
711‐11‐141 GM 0.035 $ 4,500.00 $ 157.50
711‐11‐170 EA 7 $ 200.00 $ 1,400.00
711‐14‐125 LF 111 $ 25.00 $ 2,775.00
711‐14‐160 EA 2 $ 400.00 $ 800.00
711‐14‐170 EA 2 $ 300.00 $ 600.00
711‐16‐101 GM 0.260 $ 7,000.00 $ 1,820.00
711‐16‐201 GM 0.014 $ 8,000.00 $ 112.00
$ 15,632.50
Thermoplastic, Standard, Other Surfaces, Yellow, Solid, 6"
Subtotal Signing and Pavement Markings
Thermoplastic, Preformed, White, Solid, 24" for Crosswalk
Thermoplastic, Preformed, White, Solid, Message or Symbol
Thermoplastic, Preformed, White, Solid, Arrow
Thermoplastic, Standard, Other Surfaces, White, Solid, 6"
Concrete Sidewalk and Driveways, 4" Thick
Concrete Sidewalk and Driveways, 6" Thick
Detectable Warnings
Fencing, Type B, 5.1‐6.0' , Standard
Performance Turf, Sod
Subtotal Roadway
Signing and Pavement Markings Pay Item Description
Single Sign Post, Relocate
Raised Pavement Marker, Type B
Painted Pavement Markings ‐ Final Surface
Thermoplastic, Standard, White, Solid, 12" for Crosswalk and Roundabout
Thermoplastic, Standard, White, Solid, 24" for Stop Line and Crosswalk
Thermoplastic, Standard, White, 2‐4 Dotted Guideline/6‐10 Gap Extension, 6"
Thermoplastic, Standard, White, Arrow
Concrete Pipe Culvert, SS, Class III, 18"
Underdrain, Type II
Underdrain Outlet Pipe, 6"
Concrete Curb and Gutter, Type F
Clearing and Grubbing (0.22 Acres)
Removal of Existing Concrete
Regular Excavation
Embankment
Type B Stabilization
Base Group 9 (Type B‐12.5)
Milling Existing Asphalt Pavement (1.5" Average Depth)
Type SP Asphaltic Concrete , Traffic C
Asphaltic Concrete Friction Course (Traffic C, FC‐12.5, PG 76‐22) (1.5")
Inlets (Curb Type P‐1) (<10')
Inlets (Curb Type P‐2) (<10')
Manholes, P‐7, Partial
Modify Existing Drainage Structure
Artificial Coverings/Rolled Erosion Control Products
Sediment Barrier
Staked Turbidity Barrier
Inlet Protection
State Road 434 and Winding Hollow Blvd Intersection Improvements FPID 432642‐1‐58‐01
Roadway Pay Item Description
Mobilization
Maintenance of Traffic
Traffic Control Officer
Work Zone Sign
Temporary Barrier Wall, F&I, Low Profile, Concrete
Channelizing Device ‐ Types I, II, DI, VP,Drum, or LCD
Channelizing Device‐ Pedestrian LCD (Longitudinal Channelizing Device)
Arrow Board, Advance Warning Arrow Panel
Portable Changeable Message Sign, Temporary
Temporary Signalization and Maintenance, Intersection
Temporary Traffic Detection and Maintenance,Intersection
486
Pay Item No.Unit Quantity Unit Price Total Amount
611‐1‐1 MI 0.125 $ 5,000.00 $ 625.00
611‐2‐1 EA 1 $ 4,500.00 $ 4,500.00
630‐2‐11 LF 1110 $ 20.00 $ 22,200.00
630‐2‐12 LF 655 $ 45.00 $ 29,475.00
630‐2‐14 LF 80 $ 50.00 $ 4,000.00
632‐7‐1 PI 1 $ 12,000.00 $ 12,000.00
632‐7‐6 PI 1 $ 2,500.00 $ 2,500.00
633‐1‐121 LF 250 $ 8.00 $ 2,000.00
633‐1‐123 LF 1150 $ 8.00 $ 9,200.00
633‐1‐610 LF 600 $ 2.00 $ 1,200.00
633‐2‐31 EA 194 $ 80.00 $ 15,520.00
633‐3‐11 EA 2 $ 1,600.00 $ 3,200.00
633‐3‐13 EA 12 $ 130.00 $ 1,560.00
635‐2‐11 EA 13 $ 2,000.00 $ 26,000.00
635‐2‐12 EA 2 $ 3,500.00 $ 7,000.00
635‐2‐13 EA 2 $ 8,000.00 $ 16,000.00
633‐6 F.O.C. Locator DA 285 $ 400.00 $ 114,000.00
646‐1‐11 EA 2 $ 3,500.00 $ 7,000.00
646‐1‐60 EA 1 $ 1,000.00 $ 1,000.00
649‐21‐6 EA 1 $ 90,000.00 $ 90,000.00
649‐26‐3 EA 1 $ 9,000.00 $ 9,000.00
650‐1‐14 AS 2 $ 2,500.00 $ 5,000.00
653‐1‐11 AS 2 $ 1,500.00 $ 3,000.00
660‐2‐102 AS 4 $ 1,500.00 $ 6,000.00
660‐2‐106 AS 3 $ 1,500.00 $ 4,500.00
663‐1‐112 EA 1 $ 4,000.00 $ 4,000.00
665‐1‐11 EA 2 $ 500.00 $ 1,000.00
700‐5‐50 EA 1 $ 2,200.00 $ 2,200.00
715‐5‐31 EA 4 $ 4,500.00 $ 18,000.00
715‐5‐51 EA 3 $ 700.00 $ 2,100.00
$ 423,780.00
Pay Item No.Unit Quantity Unit Price Total Amount
U1 LF 35 $ 200.00 $ 7,000.00
U2 LF 87 $ 100.00 $ 8,700.00
U3 TN 1 $ 10,000.00 $ 10,000.00
U4 EA 2 $ 9,000.00 $ 18,000.00
U5 EA 2 $ 10,000.00 $ 20,000.00
U6 EA 2 $ 3,000.00 $ 6,000.00
U7 LF 32 $ 50.00 $ 1,600.00
U8 LF 13 $ 1,000.00 $ 13,000.00
U9 EA 1 $ 4,000.00 $ 4,000.00
U10 EA 1 $ 600.00 $ 600.00
$ 88,900.00
$ 1,842,760.00
$ 1,842,760.00
Construction Duration: Two Hundred and Eighty Five ( 285 ) calendar days.
