Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-269Temp. Reso. # 10604 December 6, 2004 Page 1 Revision 1 — 12/9/2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004a� 9_ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE UTILIZATION OF THE CITY OF NORTH MIAMI BEACH BID NUMBER 2001- 10 FOR THE ASPHALT AND CONCRETE SERVICES IN CONJUNCTION WITH THE NW 53RD STREET DRAINAGE IMPROVEMENT PROJECT IN AN AMOUNT NOT TO EXCEED $30,210.00 TO ARROW ASPHALT AND ENGINEERING; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The Public Works Department requires the services of a contractor to perform asphalt and concrete curbing services in conjunction with an in-house drainage improvement program for NW 53rd Street; and WHEREAS, the City of North Miami Beach awarded bid Number 2001-10 for asphalt and concrete patching and restoration, attached hereto as Exhibit 1 "; and WHEREAS, City Code §6-155 allows the Purchasing/Contracts Manager the authority to procure supplies, materials, equipment and services which are subject to contracts with other governmental agencies without following purchasing procedures when the best interest of the City would be served; and WHEREAS, the vendor which received the bid award for the specific services the City wishes to procure was Arrow Asphalt & Engineering, Inc.; and WHEREAS, the City of North Miami Beach has granted permission for the City of Tamarac to utilize this contract, a copy of said permission attached hereto as Exhibit "2"; and„ Temp. Reso. # 10604 December 6, 2004 Page 2 Revision 1 — 12/9/2004 WHEREAS, Arrow Asphalt & Engineering has provided the City with a proposal based on the pricing for the City of North Miami Beach Bid #2001-10, attached hereto as Exhibit "3"; and WHEREAS, funding is available within the Stormwater Management Fund for said purpose; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager have determined that it is in the City's economic interests to procure asphalt and concrete services required in conjunction with the in-house drainage improvement project on NW 53rd Street by utilizing the City of North Miami Beach Bid Number 2001-10; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to procure asphalt and concrete services required in conjunction with the in-house drainage improvement project on NW 53rd Street by utilizing the City of North Miami Beach Bid Number 2001-10 in an amount not to exceed $30,210.00, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The use of the City of North Miami Bid Number 2001-10 forthe procurement of asphalt and concrete services needed in conjunction with the in-house construction of drainage improvements along a portion of NW 53rd Street from Arrow Asphalt & Engineering, Inc. in an amount not to exceed $30,210.00 is hereby authorized. Temp. Reso. # 10604 December 6, 2004 Page 3 Revision 1 — 12/9/2004 SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 22nd day of December , 2004. ice X44"/ JOE SCHREIBER MAYOR ATTEST: r ,,,,,000� -RECORD OF COMMISSION VOTE: MARION SWE SON, C C MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM- ALABISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KhAF CITY ATTORNEY 12/07/2004 14:38 s May 12, 2004 3055560288 ARROW ASPHALT PAGE 02/16 EXHIBIT "T' TR 10604 City of North Miami Beach, Florida PURCHASING DIVISION Mr. Michael Mantell Arrow Asphalt & Engineering, Inc. 14799 N.W. 117 h Avenue Hialeah, FL 33018 Re: Bid #2001-101 Asphalt and Concrete Patching and Restoration Dear Mr. Mantcll: This will confirm agreement to extend through May 21, 2005 our contract for Asphalt and Concrete Patching and Restoration. All prices, terms, and conditions of the original agreement dated May 21, 2001 shall remain in full force and effect. Please sign this letter below, acknowledging agreement to this extension, and return it for our City Manager's signature. A copy of the signed letter shall be sent to you for your records. Also, please submit your company's current insurance certificates for General Liability, Workers' Compensation and Automobile Liability. The City of North Miami, Beach must be named as additional insured with regard to General Liability coverage. Sincerel . on Giraham 4; City Buyer GARY BROWN PRESIDENT (SIGNATURE) CITY MANAGER ARROW ASPHALT & ENGINEERING, INC. A C 4 g e& 1m A tv C c--- PRESIDENT (PRINTED NAME) ARROW ASPHALT & ENGINEERING, INC. o Y. DATE 17011 N.E. 19 Avenue, Nerth Miami epach, Florida 33162-3100 . 305-948.2976.305-948-2985 • FAX 305-957.3522 eitynmb.com 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 07/21 GENERAL TERMS AND CONDITIONS OF INVITATIONS FOR BIDS 1. GENERAL CONDITIONS Bidders are required to submit their proposals upon the following express conditions: A. Bidders shall thoroughly examine the drawings, specifications, schedules, instructions and all other contract documents. B. Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. No plea of ignorance, by the bidder, of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City or the compensation to the bidder. C. Bidders are advised that all City contracts are subject to all legal requirements provided for in the City of North Miami Beach Purchasing ordinance #98-12 as amended, and applicable State and Federal and County Statutes. 2. PREPARATION OF BIDS Bids will be prepared in accordance with the following. A. Our enclosed Bid Proposal Form is to be used in submitting your bid. NO OTHER FORM WILL BE ACCEPTED. B. All information required by the bid form shall be furnished. The bidder shall sign each continuation sheet (where indicated) on which an entry is made. C. Unit prices shall be shown and where there is an error in extension of prices, the unit price shall govern. D. Alternate bids will not be considered unless authorized by the Invitation for Bids. E. Proposed delivery time must be shown in calendar days, which shall include weekends and holidays. F. The City of North Miami Beach is exempt from payment to its vendors of State of Florida sales tax and, therefore, such taxes should not be figured into the bid. However, this exemption does not transmit to suppliers to the City in their (supplier) purchases of goods or services, used in work or goods supplied to the City. Contractors are responsible for