Loading...
Backup Documents 04/13/2010 Item #16E 816E8 MEMORANDUM Date: April 20, 2010 To: Diana Deleon, Contracts Technician Purchasing & General Services From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Assumption Agreement from Trutwin to RoadSafe" Contractor: RoadSafe Traffic Systems, Inc. Enclosed please find a copy, as referenced above (Agenda Item #16E8), which were approved by the Board of County Commissioners on Tuesday, April 13, 2010. The Minutes & Records Department has retained the original for the Board's Records. If you should have any questions, please contact me at 252 -8411. Thank you. Enclosures (1) ITEM NO.: 10, P,& c)I s -�& FILE NO.: ROUTED TO: 0 01 '0A1 \'i7�ECEIVED: DO NOT WRITE ABOVE THIS LINE REQUEST FOR LEGAL SERVICES Date: April 13, 2010 To: Jeff Klatzkow County Attorney's Office l�� From: Diana De Leon, Contract Technician Purchasing Department, Extension 8375 Li IgI10 Re: Contract: "Assumption Agreement from Trutwin to RoadSafe" Contractor: RoadSafe Traffic Systems, Inc. BACKGROUND OF REQUEST: This Contract was approved by the BCC on April 13, 2010, Agenda Item 16.E.8. This item has been previously submitted as item 10 -PRC -01538 ACTION REQUESTED: Agreement review and approval. OTHER COMMENTS: Please forward to the Chairman of the BCC for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: John Vliet, Road Maint. MEMORANDUM 16E 8 TO: Ray Carter Risk Management Department FROM: Diana De Leon, Contract Technician Purchasing Department DATE: April 12, 2010 RE: Review Insurance: "Assumption Agreement from Trutwin to RoadSafe" Contractor: RoadSafe Traffic Systems, Inc. This Contract was approved by the BCC on April 13, 2010, Agenda Item 16.E.8. Please review the Insurance Certificate for the above referenced contracts. If �qt� everything is acceptable, please forward to the County Attorney for further �b review and approval. Also, will you advise me when it has been forwarded. Thank you. If you have any questions, please contact me at extension 8375. d ii �.i1.,2.f.� 2.�e..�. r• C: John Vliet, Road Maint. `�,— r'. � � a.._ I _,try- ,'C.�.a;�.�1 `/ O DATE RECEIVED APR 14.2010 ISK CIA KENENT 16E8 mausen g From: RaymondCarter Sent: Wednesday, April 14, 2010 4:19 PM To; DeLeonDiana Cc: MarkiewiczJoanne; VlietJohn; HerreraSandra; mausen_g Subject: Assumption Agreement from Trutwin to RoadSafe All, I have approved the certificate(s) of insurance provided by RoadSafe Traffic Systems, Inc. for the assumption agreement stated above. The contract /agreement will now be forwarded to the county attorney's office for their review. Thank you, Ray Manager Risk Finance Office 239 - 252 -8839 Cell 239 - 821 -9370 Under Florida Law, e-mail addresses are public records. If you do not want your e -mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing www.sunbiz.org - Department of State Home Contact Us E- Filing Services Previous on List Next on List Return To List No Events No Name History Detail by Entity Name Foreign Profit corporation ROADSAFE TRAFFIC SYSTEMS, INC. Filina Information Document Number F07000005974 FEI /EIN Number 261084418 Date Filed 12/0612007 State DE Status ACTIVE Principal Address 12225 DISK DRIVE ROMEOVILLE IL 60446 Mailing Address 8750 W. BRYN MAWR, SUITE 400 CHICAGO IL 60631 Changed 01/13/2010 Registered Agent Name & Address NRAI SERVICES, INC. 2731 EXECUTIVE PARK DR STE 4 WESTON FL 33331 US Officer /Director Detail Name & Address Title CEO CATALONELLO, MICHAEL 12225 DISK DRIVE ROMEOVILLE IL 60446 Title SVP HOLST,KATHLEEN 12225 DISK DRIVE ROMEOVILLE IL 60446 Title CD ROGOFF, ERIC 450 PARK AVE 10TH FLOOR NEW YORK NY 10022 Title D I PARK, KYUN Document Searches Page 1 of 2 16E� Forms Help Entity Name Search Submit http://www.sunbiz.org/scripts/cordet.cxe?action=DETFIL&iliq_doc number—F070000059... 