12" Linestops
Water Main Clearance
Remove Existing Water Main
12" DIP Reclaimed Water Main
Connection to Exist. Reclaimed Water Main
Pipe Cap
Subtotal Utilities
TOTAL BID PRICE
TOTAL BID: One million, eight hundred forty‐two thousand, seven hundred sixty DOLLARS (In Words)
12" DIP Water Main
12" DIP Water Main (Temporary)
Water Main Fittings
12" x 12" Wet Tap Connection
Aluminum Signal Pole (Remove)
Steel Mast Arm Assembly (F&I) (150 MPH) (Single 46')
Steel Mast Arm Assembly (Remove) (Shallow, Bolt on Attachment)
Traffic Signal (F&I) (3‐Section, 1‐Way) (Standard LED Indicators) (Aluminum)
Pedestrian Signal (F&I) (LED‐Countdown) (1 Way)
Loop Assembly (F&I) Type B
Loop Assembly (F&I) Type F
Signal Priority & Preemption System (F&I) (Optical) (Detector)
Detector, Pedestrian (F&I) (Standard)
Internally Illuminated Sign (Relocate) (Street Name)
Luminaire, Acorn, LED (F&I)
Luminaire, Acorn (Remove)
Subtotal Signalization
Utility Pay Item Description
Pull & Slice Boxes (F&I) (13 X 24 Standard Sise)
Pull & Splice Boxes (F&I) (24 X 36) Standard Size)
Pull & Splice Boxes (F&I) (48") Round Vault
Aluminum Signal Pole (F&I) (Pedestal)
Signalization Pay Item Description
Conduit (F&I), (Open Trench) (Underground)
Conduit (F&I), (Directional Bore) (Underground or Underpavement)
Conduit (F&I), (Above Ground)
Signal Cable (New or Reconstructed Intersection (F&I)
Signal Cable (Remove‐Intersection)
Fiber Optic Cable (F&I) (Underground) (12 SM)
ITSFM Subsurface Documentation
ITSFM Location Documentation
Fiber Optic Cable (F&I) (Underground) (96 SM)
Fiber Optic Cable (Remove) (Aerial) (12SM / 12MM & 72 SM)
Fiber Optic Connection (Install) (Splice)
Fiber Optic Connection Hardware (F&I) (Splice Enclosure)
Fiber Optic Connection Hardware (F&I) (Pre‐Terminated Connector Assembly)
487
488
489
490
491
Section G – Mandatory Bid Forms
Proposal Form 1 -Bidder Information and Acknowledgement Form
Proposal Form 2 -References Information Form
Proposal Form 3 -Insurance Requirements Form
Proposal Form 4 -Scrutinized Company Certification
Proposal Form 5 –Non-Collusion Affidavit of Prime Bidder
Proposal Form 6 -Drug Free Workplace Form
Proposal Form 7 -Public Entity Crimes Statement
Proposal Form 8 -FDOT Form 375-030-32 Certification
Proposal Form 9 -Certification of Non-Segregated Facilities
Proposal Form 10- Conflict of Interest Statement
Proposal Form 11 – Florida Trench Safety Act Certification
Proposal Form 12 -Byrd Anti-Lobbying Act Certification
Proposal Form 13 -FDOT Form #525-010-46 LAP Capacity Certification **CONFIDENTIAL**
Proposal Forms 14 -FDOT Forms 373-030-33 & 375-030-34 Lobbying Activities
Appendix A Bid Form
492
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM
For
ITB # 01-24-01 PH
SR434 AT WINDING HOLLOW BLVD.
The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance
with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated.
IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com
FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL
THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF
CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be
considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney.
BIDDER NAME:
TAX ID# SNN or EIN:
BIDDER ADDRESS:
PURCHASE ORDER ADDRESS:
PHONE NUMBER:
COMPANY WEBSITE:
COMPANY CONTACT (REP):
CONTACT EMAIL ADDRESS:
SIGNATURE:
THE UNDERSIGNED:
A.Acknowledges receipt of:
1.ITB # 01-24-01 PH (FPN 432642-1-58-01) Pertaining To: SR434 At Winding Hollow Blvd.
Addenda Number ________, Dated ____________.
Addenda Number _________, Dated ____________.
B.Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any
misunderstanding regarding the same.
C.Agrees:
1.To hold this Bid open for 90 calendar days after the bid opening date.
2.To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in
compliance with the ITB Documents.
3.To accept the provisions of the Instructions to Bidders.
4.To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid.
5.To accomplish the work in accordance with the contract documents.
D.Certifies:
1. That all information contained in this Bid is truthful to the best of my knowledge and belief.
2.That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able
to perform if awarded the Bid.
Stipulated Amount
A.Submit on Bid Tabulation, Appendix A.
Southern Development & Construction Inc
59 - 3249904
2544 Connection Point Oviedo, FL 32765
2544 Connection Point Oviedo, FL 32765
321-251-0535
www.sdcfl.com
Shane R. Cox, VP Estimating
SHANE@SDCFL.COM
8-1-20241
493
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
REFERENCE INFORMATION FORM
ITB # 01-24-01 PH SR434 At Winding Hollow Blvd.