any taxes, sales or otherwise, levied on their purchases, subcontracts, employment, etc. An exemption certificate will be signed where applicable, upon request. The City will pay no sales tax. 3. DESCRIPTION OF SUPPLIES AND/OR SERVICES A. Any manufacturer's narnes, trade names, brand names, or catalog numbers used in these applications are for the purpose of describing and establishing minimum requirements or level of quality, standards of performance, and design required, and is in no way intended PAGE I OF 24 3/29/2001 BID 2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 08/21 to prohibit the bidding of other manufacturers' items of equal material, unless specifications state "NO SUBSTITUTIONS." B. Bidders must indicate any variances to the specifications, terms, and conditions, no matter how slight. If variations are not stated in the Proposal, it shall be construed that the bid fully complies with the Specifications, Terms and Conditions. C. Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. D. Bidders will submit, with their proposal, necessary data (factory information sheets, specifications, brochures, etc.) to evaluate and determine the quality of the item(s) they are bidding. E. The City shall be the sole judge of equality and its decision shall be final. 4. SUBMISSION OF BIDS A. Bids and Addenda thereto shall be enclosed in sealed envelopes addressed to the Purchasing Manager, Lynn Gribble, City of North Miami Beach, 17011 NE 19 Avenue, Room 318, North Miami Beach, Florida 33162. The name and address of the bidder, the bid number, the date and hour of the bid opening, and the bid name shall be placed on the outside of the envelope. B. Bids must be submitted on the forms furnished. Telegraphic and facsimile bids will not be considered. Bids, however, may be modified by telegraphic notice provided such notice is received prior to the time and date set for the bid opening. Bids shall be dated and time stamped in Room 318 prior to bid opening. Bidders shall have sole responsibility for delivery of bids on time and to the proper location. C. Bidders requesting a copy of the bid tabulation shall include a stamped, self-addressed envelope. D. Bids should be submitted in duplicate. Submit one original and one copy. 5. ADDENDA Bidder shall be responsible for verifying with Purchasing Division whether any addenda have been issued. 6. REJECTION OIL BIDS A. The City may reject a bid if: 1. The Bidder fails to acknowledge receipt of an addendum, or if 2. The Bidder misstates or conceals any material fact in the bid, or if 3. The bid does not strictly conform to the law or requirements of bid, or if 4. The bid is conditional, except that the bidder may qualify his bid for acceptance by the City on an "all or none" basis, group basis, or a "low item" basis. An "all or none" basis bid must include all items upon which bids are invited. PAGE 2 OF 24 3/29/2001 BID 2001-10 12/07/2004 15:09 3055560288 ARRQW ASPHALT PAGE 09/21 r rThe City may, however, reject all bids whenever it is deemed in the best interest of the City to do so, and may reject any part of a bid unless the bid has been qualified as provided in paragraph 6iA14 above, The City may also waive any minor informalities or irregularities in any bid. 7, WITHDRAWAL OF BIDS A. Bids may not be withdrawn fora eriod 90 daYs after the time set for the bid opening. B. Bids may be withdrawn prior to the time set for the bid opening. Such request must be in writing. C. The City will permanently retain as liquidated damages the bid deposit furnished by any bidder who requests to withdraw a bid after the bid opening. 8. LATE BIDS OR MODIFICATIONS Only bids or proposals received as of opening date and time will be considered timely. Bids and modifications received after the time. set for the bid opening will be rejected as late. 9. CLARIFICATION OR OBJECTION TO BID SPECIFICATIONS If any person contemplating submitting a bid for this contract thereof, ot as h she to thetrue submit meaning of the specifications or other bid documents or any part to the Purchasing Manager on or before ten days prior to scheduled opening, a request for clarification. All such requests for clarification shall be made in writing and the person submitting the request will be responsible for its prompt delivery. Any interpretation of the 0 bid, if made, will be made only by Addendum duly issued. A copy of such Addendum will be mailed or delivered to each person receiving an Invitation for Bids. The City will not prior responsible for any other explanation or interpretation of the proposed bid made or given to the award of the contract. Any objection to the specifications and requirements as set forth in this bid must be filed in writing with the Purchasing Manager on or before ten days prior to scheduled opening. 10. INVOICING/PAYMENT All invoices should be sent to: City of North Miami Beach, Finance Department, PO Box 60,000M, North Miami Beach, Florida 33160-1076. In accordance with Florida State Statutes, Chapter 218, payment will be made within 45 days after receipt of merchandise and a proper invoice. The City cannot make advance payments, makntde posits inadvance space receipt of goods, or pay C.O.A. Bidders should state any payment aY e provided on the proposal form. DISCOUNTS A. Bidders may offer a cash discount for prompt payment; however, such discounts shall NOT be considered in determining the lowest net cost for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in the unit prices quoted. B. In connection with any discount offered, time will be computed from the date of receipt of supplies or services or from the date a correct invoice is received, whichever is the later date. Payment is deemed to be made on the date of mailing of the check. PAGE 3 OF 24 3/29/2001 BID 2001-10 12/07/2004 15:09 30555G0208 ARROW ASPHALT PAGE 11/21 12. COMPETENCY OF BIDDERS A. Pre -award inspection of the Bidder's facility may be made prior to the award of contract. Bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid(s); have a record of performance for a reasonable period of time; have sufficient financial support, equipment and organization to insure that they can satisfactorily deliver the material and/or services if