3/18/20 www.sunbiz.org - Department of State Page 2 of 2 Arn PARK AVF 10TH FLOOR 16 E NEW YORK NY 10022 Title D FRIED, BURTON 877 POST ROAD EAST STE 4 WESTPORT CT 06880 Title D STIFF, P. ENOCH 1200 W SIERRA LANE MEQUON WI 53092 Annual Reports Report Year Filed Date 2008 04/29/2008 2009 03/19/2009 2010 01/13/2010 Document Images 01/13/2010 -- ANNUAL REPORT View image in PDF format _03/19/2009. -- ANNUAL REPORT View image in PDF format. 04/29/2005__ ANNUAL REPORT View image. in PDF format 12/06/2007 -- Foreign Profit View image in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List Entity Name Search No Events No Name History Submit I Home I Contact us I Document Searches I E- Flllna Services I Forms I Help I Copyright and Privacy Policies Copyright © 2007 State of Florida, Department of State. http: / /www. sunbiz.org /scripts /cordet.exe ?action =D I?TFI L &inq_doc_number= FO70000059... 3/18/2010 16E8' ASSUMPTION AGREEMENT This Assumption Agreement is made and entered into as of Apr,( 13 , 2010, by and between RoadSafe Traffic Systems, Inc. ( "RoadSafe ") and Collier County, a political subdivision of the State of Florida ( "County "). WHEREAS, on April 25, 2006, the Collier County Board of County Commissioners entered into an Agreement with Trutwin Industries, Inc., for Roadway Paint, Thermoplastic Markings, and Raised Markers (attached hereto as Exhibit A, and hereinafter referred to as the "Agreement'); and WHEREAS, RoadSafe hereby represents to Collier County that by virtue of an asset purchase agreement RoadSafe is the successor in interest to Trutwin Industries, Inc., in relation to the Agreement; and WHEREAS, the parties wish to formalize RoadSafe's assumption of rights and obligations under the Agreement effective as of the date first above written NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. RoadSafe accepts and assumes all rights, duties, benefits, and obligations of the Contractor under the Agreement, including all existing and future obligations to pay and perform under the Agreement. 2. RoadSafe will promptly deliver to County evidence of insurance consistent with page 11 and 12 of the Agreement. 3. Except as expressly stated, no further supplements to, or modifications of, the Agreement are contemplated by the parties. 4. Notice required under the Agreement to be sent to Contractor shall be directed to: CONTRACTOR: RoadSafe Traffic Systems, Inc. Attention: Kathleen Hoist 8031 Mainline Parkway Fort Myers, Florida 33912 5. The County hereby consents to RoadSafe's assumption of the Agreement. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat RoadSafe as the Contractor for all purposes under the Agreement. • • •, IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. COLLIER COUNTY: ATTEST: DWIGHT E,, Clerk wti6�'tf71f¢ <1 ilgn4� one+ RoadSafe Traffic Systems, Inc. By: f Kathle n Holst, COO /RVP Date: g 1311 / D legal sufficiency: S 2 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Fred W. Coyle, Chairman Attest: �4--C Corporate Secretary Date: 313/ / /6 Item # 1 ►B Agenda qP Dat° (0 Date TIC I t Rr -.r,' �2 Deputy rk AC40R o CERTIFICATE OF LIABILITY INSURANCE 10 "'�""• " v172o10 PRODUCEA Locktun Companiu,LLC 7 Times Suite 3802 Squa'e• New York 10036 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 646 -572 -7300 