FPN 432642-1-58-01
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Organization:
Contact Person:
Address:
City: State: Zip:
Phone Number: ( )
Project Cost: Date Performed:
Bidder Representative
Typed Name/Title:
Bidder Representative Signature:
Bidder: Southern Development & Construction Inc
Shane R. Cox, VP Estimating
Seminole County Board of County Commissioners
Steve Miller, P.E. Project Manager-
1104 East 1st St ,
Sanford Florida 32771
407-665-5674
$ 5,550,505 2019-2020
City of Winter Garden
Jim Monahan, PE
300 W. Plant Street
Winter Garden Florida 34787
407-656-4111
$9,238,795 2022 - 2023
The Conlan Company
Billy Latsko - Project Manager
1800 Parkway Place, Suite 1010
Marietta GA
(Nomandy Off Site work- Amazon - Volusia County)
- Marsh Road Widening
770-423-8000
$ 9,054,230 2020-2021
(5-Points Pond / Roadway)
494
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
INSURANCE REQUIREMENT FORM
Insurance Type Required Limits
Worker’s
Compensation
Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits
Employer’s Liability $1,000,000 each accident, single limit per occurrence
Commercial General
Liability
(Occurrence Form)
patterned after the
current ISO form
$1,000,000 single limit per occurrence
$3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability.
This shall include Premises and Operations; Independent Contractors; Products & Completed
Operations & Contractual Liability.
Indemnification
To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall
indemnify and hold harmless City of Winter 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.
Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired;
Automobile Included.
Other
Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same
Bidder shall provide the CITY with certificates of insurance meeting the required insurance provisions.
The City of Winter Springs and The State of Florida, Department of Transportation 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 Bidder agrees to obtain, prior to award, if selected, insurance as stated above.
Bidder
Authorized Signature
Officer Title
Date
Southern Development & Construction Inc
VP Estimating
8-6-2024
495
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
SCRUTINIZED COMPANY CERTIFICATION
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 Bidder 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 Bidder must submit 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 Bidder 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 Bidder of any determination concerning a false certification.
a.The Bidder 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 Bidder 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 Bidder 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.
496
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.
��G
(Authorized Signature) 9"
Shane R. Cox, VP Estimating
(Printed Name and Title)
Southern Development & Construction Inc
(Name of Bidder)
STATE oF Florida
couNrv oF ___ S_e _m_in_o_l_e _____ _
The foregoing instrument was acknowledged before me by means of ( /) physical presence or( __ ) online
notarization,
this (i,'"f\.
�ltf,.,,,.Y
day of �Uj!1"" , 2024 by S:f!1/,.g ((., c,�the V p Es-nl/f4'[1{.§ of
J\,e:v£wPA.( WT Clf:,C.o}'JSrrWC. 11 � ::CJ-)C •
a __________ ( /iwho is personally known to me or( __ ) who produced
________________ as identif ication.
•Notary Public State of Florida
•Carolyn Mercurio"""'mm My commission HH 295447 mzimn Expires S/3112026
Notary Public
Print Name: C�LVA) 1A ¼1 d J°:l)
My Commission Expires: _.,_£--1
{
f-=a�1 { .... a ... 1a....__ ____ _
1TB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
497
STATE OF
COUNTY OF
Florida
Seminole
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
--------------� being duly sworn, deposes and says that:
(1)8she is VP Estimatin g
Title
of Southern Development & Construction Inc
Firm/Company
The Bidder that has submitted the attached response.
(2)He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid.
(3)Such Bid is genuine and is not a collusive or sham Bid.
(4)Neither the said Bidder 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
Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached
Bid 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 Bidder, firm
or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost
element of the proposed price or the proposed price of any other Bidder, 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.
(S)The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners,
employees, o���Ues of int�,�ing affiant.
� � VP Estimating
(Signed) (Title)
STATE oF Florida--------------
COUNTY oF Seminole
The foregoing instrument was acknowledged before me this 8 ( t.-1 � �;5-Mo'i R • Cox
by
who is ( 0Personally known to me or(_) who has produced ______________ as
identification and who (did / did not) take an oath.
Mercurio
"""'9.,, My Commission HH 295447
(Signature of Notary Public)
WWIIIIWMIJ Expires 8/3112026 ----.iL--..-.----���!'::!!�'---(Name of Notary Typed, Printed or Stamped)
__ _.i.#:.:;.....:.:#'----'� ..... 9-'f--J-S-1"/:_.'f_.7 ______ (Commission Number)
1TB # 01-24-01 PH (FPN 432642-1-58-01) 5R434 at Winding Hollow Blvd.
498
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
DRUG FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that
___________________________________________________________________ does:
(Name of Bidder)
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.
7.As the person authorized to sign the statement, I certify that this business complies fully with the above
requirements.
(Authorized Signature) (Date)
(Print/Type Name as Signed Above
Southern Development & Construction Inc
8-6-2024
Shane R. Cox, VP Estimating
499
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
PUBLIC ENTITY CRIMES STATEMENT
SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED
TO ADMINISTER OATHS.
1.This sworn statement is submitted with Bid for ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 At Winding
Hollow Blvd.
2.This sworn statement is submitted by (Bidder) ______________________________ whose business address
is _________________________________________ and (if applicable) Federal Employer Identification Number
(FEIN) is __________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of
your Social Security Number: ___________.
3. My name is ____________________ and my relationship to the Bidder named above is
___________________________.
4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of
any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or
with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or
contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of
the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5.I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of
guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records
relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of
a plea of guilty or nolo contendere.
6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means:
1.A predecessor or successor of a person convicted of a public entity crime; or
2.An entity under the control of any natural person who is active in the management of the entity and who has been
convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida
ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a
pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie
case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during
the preceding 36 months shall be considered an affiliate.
7.I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or
entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for
provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and
agents who are active in management of an entity.
8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this
sworn statement. (Please indicate which statement applies)
____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with
and convicted of a public entity crime subsequent to July 1, 1989.