awarded a Contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the proper authorities of the City. B. The City may consider any evidence available to it of the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City in making the award in the best interest of the City. 13, TERMINATION OF CONTRACT A. The City may, by written notice to the Contractor, terminate the Contract if the Contractor has been found to have failed to perform his services in a manner satisfactory to the City as per specifications, including delivery as specified. The date of termination shall be stated in the notice. City shall be sole judge of non-performance. B. The City may cancel the Contract upon 30 days written notice for reasons other than cause. - 14. EMPLOYEES All employees of the Contractor shall be considered to be at all times the sole employees of the Contractor, under the Contractor's sole direction, and not an employee or agent of the City of North Miami Beach. The Contractor shall supply competent and physically capable employees and the City may require the Contractor to remove any employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose presence on City property is not in the best interest of the'City. Each employee shall have and wear proper identification. 15. AWARD OF CONTRACT A. The contract will be awarded to the lowest responsible bidder(s) whose bid(s), conforming to the Invitation for Bids, is most advantageous to the City, price and other factors considered. B. The City reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations as provided for in paragraph 5(A)4. C. Successful Bidder shall be notified in writing of award. D. The enclosed Agreement shall be filled in, signed, and witnessed, and returned with the Bid Proposal pages. The City will sign the agreement submitted by the Successful Bidder, and return a copy to the Bidder. PACE 4 OF 24 3/29/2001 ]BID 2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 12/21 E. Delivery of materials and/or services shall be performed upon receipt by successful bidder of a numbered, signed purchase order. 0 16. BID PROTESTS The City shall provide notice of its decision to award or reject to all bidders by U.S_ mail. If bidders wish to protest a decision of award, they must file a notice of protest in writing to the Purchasing Manager within three (3) working days after receipt of the notice of the City's decision of award, and shall file a formal written protest within 10 days after filing the notice of protest. The notice of protest must be either hand delivered and date time stamped by the Purchasing Division, or sent via Certified U.S. mail, return receipt requested. Failure to file a protest within the time specified herein shall constitute a waiver of all rights to protest the City's decision regarding the award of bid, 17. AGREEMENT An Agreement is enclosed as part of these specifications. Bidders shall fill in their name, sign the Agreement, have it witnessed, and return with their bid. The City will then fill in the term, sign the Agreement submitted by the awarded bidder, and provide a copy of the fully executed Agreement to that bidder. 1 S. DISQUALIFICATION OF BIDDERS A bidder may be disqualified temporarily or permanently and his/her bid(s) rejected for: A. Poor performance or default, in the City's opinion, on previous contracts with the City. B. Poor performance or default, in the City's opinion, on previous contracts with other public entities. 19. LOCAL, STATE AND FEDERAL COMPLIANCE REQUIREMENTS Bidders shall comply with all local, state and federal directives, orders and laws as applicable to this bid and subsequent contract(s), including but not limited to: 1) Equal Employment Opportunity (EEO), in compliance with Executive Order 11246 as amended and applicable to this contract. 2) Occupational Safety and Health Act (OSHA) as applicable to this contract. 20. COLLUSION The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder certifies that his/her bid is made without previous understanding, agreement, or connection with any person, firm or corporation, making a bid for the same items, or the initiating City department, and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 21. MAINTAINING BID STATUS To be retained on the active bidders list, bidder MUST respond to this Invitation to Bid. To protect your status as an active bidder, please complete and return the last page of the bid PAGE S OF 24 3/29/2001 SID 20 01 -10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 13f21 proposal form indicating reason for "No Bid" at this time. Three (3) consecutiva failures to respond to bid invitations could' result in automatic removal from the bidders list. 22. PATENTS AND COPYRIGHTS It shall be understood and agreed that by the submission of a proposal, the bidder, if awarded a contract, shall save harmless and fully indemnify the City and any of its officers or agents from any and all damages that may, at any time, be imposed or claimed for infringement of any patent right, trademark, or copyright, of any person or persons, association, or corporation, as the result of the use of such articles by the City, or any of its officers, agents, or employees, and of which articles the contractor is not the patentee, assignee, licensee, or owner, or lawfully entitled to sell same. 23. PUBLIC RECORDS LAW Pursuant to Florida Statute 119.07, public records may be inspected and examined by anyone desiring to do so, at a reasonable time, under reasonable conditions, and under supervision by The custodian of the public record. Sealed Bids and Proposals become subject to this statute, notwithstanding bidders' or proposers' requests to the contrary, at the time the City provides notice of a decision or intended decision, or 10 days after bid or proposal opening, whichever is earlier. Financial statements submitted in response to a request by the City are confidential, and exempt from disclosure. Data processing software obtained under a licensing agreement • which prohibits its disclosure is also exempt. 