INSURERS AFFORDING COVERAGE NAIC# INSURED ROADSAFE TRAFFIC SYSTEMS. INC. INSURER w Zurich American Ireunmce Compmy _ 16535 NSUREH e: Illimis National InsmTUWCe C=pwy 23817 1300604 FICA NES TRAFFIC SAFETY, LP INSURER C: 17405 JEAN STREET FT. MYERS FL 33967 INSURER D: SNSUflER E COVERAGES ROAH001 RB "'6CO�'GiunNOn® A> oammura<Ie�wl aeRBeF "iurNNOi THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAR) CLAIMS. INSR LTR TYPE OF R1811RAMCE PONCY NU�ER PPOLICY6FECRVE POl1CT E1PNNRON L1n8 GENERAL LIABRny U 1500000 A XI-COMMERCIAL GENERAL LIABILITY GLO- 9262299 -02 10732009 10!32010 E PININS(Ei 00EO f 500,000 NED EXP ana parson f 10,000 CLAaTS MADE a OCCUR PERSONAL a ADV INJURY f 1,500,000 X $500,000 SIR GENERAL AGGREGATE f 5.000.000 PRODUCTS- COMPIOPAGG f 4,000,000 GENT AGGREGATE LRRT APPLIES PER: X POLICY JPE LOC A AUTOMOSRE LIABILITY X ANY AUTO BAP- 9262298 -02 10732009 10/320)0 COABWED SINGLE LIMB (Ea a"� ) f 2.000,000 GODLY IWURr (PM PMSan) f XXXXXXX ALL OPINED AUTOS SCHEDULED AUTOS BODILY INJURY (PW aNWINa) f XXXXXXX X HIRED AUTOS X NON-ONTIEO AUTOS PROPERTY DAMAGE (PQ eWrltlea) f XXXXXXX GARAGELL4BalTY AUTO ONLY -FA ACCIDENT f XXXXXXX OTHER THAN EAACC f XXXXXXX ANY AUTO NOT APPLICABLE f XXXXXXX AUTO MY: AGG EXCESS I UMBRELLA L.IABBNY EACH OCCURRENCE f 5.000.000 B X OCCUR ❑ C AaAS MADE BE 31163387 10132009 10132010 AGGREGATE f 5 000 f XXXXXXX DEDUCTIBLE 0 FORM lJA $ XXXXXXX XXXXXXX X RETENTION $25,000 A R ND EEIRMO LIABILITY YIN PROPRIEIORLPARMEPoEXECUTNE WC- 9262297 -02 10132009 /0/32010 X I V/C sTATU- OUR EL EACH ACCIDENT f 1,000.000 OFFWCERI EMSEN EXCLUDED? (Myyanassdxa yN NN) ELDISEASE- EAEMPLOYE f 1,000,000 SPECW. PROVISONS below EL DISEASE - POLICY LIAR I f 1,000,000 OTHER DESCRIPTION M OPERATORS I LOCATIONS I VESCLESI EXCLWIm18 ADM SY EgORSBABRI SPECIAL PROVgIONB THE GENERAL LIABILITY POLICYS GENERAL AGGREGATE LIMIT APPLIES PER PROJECT IS SUBJECT TO A 10,000,000 AGGREGATE POLICY LIMIT. RE: ROADWAY PAINT, THERMOPLASTIC MARKINGS AND RAISED MARKERS PO # 4500112528 - COLLIER COUNTY GOVERNMENT IS NAMED AS ADDITIONAL INSURED WITH RESPECT TO LIABILITY AS THEIR INTERESTS MAY APPEAR. 10800469 COLLIER COUNTY GOVERNMENT AT-IN: ALEXANDER BLANCO ADMINISTRATION SERVICES DIVISION 3301 TAMIAMI TRAIL EAST NAPLES FL 34112 25 (20091011 SNOUIDANYOFTHEABOVEDESCAIBEDPOLN :ESSE CANCELLED BEFORETI£E)[PMTION DATE THEREOF. THE MM INSURER BILL ENDEAVOR TO LIAR. 30 DAYS WRITTEN NOTICE TO THE CERTiRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL fall S NO ORL KRON OR LIINILRY OF ANY IWD UPON THE INSURER DS AGENTS OR REPRESENTATIVES. NESErtA ®1988 - 200099 KC The ACORD name and logo are registoroc! marks of ACORD fa AiwHWaiw NawNna ma taLIWCrI, aaauU ar n,anew AM b aw •Pnwvur rwb„ .Oo.. w,a ao.ea, aw wrm wa wwHOar. • 0 16E8 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings & Raised Markers" Collier County Florida Insurance Requirements BID #06 -3918 INSURANCE TYPE REQUIRED LIMITS X 1. Workers' Compensation X 2. Commercial General Liability (Occurrence Form) patterned after the most current I.S.O. form with no limiting endorsements Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. Bodily Iniury & Property Damage $1.000.000 Single Limit Per Occurrence X 3. Indemnification: To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, 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 intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this 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 Collier County. X 4. Automobile Liability $1.000,000 Each Occurrence Owned /Non- owned /H i red Automobile Included _ 5. Other Insurance as indicated below: a) Professional Liability $-0- b) Builder's Risk $ -0- I1 0 0 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings & Raised Markers" Collier County Florida Insurance Requirements (Continued) N � X 6. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same contractor shall provide the County with certificates of insurance meeting the required insurance provisions. X 7. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability. X 8. Collier County Board of County Commissioners shall be named as the Certificate Holder, NOTE: The "Certificate Holder' should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 X 9. Thirty (30) Days Cancellation Notice is required. X 10. The Certificate must state the Bid Number and Title. BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. Bidder - Bidder Signature of J / Signature of Bidder's Agent 12 16E8 ACORDn CERTIFICAT F LIABILITY IN RACE 05/13/050] PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION CONFERS NO RIGHTS UPON THE CERTIFICATE Gulfshoreinsurance, Inc. ONLY AND HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4100 Goodlette Road N, 6100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC p 1 Ts,FL 34103 -3303 ..613646 • INSURED Trutwin Industries, Inc. 8031 Mainline Parkway INSURER A: Cincinnati Insurance Company 05116/05 INSURER B: St. Paul Fire & Marine /Halcyon Under EACH OCCURRENCE INSURER c Bridgefield Employers Insurance Comp DAMAGE TO RENTED PR MI a n INSURER VIED EXP (Any one Person) Fort Myers, FL 33912 INSURER E. $1000000 GENERAL AGGREGATE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDDIYY POLICY EXPIRATION DATE MMIDDYY LIMITS LTR A NSR GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR X PD Ded:250 CAP5462161 05116/05 05/16/06 I EACH OCCURRENCE $1000000 DAMAGE TO RENTED PR MI a n $100,000 VIED EXP (Any one Person) $5,000 PERSONAL 6 ADV INJURY $1000000 GENERAL AGGREGATE s2,000,000 I — GENT AGGREGAT E LI MIT APRIL I ES PER: RO- POLICY JFCT LOC PRODUCTS - COMPIOP AGO $2000000 AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT LEa acoldent) $ ALL OWNED AUTOS I SCHEDULED AUTOS '(Per III-- BODILY INJURY Person) -- $ - -- - - HALF AUTOS NON-OWNED AUTOS � I' �. �IPer 60o.LY INJURY (Per accident) $ -'- - - - -- -- I PROPERTY DAMAGE acodenQ —' $ GARAGE LIABILITY AUTO ONLY - EAACCIDENT_$ OTHER THAN _ EA ACC AUTO ONLY AGO $ ANY AUTO $ B E%CE$SIUMBRELLA LIABILITY X OCCUR CLAIMS MADE rQK06800720 DSII6 /DS OS /16 /O6 EACH OCCURRENCE $4 DOD DDD _ AGGREGATE $4 OOO DOD DEDUCTIBLE s � -- -— CWORKEftS X RETENTION $ 10000 COMPENSATION AND EMPLOYERS'LIABILITY 83020688 103 101105 '03 /01I0e X WRY T ^TU -j OTH- $ I I D ENT s500,000 EL DISEASE - EA EMPLOYEE $500,000 . ANY PROPRIETORIPARTNERIEXECUT NE OFPCERJMEMBER EXCLUDED? (i ELDISEASE POLICYLIMIT s500,000 — It yes . describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Collier County Board of Commissioners 2705 S. Horseshoe Drive Naples, FL 34106 LO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ID_ DAYS WRITTEN :E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL HE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CO, 0 ACORD CORPORATION 198f 16E81 CERTIFICATE OF INSURANCE EFFECTIVE DATE OF CERTIFICATE 05/16/06 ALLSTATE INSURANCE COMPANY HOME OFFICE - NORTHBROOK. IL 60062 hereby certifies that the following insurance is in force' POLICYHOLDER POLICY NUMBER POLICY PERIOD TRUTWIN INDUSTRIES INC 649602968 BAP AT 12:01 AA.M. TO TANDARD TIME 8031 MAINLINE PKWY FORT MYERS, FL 33912 -5931 The person or organization