____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.)
____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing
officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that
it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.)
____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending
with, the Department of General Services.)
_______________________________________________________
Signature Date:
Southern Development & Construction Inc
2544 Connection Point Oviedo, FL 32765
59 - 3249904
Shane R. Cox
VP Estimating
x
8-6-2024
500
PUBLIC ENTITY CRIMES STATEMENT cont.
STATE OF Florida -------------
COUNTY oF __ S_e_m_in_o_le _____ _
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this (pt'--day of �<fo'I , 2024, and is personally known to
me, or has provided _________ as identification.
� Q) c.(...6 ij.lotary Publi
1TB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
501
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION-
LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS
(Compliance with 2 CFR Parts 180 and 1200)
375-030-32
PROCUREMENT
11/15
It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
Name of Consultant/Contractor:
By:
Date:
Title:
Instructions for Certification
Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to
cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated
may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if
at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily
excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal
is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered
transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower
Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts).
“First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of
Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended,
declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or
agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or
otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any
lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension and/or debarment.
Southern Development & Construction Inc
Shane R. Cox
8-6-2024
VP Estimating
502
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
CERTIFICATION OF NON-SEGREGATED FACILITIES FORM
By affixing its signature to this form, the Bidder certifies that it does not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not permit its employees to perform their
services at any location, under its control, where segregated facilities are maintained. The Bidder certifies further
that it will not maintain or provide for its employees any segregated facilities at any location under its control
where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation
of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification,
the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and
other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking
fountains, recreation or entertainment area, transportation and housing facilities provided for employees which
are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or
national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained
identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from
the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by
Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules
and regulations prescribed by the United States Secretary of Labor are incorporated herein.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
By:_______________________________________________________ Date:_____________________
___________________________________________________________________________________
Print Name Title
Official Address: _____________________________________________________________________
8-6-2024
Shane R. Cox VP Estimating
2544 Connection Point Oviedo, FL 32765
503
CONFLICT OF INTEREST STATEMENT
This sworn statement is submitted with Bid for 1TB # 01-24-01 PH (FPN 432642-1-58-01) SR434 At Winding Hollow
Blvd.
Southern Development & Construction Inc This sworn statement is submitted by (Bidder) __________ whose business address is
2544 Connection Point Oviedo, FL 32765 . ________________ and (if applicable) Federal Employer Identification Number (FEIN) Is
_________ ( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social
Security Number: 59 -3249901)
My name is Shane R. Cox and my relationship to the Bidder named above is VP Estimating
1.The above-named Bidder is submitting a Bid for the City of Winter Springs.
2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon
his/her own knowledge.
3.The Affiant states that only one submittal for the above Bid is being submitted and that the above-named
Bidder has no financial interest in other entities submitting Bids for the same project.
4.Neither the Affiant nor the above-named Bidder has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in
connection with the Bidder's submittal for the above Bid. This statement restricts the discussion of pricing
data until the completion of negotiations if necessary and execution of the Contract for this project.
5.Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise
ineligible from participation in contract letting by any local, State, or Federal Agency.
6.Neither the Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest
due to any other clients, contracts, or property interests for this project.
7.I certify that no member of the Bidder's ownership or management is presently applying for an employee
position or actively seeking an elected position with the City of Winter Springs.
8.I certify that no member of the Bidder's ownership or management, or staff has a vested interest in any
aspect of the City of Winter Springs.
9.In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above
named Bidder, will immediately notify the City of Winter Springs.
10.No member, officer or employee of the (Agency) or of the locality during his/her tenure or for 2 years
thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof.
STATE oF Florida
Seminole
Signature
COUNTY OF __________ _
8-6-2024
Date:
PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her
signature at the space provided above on this <o--f<..., day of :Aa,,,s:r , 2024, and is personally known to
e, or has provided __________ as identification.
Notary Public Stale of Florida 1 /!� CCI"_?;: My Commission expires: Carolyn Mercurio
,J(J' ,;:;;F l4::) "-f-""-'.fl..¥¥:<------.t--r/1111111..-My Commission HH 295447 otary Sig ature Expires 013112026
1TB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
504
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
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 Description
Unit of
Measure
Unit Unit Cost Extended Cost
A
B
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. 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 CITY
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.
Name of Bidder
Authorized Signature
Date: __________________________________
This document shall be submitted with the Bid packet. Failure to complete the above
may result in the bid being declared non-responsive.
Open cut / Trench Shield LF 500 2.00 $ 1,000
Southern Development & Construction Inc
8-6-2024
505
ITB # 01-24-01 PH (FPN 432642-1-58-01) SR434 at Winding Hollow Blvd.
BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended)
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies
to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,
grant, or any other award covered by 31 U.S.C. §1352 (as amended). Each tier shall also disclose any lobbying with
non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded
from tier to tier up to the recipient. See below – Certification Regarding Lobbying.
Byrd Anti-Lobbying Certification
Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, “Disclosure Form to
Report Lobbying,” in accordance with its instructions.
3.The undersigned shall require that the language of this certification be included in the award documents for
all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed
by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended)
The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement
of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31
U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and
disclosure, if any.