24, INFORMATION Further information, if desired, may be obtained from the Purchasing Manager, 17011 N.E. 19th Avenue, Room 318, North Miami Beach, Florida 33162, Telephone (305) 948-2976. Questions or requests for clarification of the specifications shall be in writing and received by the Purchasing Manager at least seven days prior to the date and time of the bid opening. They may be mailed or faxed to (305) 957-3522. .25. REaUEST FOR PROPOSAL Should these "General Conditions" be used in the specifications for a Request for Proposal, every reference to a bid shall be and mean the same as proposal. 26. CONFLICT IN SPECIFICATIONS Where there appears to be a variance or conflict between these General Conditions and the Special Conditions or Technical Specifications outlined in the Bid Package, the order of preference shall be Technical Specifications, Special Conditions, then General Terms and Conditions. 27. EXCEPTIONS TO PROPOSAL. The bidder shall list on the space provided on the proposal page or on a separate sheet of paper any exceptions to the conditions of this Bid Proposal. This sheet shall be labeled, "Exceptions to Proposal Provisions," and shall be attached to the Bid Proposal. If no PAGE F OF 24 3/29/2001 BID 2001.-1.0 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 14/21 exceptions are stated, it will be understood that all General, Special and Technical Conditions will be complied with, without exception. 40 28. NOTICE TO PROCEED A signed Purchase larder will be the Contractor's authorization to proceed and may substitute for a "Notice to Proceed" form. 29. HOLD HARMLESS AGREEMENT The awarded bidder agrees to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, or attorney's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the products or services supplied. The awarded bidder agrees to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, or attorney's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the negligence of the contractor/supplier, his employees, agents, or assigns. 30, COPELAN❑ "ANTI -KICKBACK" Contractor and all subcontractors will comply with the Copeland Anti -Kickback Act (is u.5.C. 874) as supplemented in Department of Labor regulations (29 CFR fart 3). 31. CONFLIGT OF LAW �- If and when this contract. is disputed, and should it be necessary to litigate, the substantive and procedural laws of the State of Florida shall govern the outcome of such litigation. This shall apply not withstanding such factors which include, but are not limited to, place which contract is entered into, place where accident arises, or any other such incident. 32. INTERPRETATION OF THE APPROXIMATE QUANTITIES The bidder's attention is called to the fact that the estimate of quantities to be furnished under the specifications is approximate only and not guaranteed. The City does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities. 33. QUANTITIES The City specifically reserves the right to accept all or any part of the bid, to split the award, to increase or decrease the quantity to meet additional or reduced requirements of the City, without such change affecting the contract unit price set forth in the proposal form by the bidder. 34. DELIVERY Prices quoted and deliveries are to be FOS Destination and unloaded unless otherwise specified in the Invitation for Bids and made during regular business hours. Title and risk of PAGE 7 OF 24 3/29/2001 BID 2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 15/21 loss shall pass to the City upon inspection and acceptance at the delivery point and/or as may be otherwise provided for. 35. WARRANTY Unless otherwise specified, all items proposed by the bidder shall include a warranty covering parts and labor for a specified period of time. The bidder shall submit information on both manufacturer and dealer warranties, where applicable, with the bid proposal. 36. INSURANCE Successful Bidder shall not commence work under the Contract until proof of all required insurance has been submitted to Purchasing, and approved by the City. A. Workers' Compensation Insurance for all employees of the vendor as required by Florida Statute 440. In the event any work is sublet, Contractor shall require the sub -contractor similarly to provide Workers' Compensation insurance, unless such employees are covered by the protection afforded by the Contractor, In case any class of employees engaged in hazardous work under this contract is not protected under the Workers' Compensation statute, the Contractor shall cause such sub- contractor to provide adequate insurance for protection of the employees not otherwise protected. B. Comprehensive General liability in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. The City of North Miami Beach must be shown as an additional insured with respect to this coverage. r C. Automobile Liability Insurance covering all owned, non owned, and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage . The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than B + as to management, and no less than Class V as to financial strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the City. 37. DURATION OF AGREEMENT Unless otherwise stated, the prices and conditions stated in this bid shall be in effect for a period of one year from the date of the issuance of a letter of award, or date of executed contract, whichever is later. PAGE 8 OF 24 3/29/2001 BID 2001-1.0 12/07/2004 15:09 2055560288 ARROW ASPHALT PAGE 16/21 38, CONTRACT RENEWAL Any contract or agreement executed in conjunction with the award of a bid may be renewed for additional twelve month periods if agreed to in writing by both parties. 39. CONDITION OF MATERIALS AND PACKAGING All equipment, materials, supplies, and components supplied under this bid must be new and unused, free from defects, and shall be the latest manufacturer's models unless otherwise specified. No others will be accepted under the terms and intent of this bid. All containers shall be new and suitable for storage or shipment, and bid price shall include standard commercial packaging. Any exceptions to this provision shall be detailed on the proposal page under exceptions to specifications. 40. SUBCONTRACTORS Bidder shall submit a list of any subcontractors bidder proposes to use in the execution of the work covered in these specifications. Should there be any change in this list during the contract, Contractor shall inform the City. The City reserves the right of approval of such subcontractors. The attached form shall be used to provide this information. 