designated below is described in the policy as: COLLIER C BD OF COMM PO BOX 413016 NAPLES, FL 34101 -3016 LIENHOLDER (Loss Payable Clause) ADDITIONAL INTERESTED PARTY ADDITIONAL INSURED X CERTIFICATE HOLDER Coverages designated are afforded as stated below: AS THEIR INTEREST MAY APPEAR RECEiv'_.. APR u, 2006 To the person or organization stated above: This policy, as respects the interest of the loss payee, additional interested party, additional insured or certificate holder named herein, may be cancelled by the Company during the policy period by giving such person or organization 10 days written notice at its last address known to the Company. Proof of such mailing is deemed sufficient proof of such notice. This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage afforded by the policy referred to above. SU138o -1 eu114 -2 PAGE 1 OF 1 C�AIIState; CUSTOMER NUMBER: CA6496O2968 THE WOODS &HAHN AGY 899 VNDRBLT BCH 9103 NAPLES, FL 34108 BU114 -2 • ROUP DATE: 04 -21 -06 C.I.H. (CA) 10 49 602968 'uI': rl1f 111 r{"'I rf ir:I II1'IfI111 rrU IIf�l If:1II L 1'111119 II COLLIER C BD OF COMM PO BOX 413016 NAPLES, FL 34101 -3016 REPRINT KEY: 7105281 NS FL E • • 16E8 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings & Raised Markers' THIS SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department BIDDERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid response. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. a. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 10. The mailing envelope must be sealed and marked with: • Bid Number • Bid Title • Opening Date 11. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. /�r17W;/r/ - rQ5. Company Name WPh Trutwin! President ignature & Title tf - - 13 of 0 w 16E8 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings & Raised Markers" BID RESPONSE • LVA Wy : Iti.j q ki a Oki I. 4: 4 DUE: February 28, 2006 (a? 2:30 a.m. Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 06 -3918 -- "Roadway Paint, Thermoplastic Markings & Raised Pavement Markers" Dear Commissioners: The undersigned, as bidder, hereby declares that he has examined the specifications and informed himself fully in regard to all conditions pertaining to roadway paint, thermoplastic markings and raised pavement markers as per the attached specifications. The Bidder further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Bidder proposes and agrees, if this Bid is accepted, to contract with the County furnish work in full, in complete accordance with the attached specifications, according to the following unit prices: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: N/A % NfA Days; Net 30 Days Addenda received (if applicable): #1 #2 #3 Bid continued on next page.... 14 r • • 16E8 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings 8 Raised Markers" BID RESPONSE CONTINUED 1. PAINT Contractor to provide labor, equipment and materials for 15 mil reflective roadway paint to be applied on various roadways Lines 15 mil a. 6" $ LF LF --.122 (Under one (1) mile) .48 $ $ 1 LF (Over one (1) mile) b. 8" $ .50 LF c. 12" $ 1.50 LF d. 18" $ 1.75 LF e. 24" $ - 2-SO LF Symbols and Pavement Messages 15 mil a. Miscellaneous Paint $ nn SF SUBTOTAL SECTION 1: II. THERMOPLASTIC 1. Contractor to provide labor, equipment and materials for thermoplastic markings to be applied on various roadways and /or intersections, to include symbols and pavement messages. a. 60 mil b. 90 mil $ a 50 SF $5 SF 2. Contractor to provide labor, equipment and materials for thermoplastic markings to be applied