Signature of Bidder’s Authorized Official
Name and Title of Bidder’s Authorized Official
Date
Southern Development & Construction Inc
Shane R. Cox, VP Estimating
8-6-2024
506
105,189,122
507
1234567AS PRIME CONTRACTOR AS SUBCONTRACTOR $ $$$ $DOT WORK $(Col. 5 Subtotal)CLASSES OF WORKOTHER (Non-DOT) PROJECTS, OWNER, AND LOCATION OF WORK YOU ARE PERFORMINGCONTRACT (OR SUBCONTRACT) AMOUNTAMOUNT SUBLET TO OTHERSBALANCE OF CONTRACT AMOUNT7, 10, 11, 12, 28, 29, 38, 40P905 Universal $9,209,228 $1,513,761 $7,695,467 $0 $105,8947, 9, 10, 11, 12, 28, 38, 40UCF Aperture $5,995,951 $2,642,530 $3,353,421 $0 $886,8197, 9, 10, 11, 12, 27, 28, 38, 40P912 Universal $10,252,439 $2,875,323 $7,377,116 $0 $56,5457, 9, 10, 11, 12, 28, 38, 40Integra Towers/Nona South $11,607,875 $2,453,788 $9,154,087 $0 $1,743,1117, 9, 10, 11, 12, 28, 38, 40Waterleigh Town $5,233,709 $1,553,096 $3,680,613 $0 $1,497,6057, 10, 11, 12, 28, 38, 40Clay Whaley Road $9,484,442 $491,599 $8,992,843 $3,791,622 $07, 9, 10, 11, 12, 28, 38, 40Liberty Station $9,734,828 $507,322 $9,227,506 $913,713 $07, 9, 10, 11, 12, 28, 38, 40Waterleigh Village 2 Infra $2,055,870 $289,655 $1,766,215 $516,094 $07, 9, 10, 11, 12, 27, 28, 38, 40Finfrock P913 $10,935,687 $2,986,303 $7,949,384 $0 $1,242,7697, 9, 10, 11, 12, 27, 28, 38, 40Conspan 2A $12,831,173 $3,795,828 $9,035,345 $4,423,627 $07, 9, 10, 11, 12, 28, 38, 40Haven @ Davenport $7,029,633 $1,222,401 $5,807,232 $0 $1,664,2607, 10, 11, 12, 28, 38, 40K-8 Knightbridge $7,471,445 $1,501,802 $5,969,643 $0 $400,0977, 10, 11, 12, 28, 38, 40451 Commerce Sitework $7,062,730 $564,472 $6,498,258 $0 $79,1047, 10, 11, 12, 28, 38, 40Aber Road $1,724,202 $682,426 $1,041,776 $0 $692,2947, 10, 11, 12, 28, 38, 40Alro Steel $7,517,424 $1,808,170 $5,709,254 $2,350,5627, 9, 10, 11, 12, 28, 38, 40Watercrest at Windermere $10,057,235 $2,455,134 $7,602,101 $8,758,9757, 9, 10, 11, 12, 28, 38, 40SDOC East Transportation $13,192,125 $2,196,656 $10,995,469 $9,202,8397, 9, 10, 11, 12, 28, 38, 40Highlands Reserve $11,550,000 $2,271,182 $9,278,818 $4,308,7927, 9, 10, 11, 12, 28, 38, 40Celebration Village 2B $15,421,254 $2,161,583 $13,259,671 $8,725,3837, 9, 10, 11, 12, 28, 38, 40Citrus Grove Ph. 5 $6,944,777 $6,944,777 $5,630,6637, 9, 10, 11, 12, 28, 38, 40Plant/Tildenville Improve $3,442,677 $902,363 $2,540,314 $3,157,4177, 9, 10, 11, 12, 28, 38, 40Edgewater East ED2 Ph 1 $25,266,019 $2,486,945 $22,779,074 $22,779,0747, 9, 10, 11, 12, 28, 38, 40Oviedo Turn Lane $1,591,871 $463,865 $1,128,006 $1,159,4667, 9, 10, 11, 12, 28, 38, 405 Points Ph. 1A $4,047,620 $774,823 $3,272,797 $3,723,8677, 9, 10, 11, 12, 28, 38, 40Prologis AIPO T52 $1,798,200 $919,463 $878,737 $1,111,4267, 9, 10, 11, 12, 28, 38, 40Tuscany Village $9,926,000 $2,166,371 $7,759,629 $6,464,4557, 9, 10, 11, 12, 28, 38, 40Rollins Ct. $7,750,000 $2,036,673 $5,713,327 $7,378,90310, 11, 12, 28, 40Paving Projects Central Florida $2,074,052 $000 $2,074,052 $0 $0Small Jobs 53,306,527 $53,306,527 0 2,423,746$284,514,993 OTHER WORK $240,791,459(Col. 5 Subtotal)$24,427,895 $80,761,227GRAND TOTALPLEASE ENTER ATTACHMENT TOTALS ON THIS LINETOTAL UNCOMPLETED WORK ON HAND TO BE DONE BY YOU $105,189,122NOTE: Columns 3 and 4 to show total contract (or subcontract) amounts. Column 5 to be difference between columns 3 and 4. Amount in columns 6 or 7 to be uncompleted portion of amount in column 5. All amounts to be shown to nearest $100.00. The Contractor may consolidate and list as a single item all contracts which individually do not exceed 3% of the total, and which, in the aggregate, amount to less than 20% of the total.Total of Columns 6 and 7 Must Be Filled In and Must Agree with Related Attachment(s), if furnished.STATUS OF CONTRACTS ON HAND Give full information about all of your contracts, whether prime or subcontracts; whether in progress or awarded but not yet begun; and regardless of its location and with whom contracted.CLASSES OF WORKDOT PROJECTS AND LOCATION OF WORK YOU ARE PERFORMINGCONTRACT (OR SUBCONTRACT) AMOUNTAMOUNT SUBLET TO OTHERSBALANCE OF CONTRACT AMOUNTUNCOMPLETED AMOUNT TO BE DONE BY APPLICANT508
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES
ON FEDERAL-AID CONTRACTS
(Compliance with 49CFR, Section 20.100 (b))
375-030-33
PROCUREMENT
01/24
The prospective participant certifies, by signing this certification, that to the best of his or her knowledge
and belief:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of an agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,
loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
The prospective participant also agrees by submitting his or her proposal that he or she shall require that
the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and
that all such subrecipients shall certify and disclose accordingly.