41, DEPOSIT -(When specified) A. All Bidders must submit a bid deposit as set forth in the Invitation to Bid. This deposit must accompany the bid proposal. B. Bid deposit must be in the form of certified check, cashiers check or surety bond payable to the City of North Miami Beach. C. Failure or refusal of the low bidder to submit a satisfactory performance bond within ten (10) days following notice of award, could result in the forfeiture of the bid deposit as liquidated damages. D. Bid deposits will be returned to unsuccessful bidders after award of contract. 42. PERFORMANCE BOND - (When required) A. A Performance Bond in the amount specified will be required of the successful bidder(s) prior to executing the Contract(s). B. Upon receipt of the Performance Bond, the Bid Deposit, if applicable, shall be returned to the successful bidder(s). 43. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid an a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of . the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. PAGE 9 OF 24 3/29/2001 DID 2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 17/21 44. DISCRIMINATION • • Any entity or affiliate who ha;: bean placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 45, DRUG -FREE WORKPLACE PROGRAM In the event of identical tie low bids, preference shall be, given to businesses with drug -free workplace programs. Bidders with such programs shall complete and submit the attached form with bid. 46, SOLICITATION, GIVING, AND ACCEPTANCE OF GIFTS POLICY Bidders shall sign and submit this attached form indicating understanding and compliance with the City's and 5tate's policies prohibiting solicitation and acceptance of gifts by public officers, employees, or candidates. Failure to submit this signed form will result in your bid being declared non -responsive; provided, however, that the low bidder may be given the opportunity to submit the form to the City within five calendar days after notification by the City, if this is determined to be in the best interest of the City. PAGE 10 OF 24 3/29/2001 BID 2001-10 12/07/2Oe4 15:09 3055560288 ARROW ASPHALT PAGE 18/21 SPECIFICATIONS 5C..._OPE • The City of North Miami Deacb is requesting scaled bids for asphalt patching, street replacement, repair of streets, and concrete restoration within the water -service area of our Public Services Department. QUALIFICATION OF BIDDER In accordance with the Code of Miami Dade County, Florida, any person, firm, corporation, or joint venture who shall bid or proffer a bid on any public works project shall, at the time of such bid or proffer of bid, hold a valid Certificate of Competency issued by the appropriate examining boaxd, qualifying said person, firm, corporation, or joint venture to perform the work proposed by the bid and the contract documents. SUBCONTRACTORS A subcontractor is a person or organization that has a contract direct with the Contractor to perform any work at the site. None of ilae work covered in this invitation to Bid shall be subcontracted without approval in writing by the City. Any subcontractor, if approved by the City, must meet the same requirements as the prime contractor and provide licenses and insurance. LABOR AND MATERIALS Unless otherwise specrfiGally noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, coaastruction equipment and maclliriery, transportation and other facilities and services necessary ,for the proper execution and completion of the work. GUARANTY, The Contractor shall be responsible for faulty labor and defective materials and shall promptly'correct or replace all ' such work without cost to the City which .may appear within 1 year after the date of acceptance of the work. Payment in full for the work does not constitute a waiver of this guaranty. LAWS3 PERMITS REGULATIONS AND LICENSES Tine Contractor shall obtain and pay for all licenses required for this project. He shall also obtain any necessary permits and call for an;r necessary inspections. He shall famish current copies of Miami Dade County Certificate of Competency, and appropriate licenses. • PAGE 11 OF 24 3/29/7001 BID #2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 19/21 . PROTECTION OF PERSONS AND PROPERTY The Contractor shall take all reasonable precautions for the safety of, and shall provide all rcasonable protection to prevent damage, injury or loss to: A. All employees on the work site and all other persons who may be affected thereby; B. All the work and all materials and equipment to be incorporated in the works; C. Other property at the site or adjacent thereto. OMISSION if the specifications are not complete as to any minor detail of a required system or with regard to the manner of application of materials, or requirement, but there exists an accepted trade standard for a good and workmanlike job, such detail shall be deemed to have been impliedly required by the specifications in accordance with such standard. ]!AYMENT The Contractor shall submit invoices for approval and payment upo» completion and acceptance by • the City of each site. INSURANCE • The Contractor shall maintain during the term of this agreement the following insurance: A. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statue 440. B. Public Liability Insurance on comprehensive basis, including contingent liability. B. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work. The insurance coverage required shall include the following: A. General Liability coverage in the amount of $1,000,000. B. Automobile Liability coverage in the amount of $1,000,000. C. The successful bidder shall name the City as additional insured with respect to General Liability coverage. PAGE 12 OF 24' 3/29/2001 BID #2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 20/21 14,r rnntrarlor shall furnish Certificates of Insurance to the Purchasing Supervisor, 17011 N.E. 19th Avenue, North Miami Beach, Florida 33162 prior to the commencement of operations, which Certificates shall clearly indicate that the Contractor has obtained insurance in the type, amount and classifications as required for strict compliance with this Section and that no material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the City. Compliance with the foregoing acquirements shall not relieve the Contractor of his liability and obligation under this Section or under any other section of this Agreement. CORR XTION OF WORK' The Contractor shall promptly correct all work rejected by the City as defective or as failing to con for..m to the specifications. The Contractor shall bear all costs of correcting such rejected work. If the Contractor defaults or neglects to carry out the work in accordance with the specifications or fails to perform any provision of the contract, the City may give seven (7) days written notice to the Contractor and without prejudice to any other remedy available, to make good such deficiencies. In such case, the City may deduct from the payment, then or thereafter due the Contractor, the cost of correcting such deficiencies. EMPLOYEES _ All employees of the Contractor shall be considered to be, at all times, the sole employees of the Contractor, under his sole direction and not an employee or agent of the City of North Miami Beach. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable, and whose continued employment on City property is not in the best interest of the City. Each employee shall have and wear proper identification. PRICES Prices to include all clean-up of debris and hauling away. Prices to include all barricades or safety devices that meet D.O.T. and Miami Dade County regulations, where required. Flag man when requested by Miami Dade County Traffic or City of North Miami Beach Utility inspector, will be per hour of employee. Traffic Control Officer where required by Florida D.O.T. or Miami Dade County Traffic will be cost plus 15%. Compaction tests where required by Florida D.O.T Miami Dade County, or City of North Miami Beach Public Utilities will be total test's cost plus 1.5%. Rental of Steel Plates, including delivery and return will be cost plus 15%. PAGE 13 OF 24 3/29/2001 BID #2001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 21/21 0 MATERIALS All materials used must meet appropriate D. O. T., Miami Dade County or City of North Miami Beach specifications. • • MEASUREMENT All quantities shall be measured by a City representative, in place, complete, using the units shown on the Bid Proposal Form. Invoices shall reflect location, quantity and unit price for each restoration. TIME IS OF THE ESSENCE Contractor must be capable of conunencing work within five (5) working days of notification by the City. Failure to commence within five (5) working days on any work order may terminate contract. The City reserves the right to retain use of another Contractor. PAGE 14 OF 24 3/2912001. BID M2001-10 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 03/16 RESTORATION BID PROPOSAL RESTORATION PER MIAMI DADE COUNTY PUBLIC WORKS RESTORATION UNIT PRICES FLORIDA D.O.T. STANDARDS Item No. I Description Unit Unit Price PATCHES (Saw Cut, Removal & Compaction) 8 Gstall 3'asphalt in 1 182" layers Sq. ft. 44,60 9 18" crushed rock in 6" layers Sq. ft. oe CONCRETE RESTORATION 10. 4" concrete sidewalk or driveway Sq. ft. -3 7.5 u� 11 6" concrete sidewalk or driveway sq. ft. f q, ? s ^ 12 24" curb & gutter (Mono]itWc Pour) Lin. Ft. ft .e ►^ 13 30" curb & gutter (Monolithic Pour Lin. Ft. Z 5 G° ►" 14 Concrete curbing only (6" x 12" D curb) I Lin. Ft. I c,c ,w Item No. I . Description Unit Unit Price MISCELLANEOUS 15 Minimum charges on all asphalt patches Ea. (2t, 101 " 16 Minimum charges on all concrete work Ea. VP POTHOLES 17 Potholes 2 sq. it. & under Ea. y C)V 18 Potholes over 2 sq. ft. Ea. y Oc►, Cr M NAME OF COMPANY: d4 /� lC 0 t t.'' r C 1=. Name of Bidder • • Signature of Bidder . PAGE IS OF 24 3/29/2001 131D N2001-1.0 12/07/2004 14:38 3065560288 ARROW ASPHALT PAGE 04/16 • • RESTORATION BID PROPOSAL Continued Item No. Description Unit Unit Price SEALCOATING 19 Minimum rob up to 3,125 sq. ft. Sq. ft. ,C)e ¢ 20 3,126 sq. ft. to 10,000 sq. ft. Sq, ft. ,0-7 21 10,001 sq. R. to 20,000 sq. ft, Sq. ft. 22 20,001 sqft. to 50,000 sq. ft. Sq. ft. ,os 23 50,000 sq. ft. or more Sq. ft_j C, s a LATEX STRIPING 24 Baby Carriage — Sign & Post (Asphalt) Ea. w 25 Baby Carriage — Sign & Post (Concrete) Ea.. 1 s 26 Carstops Remove Ea. M * 27 Curbing Painting Ea• S 28 Handicap —Blue Square (4' x 4') Ea. 29 Handicap — Sign &. Post (Asphalt) Ea. z S : v0 " 30 Handicap — Signs &: Post (Concrete) Ea. 31 Handicap — Symbol Ea. 32 Job Minimum Ea. 33 4" Line (yellow, white, greed or blue) Lin. Ft. a 34 6"Line (yellow, white, green or blue) Lin_ Ft. A o 35 8" Line (yellow, white, green or blue) Lin. Ft. , 44 � A 36 12" Line (yellow, white, green or blue) Lin. Ft. U j2 �►^ 37 18" Line (yellow, white, green or blue) Lin. Ft. 38 24" Line (yellow, wlvte, green or blue) Lin. Ft. 4 z So & ^ 39 Arrows (yellow, white, green or blue) Ea. 1 7-0'- >M 40 Lettering (per Letter) Ea. t o, 41 Reflectors Ea. THERMOPLASTIC STRIPING 42 4" Line (Yellow or white) Lin. Ft. 43 6" Line (Yellow or mphite) Lin. Ft. S ¢ " 44 8" Line (Yellow or white) Lin. Ft. �. n 45 12" Line (Yellow or white) Lin. Ft. It 46 18" Lime (Yellow or white) Lin. Ft, m e" 47 24" Line (Yellow or white) Lin. Ft. fV o ^ 48 Arrows (Yellow or white) Lin. Ft. 14 A- 49 Lettering (per letter) 50 Reflectors Ea. ri; . ro 51 Job Minimum Ea. Q g e, t -°�' n NAME OF COMPANY_ Name of Bidder Signature of Bidder PACE 16 OF 24 3/29/2001 BID ##2001.-1.0 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 05/16 BJJ) PROPOSAL Continued By -signing and submitting this bid proposal, we acknowlcdge having read and agreeing to all terms and conditions of these specifications, including, but not limited to, agreeing to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, or attorney's fees arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the products or services supplied, or negligence of contractor/ supplier, his employees, agents or assigns. By signing and submitting this bid proposal, we certify that this company has current insurance coverage specified herein. The insurance policy number(s) and expiration date(s) are provided . below, or a copy of the insurance certificate(s) are enclosed. If awarded the bid, we will provide the City with proof of the requircd insurance and name the City as additional insured on our general liability coverage. INSURANCE POLICY NO(S ?: C'_� (, F,; Z- c `(3/4 A L z. V • %LL�4.ti'^�` �" ��rl.tJ�.,Y"rl i'1 �� � / vf' • I,��'�++� :rl .3c�r EXPIRATION DATE(S):� L INSURANCE CERTIFICATE(S) ENCLOSED: General Liability [ V ] NAME OF BE F.V114" TITLE: Automobile Liability Workers' Compensation [ 1 ' (SIGN IN INK) (PRINT NAME) ADDRESS: I_ LI % S c� 11r �� J -� ,_ l .. (/ !'