on various roadways to include edge lines, centerlines, stop bars, crosswalks lane lines, and bike paths. a. 6" $ LF $ .48 $ LF $ .65 $ 45 LF b. 8" $ .75 LF c. 12 $ 2.75 LF d. 18" $ 4.25 LF e. 24" $ LF 4� a. 6" $ ss LF $ .75 LF $ .55 LF b. 8" $ 1.00 LF c. 12" $ LF d. 18" $ 4-50 LF e. 24" $ 6.00 LF (Under one (1) mile) (Over one (1) mile) (Under one (1) mile) (Over one (1) mile) SUBTOTAL SECTION II: 15 • • 16E8, Bid No. 06 -3918 - 'Roadway Paint, Thermoplastic Markings & Raised Markers" BID RESPONSE CONTINUED III. REMOVAL OF PAINT OR THERMOPLASTIC MARKINGS 1. Contractor to provide labor, equipment and materials for the removal of pavement markings from various roadways to include edge lines, centerlines, bike paths and symbols. By grinding only no waterblasting. Paint $ % SF Thermoplastic a. 60 mil b. 90 mil SUBTOTAL SECTION III: $ 2 nn SF $ 2.5o SF IV. Raised Pavement Markers (RPMs) 1. Contractor to provide labor, equipment, materials and required maintenance of traffic for the installation of raised pavement markers. A. Permanent RPMs, raised, reflectorized. Maximum width 5" Mono - directional with one reflective face, one -color reflectors shall be available as Amber (Yellow), Crystal (White), or Red in the following quantities per Work Order: a. Less than 200 $ 4.50 EA b. 200 to 500 $ 4.25 EA c. 501 to 1,000 $ 4.00 EA d. greater than 1,000 $ 4.00 EA B. Permanent RPMs, raised reflectorized. Maximum width 5" two -color Bi- directional with two reflective faces, which shall be available in Amber (Yellow), Crystal (White), Red in the following quantities per Work Order: a. Less than 200 $ 4 -50 EA b. 200 to 500 $ 4.25 EA c. 501 to 1,000 $ 4 On EA d. greater than 1,000 $ 4.00 EA 2. Removal of existing RPMs at the time of installation $ 2.00 EA of new RPMs 3. Furnish and Install Ceramic 6" disks with internal $ 75.00 EA reflectors 4. Furnish and Install traffic delineator pickets $ 65 -00 EA 5. Nighttweek -end differential 10 % SUBTOTAL SECTION IV: $ TOTAL BASE BID - SECTIONS I through IV: $ -MINI m TRIP CHARGE $750.00 16 • • 16E8 Bid No. 06 -3918 - "Roadway Paint, Thermoplastic Markings & Raised Markers" BID RESPONSE CONTINUED The service to be furnished by us is hereby declared and guaranteed to be in conformance with the specifications of the County. The undersigned do agree that should this Bid be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of the Contract. The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen (15) days, will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 271hday of 7e8 2006 in the County of Lee in the State of 7L 7auiwin Induetaiee, Inc. Firm's Complete Legal Name 8031 f9ainiiae Pkwy (Address) 7t. Oyeze, 72. 33912 (City, State, ZIP) Phone No.239. 489 4240 Fax No. 239. 8 . 0078 aoee7zh T2uLwirz/ Typed and Written Signature P/zeeident Check one of the following: ❑ Sole Proprietorship [3 Corporation or P.A. State of 71oltida ❑ Limited Partnership ❑ General Partnership Title ADDITIONAL CONTACT INFORMATION Send Payments To: (REQUIRED ONLY if different from above) (Company Name used as Payee) Contact Name Emma yomez Title Acct. Recu. Office Servicing Collier County Account /Place Orders /Request Supplies (REQUIRED ONLY if different from above) Contact Name Title (Address) (City, State, ZIP) Phone No. FAX No. Email address: (Address) (City, State, ZIP) Phone No. FAX No. Email Address: NOTE: If you choose to bid, please submit an 17 • • 16E8 Bid No. 06 -3918 - "Roadway Paint. Thermoplastic Markings & Raised Markers" ORIGINAL and ONE COPY of your Bid Response pages. is