Name of Consultant:
By: Date:
Authorized Signature:
Title:
Southern Development & Construction Inc
Shane R. Cox 8-6-2024
VP Estimating
509
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DISCLOSURE OF LOBBYING ACTIVITIES 375-030-34
PROCUREMENT
02/16
Is this form applicable to your firm?
If no, then please complete section 4
below for “Prime”
YES NO
1. Type of Federal Action:
a. contract
b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
2. Status of Federal Action:
a. bid/offer/application
b. initial award
c. post-award
3. Report Type:
a. initial filing
b. material change
For Material Change Only:
Year: Quarter:
Date of last report:
(mm/dd/yyyy)
4. Name and Address of Reporting Entity:
Prime Subawardee
Tier , if known:
Congressional District, if known: 4c
5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and
Address of Prime:
Congressional District, if known:
6. Federal Department/Agency:7. Federal Program Name/Description:
CFDA Number, if applicable:
8. Federal Action Number, if known:9. Award Amount, if known:
$
10. a. Name and Address of Lobbying Registrant
(if individual, last name, first name, MI):
b. Individuals Performing Services (including address if
different from No. 10a)
(last name, first name, MI):
11.Information requested through this form is authorized by title 31
U.S.C. section 1352. This disclosure of lobbying activities is a
material representation of fact upon which reliance was placed
by the tier above when this transaction was made or entered
into. This disclosure is required pursuant to 31 U.S.C. 1352.
This information will be available for public inspection. Any
person who fails to file the required disclosure shall be subject
to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Signature: ____________________________________________
Print Name:
Title:
Telephone No.: Date (mm/dd/yyyy):
Federal Use Only: Authorized for Local Reproduction
Standard Form LLL (Rev. 7-97)
MANDATORY FORM
Type text here
Shane R. Cox
VP Estimating
321-251-0535 08-09-2024
Southern Development & Construction Inc
2544 Connection Point Oviedo, FL 32765
510
375-030-34
PROCUREMENT
04/14
Page 2 of 2
INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the
initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C.
section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete
all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by
the Office of Management and Budget for additional information.
1.Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the
outcome of a covered Federal action.
2.Identify the status of the covered Federal action.
3.Identify the appropriate classification of this report. If this is a followup report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last
previously submitted report by this reporting entity for this covered Federal action.
4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, if
known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime
or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier.
Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.
5.If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State
and zip code of the prime Federal recipient. Include Congressional District, if known.
6.Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational
level below agency name, if known. For example, Department of Transportation, United States Coast G uard.
7.Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full
Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan
commitments.
8.Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g.,
Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract,
grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include
prefixes, e.g., "RFP-DE-90-001."
9.For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter
the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5.
10.(a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying
Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal
action.
(b)Enter the full names of the individual(s) performing services, and include full address if different from 10 (a).
Enter Last Name, First Name, and Middle Initial (MI).
11.The certifying official shall sign and date the form, print his/her name, title, and telephone number.
According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a
valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this
collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources,
gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden
estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and
Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503.
511
Section H – Florida State Corporate
512
513
Florida Department of Transportation
RON DESANTIS
GOVERNOR 605 Suwannee Street
Tallahassee, FL 32399-0450
JARED W. PERDUE, P.E.
SECRETARY
Improve Safety, Enhance Mobility, Inspire Innovation
www.fdot.gov
May 17,2024
SOUTHERN DEVELOPMENT & CONSTRUCTION, INC.
2544 CONNECTION POINT
OVIEDO, FLORIDA 32765
RE: CERTIFICATE OF QUALIFICATION
The Department of Transportation has qualified your company for the type of work indicated
below.
FDOT APPROVED WORK CLASSES:
DRAINAGE, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, SIDEWALK, Curb
& Gutter, Driveways, Handrails, Lift Station, Retaining Wall, Rip Rap, Underground Utilities
(Water & Sewer).
Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025.
In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum
Capacity Rating will not take effect until after the expiration of the current certificate
of prequalification (if applicable).
In accordance with Section 337.14(1), Florida Statutes, an application for qualification
must be filed within (4) months of the ending date of the applicant’s audited annual financial
statements.
If the company's maximum capacity has been revised, it may be accessed by logging into the
Contractor Prequalification Application System via the following link:
HTTPS://fdotwp1.dot.state.fl.us/ContractorPreQualification
Once logged in, select "View" for the most recently approved application, and then click
the "Manage" and "Application Summary" tabs.
The company may apply for a Revised Certificate of Qualification at any time prior to the
expiration date of this certificate according to Section 14-22.0041(3), Florida
Administrative Code (F.A.C.), by accessing the most recently approved application as shown
above and choosing "Update" instead of "View." If certification in additional classes of
work is desired, documentation is needed to show that the company has performed such work.
All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their
work underway monthly in order to adjust maximum bidding capacity to available bidding
capacity. You can find the link to this report at the website shown above.