_ CITY: �--1 (. w) C.. rr' r�. t-4 STATE: Zip: 3 3 I v TELEPHONE NO.. zo Z— FAX NO.. SOLE PROPRIETORSHIP: PARTNERSHIP: CORPORATION: ),"� ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: (1F APPLJCABLE) ADDENDUM SIGNATURE -- MIE EXCEPTIONS TO SPECIFICATIONS: PAGE 17 OF 24 3/29/2oa1 RID #2001-10 tL • • 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 06/16 El PROMPT PAYMENT TERMS: REMARKS: BTD PROPOSAL Continued REFERENCES: NAME OF COMPANY: CONTACT PERSON: PHONE NO.: 3C�.S S`' 2- - 3 4 �.�5"� 47 ADDRESS: t- 650, iL vi/ 3 1 �. NAME OF COMPANY: U WA Va s+Y V� t!i rJ �� L ► s�V CONTACT PERSON: ()? �U i L PHONE NO.: S" ADDRESS: S S C l4n IA a rz. L S 1 �� �4 I'v : �q r- L 3 -)0 NAME OF COMPANY: L I i 5 I^ C E vt, c 14 CONTACT PERSON: PHONE NO.: 3 c; ADDRESS: J�) • t' CS �' a: �^ I o NAME OF COMPANY: U! C. i I, �:, . CONTACT PERSON: ! 1: PHONENO.: ADDRESS: �' ,v� ` j ��' .�' "� ,•_f j f ����-�� ,...._. -1,! r NAME OF COMPANY: CONTACT PERSON: • ADDRESS: A i.: I: , PHONE NO.: `I s '' / 4 Z 14 /.. PAGE 18 OF 24 3/29/200 ] BID #2001-10 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 07/16 President Vice -President ]BID SIGNATURE PAGE FOR CORPORATION The Officers of the Corporation are as follows: Flame Address L ,7 r'U. C-, Secretary 1A i 1/1 krU- I ,.:� I . (G �t �� ►�. e:rr'� Treasurer S l 1 , v� 1, �y� t... �ti. i L LLA 114 I Registered Agent ) ,.� 0 The full names and residences of stockholders, persons, or firms interested in the foregoing Bid, as principals, are as follows: )q'I l (_. t., la F L J.M i�l IV 'i fz [ (__ 5ct 7 G i; L r,G `r Post Office Address 1g 1 7 fit'&_ Is this corporation incor ora d in the State of Florida? Yes Ljr No 0 qklot'o Corporate ame President's signature Attest: Secretary If no, give address of principle place of business: l �I In.'t."" I I • PAGE 19 OF 24 3/29/2001 BID 92001-10 12/07; 2004 14: 38 3055560288 ARROW ASPHALT PAGE 08;'16 BID SIGNATURE PAGE FOR SOLE PROPRIETOR OR PARTNERSHIP The full names and residences of persons, partners or firm interested in the foregoing Bid, as principals, are as follows: Witnesses: . (SEAL) County in which fictitious name is registered, • Attach a copy of proof of registration FIRM NAME SIGNATURE PRINT NAME Title (Sale Proprietor or Partner) Post Office Address: TELEPHONE # PAGE 20 OF 24 3/29/2001 .BID #2001-10 12/07/2004 14:38 305556e288 ARROW ASPHALT PAGE 09/16 DRUG -FREE WORKPLACE PROGRAM A. IDENTICAL TIE BIDS - Preference shall be given to businesses with drug -free work place programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 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' policy of maintaining 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 bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders 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. S. 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 though implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. VENDOR'S SIGNATURE VENDOR PRINT NAME NAME OF COMPANY • • • PAGE 21 OF 24 3/29/2001 BIT] #2001-10 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 10/16 OLICITATION GIVING AND ACCEPTANCE GF GIFTS P Florida Statue 112.313 prohibits the solicitation orccepiance or ele f Giftshall/,5alictblor accept on employee of an agency, or candidate for ation anything of value to the recipient, including a gift, loan, reward, promise of future official employment, favor, or service, based upon any undersandng that the vote, nd datetwoulld be influenced thereby.action, or judgment of the public officer, employee. or ca ointed to hold office in any the term 'public officer' includes any person elected or app agency, including any person serving on an advisory body. City of North Miami Beach policy prohibits allany gifts ffi easy elected lecteoreitappoint directly or ed, all employees, and their families frorn accepting y 9m the City indirectly, from. any contractor, vendor, consultant, or of small aloe arewith oexempt f amdthis business. Only advertising office stationery a supplies policy - e.g. calendars, note pads, pencils. The State of Florida definition of "gifts" includes the following: Real property, or its use. Tangible or intangible personal property, or its use. A preferential rate or terms on a debt, loan, goods, or services. Forgiveness of an indebteedn s. Transportation, lodging, parking. Membership dues. performances, or facilities. Entrance fees, admission fees, or tickets to events, Plants, flowers, or floral arrangements. rQf essional license or Services provided by persons✓ppursuant ato a normally charged by the peg certificate. ntProviding the Other personal services for v services. rvice or thing having an attributable value not already provided for in Any other similar se this section. To this list, the City of North Miami Beach has added food, meals, beverages, and candy. Any contractor, vendor, consultant, or business found to have given a gift to a public officer or employee, or his/her family, will be subject to dismissal or revocation of 'contract. As the person authorized to sign the statement, I certify that this firm will comply fully with this policy. SIGNATURE:, V•.,.