Sincerely,
James E. Taylor II, Prequalification Supervisor
Contracts Administration Office
JTII
514
515
516
517
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMCNAMARA, THOMAS JOSEPHDo not alter this document in any form.SOUTHERN DEVELOPMENT & CONSTRUCTION, INC.LICENSE NUMBER: CBC060345EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.2544 CONNECTION PTOVIEDO FL 32765Always verify licenses online at MyFloridaLicense.com518
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMCNAMARA, THOMAS JOSEPHDo not alter this document in any form.SOUTHERN DEVELOPMENT & CONSTRUCTION, INC.LICENSE NUMBER: CUC1224501EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.2544 CONNECTION PTOVIEDO FL 32765Always verify licenses online at MyFloridaLicense.com519
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMCNAMARA, THOMAS JOSEPHDo not alter this document in any form.SOUTHERN DEVELOPMENT & CONSTRUCTION, INC.LICENSE NUMBER: EC13002610EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.2544 CONNECTION PTOVIEDO FL 32765Always verify licenses online at MyFloridaLicense.com520
521
Pay Item No. Unit Quantity Unit Price Total Amount
101-1 LS 1 $ 180,000.00 $ 180,000.00
102-1 LS 1 $ 150,000.00 $ 150,000.00
102-14 HR 28 $ 200.00 $ 5,600.00
102-60 ED 4845 $ 0.25 $ 1,211.25
102-71-13 LF 564 $ 75.00 $ 42,300.00
102-74-1 ED 4035 $ 0.50 $ 2,017.50
102-74-8 FD 17100 $ 0.50 $ 8,550.00
102-76 ED 285 $ 15.00 $ 4,275.00
102-99 ED 299 $ 15.00 $ 4,485.00
102-104 ED 285 $ 45.00 $ 12,825.00
102-107-1 ED 285 $ 10.00 $ 2,850.00
104-1 SY 5 $ 500.00 $ 2,500.00
104-10-3 LF 526 $ 15.00 $ 7,890.00
104-12 LF 163 $ 30.00 $ 4,890.00
104-18 EA 3 $ 600.00 $ 1,800.00
110-1-1 LS 1 $ 447,828.75 $ 447,828.75
110-4-10 SY 551 $ 50.00 $ 27,550.00
120-1 CY 362 $ 50.00 $ 18,100.00
120-6 CY 99 $ 80.00 $ 7,920.00
160-4 SY 727 $ 25.00 $ 18,175.00
285-709 SY 570 $ 100.00 $ 57,000.00
327-70-6 SY 655 $ 15.00 $ 9,825.00
334-1-13 TN 62.7 $ 325.00 $ 20,377.50
337-7-83 TN 101.1 $ 325.00 $ 32,857.50
425-1-311 EA 1 $ 13,000.00 $ 13,000.00
425-1-321 EA 1 $ 13,000.00 $ 13,000.00
425-2-43 EA 3 $ 9,600.00 $ 28,800.00
425-11 EA 1 $ 4,100.00 $ 4,100.00
430-175-118 LF 24 $ 240.00 $ 5,760.00
440-1-20 LF 437 $ 100.00 $ 43,700.00
440-73-2 LF 24 $ 500.00 $ 12,000.00
520-1-10 LF 576 $ 60.00 $ 34,560.00
522-1 SY 317 $ 120.00 $ 38,040.00
522-2 SY 85 $ 350.00 $ 29,750.00
527-2 SF 20 $ 60.00 $ 1,200.00
550-10-220 LF 194 $ 60.00 $ 11,640.00
570-1-2 SY 538 $ 15.00 $ 8,070.00
$ 1,314,447.50
Pay Item No. Unit Quantity Unit Price Total Amount
700-1-50 AS 1 $ 300.00 $ 300.00
706-1-3 EA 34 $ 10.00 $ 340.00
710-90 LS 1 $ 5,000.00 $ 5,000.00
711-11-123 LF 170 $ 8.00 $ 1,360.00
711-11-125 LF 88 $ 11.00 $ 968.00
711-11-141 GM 0.035 $ 4,500.00 $ 157.50
711-11-170 EA 7 $ 200.00 $ 1,400.00
711-14-125 LF 111 $ 25.00 $ 2,775.00
711-14-160 EA 2 $ 400.00 $ 800.00
711-14-170 EA 2 $ 300.00 $ 600.00
711-16-101 GM 0.260 $ 7,000.00 $ 1,820.00
711-16-201 GM 0.014 $ 8,000.00 $ 112.00
$ 15,632.50
Thermoplastic, Standard, Other Surfaces, Yellow, Solid, 6"
Subtotal Signing and Pavement Markings
Thermoplastic, Preformed, White, Solid, 24" for Crosswalk
Thermoplastic, Preformed, White, Solid, Message or Symbol
Thermoplastic, Preformed, White, Solid, Arrow
Thermoplastic, Standard, Other Surfaces, White, Solid, 6"
Concrete Sidewalk and Driveways, 4" Thick
Concrete Sidewalk and Driveways, 6" Thick
Detectable Warnings
Fencing, Type B, 5.1-6.0' , Standard
Performance Turf, Sod
Subtotal Roadway
Signing and Pavement Markings Pay Item Description
Single Sign Post, Relocate
Raised Pavement Marker, Type B
Painted Pavement Markings - Final Surface
Thermoplastic, Standard, White, Solid, 12" for Crosswalk and Roundabout
Thermoplastic, Standard, White, Solid, 24" for Stop Line and Crosswalk
Thermoplastic, Standard, White, 2-4 Dotted Guideline/6-10 Gap Extension, 6"
Thermoplastic, Standard, White, Arrow
Concrete Pipe Culvert, SS, Class III, 18"
Underdrain, Type II
Underdrain Outlet Pipe, 6"
Concrete Curb and Gutter, Type F
Clearing and Grubbing (0.22 Acres)
Removal of Existing Concrete
Regular Excavation
Embankment
Type B Stabilization
Base Group 9 (Type B-12.5)
Milling Existing Asphalt Pavement (1.5" Average Depth)
Type SP Asphaltic Concrete , Traffic C
Asphaltic Concrete Friction Course (Traffic C, FC-12.5, PG 76-22) (1.5")
Inlets (Curb Type P-1) (<10')
Inlets (Curb Type P-2) (<10')
Manholes, P-7, Partial
Modify Existing Drainage Structure
Artificial Coverings/Rolled Erosion Control Products
Sediment Barrier
Staked Turbidity Barrier
Inlet Protection
State Road 434 and Winding Hollow Blvd Intersection Improvements FPID 432642-1-58-01
Roadway Pay Item Description
Mobilization
Maintenance of Traffic
Traffic Control Officer
Work Zone Sign
Temporary Barrier Wall, F&I, Low Profile, Concrete
Channelizing Device - Types I, II, DI, VP,Drum, or LCD
Channelizing Device- Pedestrian LCD (Longitudinal Channelizing Device)
Arrow Board, Advance Warning Arrow Panel
Portable Changeable Message Sign, Temporary
Temporary Signalization and Maintenance, Intersection
Temporary Traffic Detection and Maintenance,Intersection
522
Pay Item No. Unit Quantity Unit Price Total Amount
611-1-1 MI 0.125 $ 5,000.00 $ 625.00
611-2-1 EA 1 $ 4,500.00 $ 4,500.00
630-2-11 LF 1110 $ 20.00 $ 22,200.00
630-2-12 LF 655 $ 45.00 $ 29,475.00
630-2-14 LF 80 $ 50.00 $ 4,000.00
632-7-1 PI 1 $ 12,000.00 $ 12,000.00
632-7-6 PI 1 $ 2,500.00 $ 2,500.00
633-1-121 LF 250 $ 8.00 $ 2,000.00
633-1-123 LF 1150 $ 8.00 $ 9,200.00
633-1-610 LF 600 $ 2.00 $ 1,200.00
633-2-31 EA 194 $ 80.00 $ 15,520.00
633-3-11 EA 2 $ 1,600.00 $ 3,200.00
633-3-13 EA 12 $ 130.00 $ 1,560.00
635-2-11 EA 13 $ 2,000.00 $ 26,000.00
635-2-12 EA 2 $ 3,500.00 $ 7,000.00
635-2-13 EA 2 $ 8,000.00 $ 16,000.00
633-6 F.O.C. Locator DA 285 $ 400.00 $ 114,000.00
646-1-11 EA 2 $ 3,500.00 $ 7,000.00
646-1-60 EA 1 $ 1,000.00 $ 1,000.00
649-21-6 EA 1 $ 90,000.00 $ 90,000.00
649-26-3 EA 1 $ 9,000.00 $ 9,000.00
650-1-14 AS 2 $ 2,500.00 $ 5,000.00
653-1-11 AS 2 $ 1,500.00 $ 3,000.00
660-2-102 AS 4 $ 1,500.00 $ 6,000.00
660-2-106 AS 3 $ 1,500.00 $ 4,500.00
663-1-112 EA 1 $ 4,000.00 $ 4,000.00
665-1-11 EA 2 $ 500.00 $ 1,000.00
700-5-50 EA 1 $ 2,200.00 $ 2,200.00
715-5-31 EA 4 $ 4,500.00 $ 18,000.00
715-5-51 EA 3 $ 700.00 $ 2,100.00
$ 423,780.00
Pay Item No. Unit Quantity Unit Price Total Amount
U1 LF 35 $ 200.00 $ 7,000.00
U2 LF 87 $ 100.00 $ 8,700.00
U3 TN 1 $ 10,000.00 $ 10,000.00
U4 EA 2 $ 9,000.00 $ 18,000.00
U5 EA 2 $ 10,000.00 $ 20,000.00
U6 EA 2 $ 3,000.00 $ 6,000.00
U7 LF 32 $ 50.00 $ 1,600.00
U8 LF 13 $ 1,000.00 $ 13,000.00
U9 EA 1 $ 4,000.00 $ 4,000.00
U10 EA 1 $ 600.00 $ 600.00
$ 88,900.00
$ 1,842,760.00
$ 1,842,760.00
Construction Duration: Two Hundred and Eighty Five ( 285 ) calendar days.
12" Linestops
Water Main Clearance
Remove Existing Water Main
12" DIP Reclaimed Water Main
Connection to Exist. Reclaimed Water Main
Pipe Cap
Subtotal Utilities
TOTAL BID PRICE
TOTAL BID: One million, eight hundred forty-two thousand, seven hundred sixty DOLLARS (In Words)
12" DIP Water Main
12" DIP Water Main (Temporary)
Water Main Fittings
12" x 12" Wet Tap Connection
Aluminum Signal Pole (Remove)
Steel Mast Arm Assembly (F&I) (150 MPH) (Single 46')
Steel Mast Arm Assembly (Remove) (Shallow, Bolt on Attachment)
Traffic Signal (F&I) (3-Section, 1-Way) (Standard LED Indicators) (Aluminum)
Pedestrian Signal (F&I) (LED-Countdown) (1 Way)
Loop Assembly (F&I) Type B
Loop Assembly (F&I) Type F
Signal Priority & Preemption System (F&I) (Optical) (Detector)
Detector, Pedestrian (F&I) (Standard)
Internally Illuminated Sign (Relocate) (Street Name)
Luminaire, Acorn, LED (F&I)
Luminaire, Acorn (Remove)
Subtotal Signalization
Utility Pay Item Description
Pull & Slice Boxes (F&I) (13 X 24 Standard Sise)
Pull & Splice Boxes (F&I) (24 X 36) Standard Size)
Pull & Splice Boxes (F&I) (48") Round Vault
Aluminum Signal Pole (F&I) (Pedestal)
Signalization Pay Item Description
Conduit (F&I), (Open Trench) (Underground)
Conduit (F&I), (Directional Bore) (Underground or Underpavement)
Conduit (F&I), (Above Ground)
Signal Cable (New or Reconstructed Intersection (F&I)
Signal Cable (Remove-Intersection)
Fiber Optic Cable (F&I) (Underground) (12 SM)
ITSFM Subsurface Documentation
ITSFM Location Documentation
Fiber Optic Cable (F&I) (Underground) (96 SM)
Fiber Optic Cable (Remove) (Aerial) (12SM / 12MM & 72 SM)
Fiber Optic Connection (Install) (Splice)
Fiber Optic Connection Hardware (F&I) (Splice Enclosure)
Fiber Optic Connection Hardware (F&I) (Pre-Terminated Connector Assembly)
523
524
525
526
527
528
529
530
531
532
533
534
535
536
537
538
539
540
541
542
543
544
545
546
547
548
549
550
551
552
553
554
555
556
557
558
559
560
561
562
563
564
565
566
567
568
569
570