--,'! i I, Ivy PRINT NA & TITLi= NAME OF COMPANY PAGE 22 OF 24 3/29I2001 RID #200I-10 12/07/2004 14.38 3055560282 ARROW ASPHALT PAGE 11/16 AGREEMENT BETWEEN THE CITY OF NORTH .MIA.MI BEACH This is an AGREEMENT by and between the CITY OF NORTH MIAMI BEACH, a municipal corporation, hereinafter referred to as "CITY'; and its successors and assigns, hereinafter referred to as "CONTRACTOR". r WHEREAS the CITY has awarded BID No. 2001-10 for ASPHALT, CONCRETE PATCHING AND RESTORATION to CONTRACTOR. IN CONSIDERATION of, the mutual terns, conditions, premises, and payments hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1. The CONTRACTOR agrees to provide the materials and/or services and to be bound by the terms and conditions of the Invitation for Bid, which includes General Terms and Conditions of Invitation for Bid, Specifications attached hereto and incorporated herein as Exhibits "A" and to the terms of CONTRACTOR'S PROPOSAL attached hereto and incorporated herein . as Exhibit "B" 2. The CITY agrees to abide by and to be bound by the terms of the Invitation for Bid, which includes General Terms and Conditions of Invitation for Bid, Specifications as attached hereto and incorporated herein as Exhibits "A" and to the terms of CONTRACTOR'S PROPOSAL attached hereto and incorporated herein as Exhibit "B". 3. CONTRACTOR shall deliver materials and/or provide service when and as directed by the CITY. 4. The CITY agrees to make payment in accordance with the terms of the attached Invitation for Bid attached hereto and incorporated herein as Exhibit "A" and to the terms of CONTRACTOR'S PROPOSAL attached hereto and incorporated herein as Exhibit "B". 5. This Agreement constitutes the entire agreement between the parties hereto, and its provisions shall not be amended, except in writing, after formal approval by both parties. b. This Agreement will commence on , 2001 and expire on _, 2002; unless otherwise notified by the City. Any extension to this Agreement shall be in writing. The City Manager is authorized to terminate this agreement on behalf of the City. 0 PAGE 23 OF 24 3/29/2001 RID #2001-10 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 12/16 • 7. The CONTRACTOR agrees to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, or attorney°s fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the products or services supplied. 8. The CONTRACTOR agrees to indemnify and hold the City harmless from any and all claims, suits, actions, damages, causes of action, or attomey's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the negligence of the contractor/supplier, his employees, agents, or assigns. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on this ' day of 1"1-1 Li 4 WITNESSES: ATTEST: Solomon Odenz City Clerk (CITY SEAL) C] 2001. CONTRA TOR resident k- Sccretary CITY OF NORTH MIAMI BEACH Gary 1. Brown City Manager APPROVED AS TO FORM: Howard B. Lenard City Attorney PAGE 24 OF 24 3/29/2001 BID 92001-10 12/07/2004 15:09 3055560288 ARROW ASPHALT PAGE 10/21 CITY OF NORTH MIAMI BEACH INTEROFFICE MEMORANDUM • PURCHASING DEPARTMENT TO: KELVIN BAKER, PUBLIC SERVICES FROM: SHANNON GRAHAM, PURCHASING DIVISION DATE: APRIL 3 2001 RE: BID # 2001-10, ASPHALT, CONCRETE PATCHING AND RESTORATION We received bids from the following companies for Bid #2001-10. Attached is a table showing bid prices from each company for each item for your review and recommendation. Pios & Sons Ent. Inc. Colonna Asphalt Restoration Arrow Asphalt & Engineering, Inc. M. Vila & Associates Parking Lots, Streets, S & S, Inc. Magna Construction APAC Group Inc. Atlantic Southern Paving & Sealcoating cc: Luis Mendoza, Public Services /smg Attachment • 0 12107/2004 14:38 3055560288 ARROW ASPHALT PAGE 13/16 rni In N as u ro c Q� y a U7 o Q a a Q Q C co ad C V. N Nc Q 6 ci tQ [� Q Q C 4. w C Ul) °? Ln uo oo g o Ln a 04a 6 C6 a 0!1 b Y o o CD o Q C 0 cV c+] N W5 �a N Ln a 4 U 2 0 y M _ o cD aC co 1 Q r a 00 C7 �- ~ j- � � c w d O c Utn co o o Lo In G 10 c� ❑ �T r c.j O l(j N C` Q N a^ J CV) N LL w 4 w U d o tr r N a hj Lo 'a d Lo p Q Ow. •� .. .; c6 aCD o 1-- � a u? v x o 00 OD C0 Q o v O C °° p F �;, p d �Q� a � ��T- �; 9 0 w p a�w E d °' �' ej W 0 F 0 ca a m v c o' w d) _ m t4 N � O 4 a TJ -0m (� tu �s _r s .a m '- -0�� aCL m Q EA A p W a %, ai _a .�`�.. rL a o m W ,� 'D N caa1 N iV . cc tU V NCL uj 0:L* u E � 0 1- U - ? U LL. W Q W s '- a w a ov �t u� CD ti Q � 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 14116 "' 'ry o 0 0 O r o O Q O 0 .0 C O .! Q C? C b Q C. N r L g m CO) �' .0 ° .O Q W C N Ln� E N 0 N a RO O N E Zo o N O -Q a (V e• P'- � r �,,,, C7 � Y E a CD to pQ Q Q C1 o O O b to lt7 G l() a Q Q O © t� N p O O O6 CD Lo r `� N w p Q OQ CDC) 0 G vi L j �7 N N N ci p � ' G r CA O c6 co t0 u 7 N Lo Q O 0 p O u7 O C7 Q d CD t(j CA T- T V-- Q Q ti ' W O ►� Cl Ln � N m N Cl 4 C7 Q Q Q r c+i v co Ca N N r- a CSa 4 r o 0 dD Ln Lo N m r 0 a o o` o O co O co QU7 Ha r �a O OC (� A z a o o g $ 0 g to a Lo �w Lo N a 4 0 Q c p Q o co rl- N N Cd 00 Q p O co LLo 4 $ C) 0 4 U F C%j n x O 0 0 A O _x _ N _ �- 0 CIS £ O 3 0 0 cn a o O v w � O Q) 0fn rn Q Q Zm � N C9 ? n n r o u) w V a U U O 3 rr u, 7 r p -- 0 w c °' �+ �, 4s U ro c, ro J E N 0 a Q U a io 't� ni a cs 00 a 0 NC>aaV_ r m U a. hs W Q _ n at N Qe^" r r 00 r' r ep c- N N 11� 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 15116 um) Q Q Q N Lf7 r O Q Q CD C] r N M (ND � tr7 O r O t O Q r O Ln r Cn t O O d p O Q Q Q Q Q C] A O 67 p b O Q Q LO LOLO m t� LO LO � Q lA CO Cd C7 r r T-• Y w U') T a Q a Q Q Qa c N �a ci t Q L�.. Lq Y n u07 O Ld ems^ N N (:j N a a Q Q Q O © Q Q ca v Q Ln p Q Q r N N 6 r 0 u07 LLn `_" N N N r ti Q C7 Q U15 Q Q O O O aQ N Q (may ti Q Q Q n1 co 0 N Q r e� r N CN O EV CN1� Ly pp cn z v_ a Q Q Q a Q Q o Q N co N co N m co W W C7 r r r CL7 E-� A m ca C? QOQ Q O O L QQQz Q Q N LO Ln Q Q Q Q v- .- r N c'? Q 47 Ll7 s- . - N Ltd t!] N p in Q Q Q Lfl r 7 C) Q Q Q C) C m O et Q CO O N C7 L') O p N m I,L. N CV r N Ln O r � r N N C7 U + N X O O O N C� CL C C N p) C tU C N O p M4O a (L zrn 0� a a� wc�•9 m Q,0i in rq too a oilfm` P. GO _ � as vl cLa a Ca. 2 4 .r- 9C U U �' pcn c�i is L� c 4 C Q'� c a �,� - G1 N C] O LC] i cC CO v M 0 CU m � U L) 7 m Z 0 � S .p d L] �C s� a Q1 eo � � x 7 N rN- q 14 N N N N N N N cn M M c�rS C r'7 c4 00 Q) CO C7 Cl) 12/07/2004 14:38 3055560288 ARROW ASPHALT PAGE 16/16 G O (r7 Oh N O � p 4 `.j pp Q Q p N C7 M w W .r.. U) O C] qcm CD N tf L(y CO C7Lo a S ay O q r N cV 0 n S 4i m ►�� Q a H (V r N N a Q .N Q ~ to � 'C3 ti co g cm W C7 Q u7 1� N N G r r.. q O N � ko co Q C C] a r '' r nj n j N p C] Q O O O L6 O CV e- r Z O O 4 © O C7 Lo N N C] tt LD � pip Q Q C) q Ln N L0 M p p (V Ln Lo p O p fLryr�Cp p: [� d Y7 Lo Lo co co ��° C z�' C° a o C) 0 r m Q q c �1 OD ,..�.. V fir:. ♦) Z (D o a� v 3 3 3 6. 3 a w w rn ILI a CD d '6- o ci W (Dlu 1 rW Zi J C: U r w Q. O Cl to co p �- Ln �7