Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #06 Approval to Award Bid #B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit Project
404r ocoee florida AGENDA ITEM COVER SHEET Meeting Date: August 16, 2016 Item # �p Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit Project Background Summary: In conformance with the policies and procedures of the City of Ocoee (City) and Florida Statutes, bids were solicited from qualified contractors to construct the Lake Olympia Neighborhoods Reclaimed Water Retrofit (Project). All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department. Bids include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the retro fitting of the Lake Olympia Neighborhoods with reclaimed water meter services (182 connections) with the work more generally described as the following: • The construction of 9,500 feet of reclaimed water mains varying in size from 2" to 8" in diameter. It is contemplated the main lines shall be directional drilled using polyethylene pipe for 2" mains and high density polyethylene for the 4", 6" and 8"mains. • The installation of 101 single and double services with 62 of those services directional bored under pavement to opposite side of main. • Four reclaimed water main interconnections are required with existing in-service reclaim mains. • All valves, fittings and appurtenances needed to support the reclaim mains installation. • All associated restoration need to support the reclaim mains installation. The bid was publicly advertised on June 12, 2016, and opened on July 19, 2016. A pre-bid conference was held on June 28, 2016. The City received five (5) bids for this project, ranging from $576,429.50 to $925,550.38. The bids are available in the Finance Department for review. The Utilities and Finance departments reviewed the bids and all were considered responsive. Staff recommends awarding the bid to DBE Management, Inc. DBA DBE Utility Services as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, P.E., Utilities Director. The table below is a listing of the bids received: Bidder Total Bid 1. DBE Management Inc. DBA $576,429.50 DBE Utility Services 2. Young's Communications Co., Inc. $676,425.33 3. Tri-Sure Corporation $698,047.80 4. Schuller Contractors Inc. $796,000.00 5. Stage Door II, Inc. $925,550.38 Issue: Should the City Commission award the Lake Olympia Neighborhoods Reclaimed Water Retrofit Project to DBE Management Inc. DBA DBE Utility Services, as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit Project to DBE Management Inc. DBA DBE Utility Services in the amount of$576,429.50 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. DBE Utility Bid 4. Invitation to Bid#B16-03 5. Addendum#1 6. Addendum#2 Financial Impact: There is $796,125 from the FY 2014/2015 budget and $250,000 in the FY 2015/2016 budget, for a total budget of$1,046,125 for this project. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading x Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. l!J N/A Reviewed by ( ) N/A 2 Mayor Commissioners Rusty Johnson John Grogan,District 1 �\ Rosemary Wilsen,District 2 City Manager ` .� Richard Firstner, District 3 Robert Frank QC 0 e e Joel F.Keller,District 4 IIotido MEMORANDUM TO: Joyce Tolbert, Purchasing Agent THROUGH: Charles K. Smith, P.E. Utilities Director FROM: Laureen Cooper, Project Coordination DATE: August 1, 2016 RE: Lake Olympia Neighborhoods Reclaimed Water Retrofit Project The Lake Olympia Neighborhoods Reclaimed Water Retrofit Project has been budgeted for FY 2014-2015 $796,125 and FY2015-2016 $250,000 for a total project in the amount of $1,046,125. The Utilities Department recommends awarding the Lake Olympia Neighborhoods Reclaimed Water Retrofit Project to the lowest responsive bidder, DBE Management Inc. DBA DBE Utility Services, in the amount of$576,429.50, based on the following discussion: On July 19, 2016, bids were opened for #B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit. The three lowest bidders and their bid prices are listed below. 1. DBE Management Inc. DBA DBE Utility Services 15893 77th Place N Loxahatchee, FL 33470 Bid Price: $576,429.50 2. Young's Communications, Co. Inc. 424 West Road Melbourne, FL 32904 Bid Price: $676,425.33 City of Ocoee Utilities Department• 1800 A.D.Mims Road•Ocoee,Florida 34761 Phone:(407)905-3159•Fax:(407)877-5899•www.ocoee.org 3. Tri-Sure Corporation P.O. Box 653 Auburndale, FL 33823 Bid Price: $698,047.80 The City has received positive feedback from two of the references listed for DBE Management Inc DBA DBE Utility Services. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w O O 6 6 6 6 6 6 6 N O O 6 6 6 6 6 6 O O O O t7 O ci O ✓ O O O O O O O O O V V N) O O O O O O O O O O O O O N K O O )O )O )O N V M N O )O N r) M V CO U) a) . Ti li 1 CC L[) N b) S 69 ai .- O) Ia N 19 69 63 09 49 a) r 09 f/9 of r C J a) bi a) 69 a3 69 .- " as W 69 Q 69 a F Q 0 o o O O o O O O O O o O O O O O O O O O o O O O a O m 0 O O O O O 0 0 0 0 O O 0 O 0 0 O O O 0 O O O O O O tV w O 6 O O ci ci O O ci a N ci a O O 6 ci ci O O ci ci O ci ci ci () 0 0 0 0 0 0 0 0 0 0 V V M 0 O 0 0 0 0 0 0 0 0 0 0 O CO 0 0 0 0 0 0 0 0 U) 69 49 69 ai 0 0 0 0 0 U) 0 N 0 r M 0 0 1 O O N a h c V r) N N .- ,_ ai N 69 19 ,- m w LO N 69 e9 49 e9 ai e9 e9 e9 a) . 69 f9 e9 49 F, 69 0 t9 a) of Z D W o o 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 o O o 0 0 0 0 U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 U) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ui 1 0 0 0 0 0 0 O 0 O m N 0) N 0 0 0 O O U 0 0 0 0 O (+) .2 1. 0 0 0 0 N O 0 w O m CO O 0 O o 0) CO N O o o CO V 60 O) J N co O a Ea e 0 e r) r) r) 0 +i V 49 r) C r '' Ti V <0 ai i a) ci 167 Q V as ea ea a a! N V a a as ai of - a) .- 2 0 C N 0 ai U 1 m u F- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w 0 0 d 0 0 0 0 0 0 a t6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • 0 O O O O O 0 O co O V co co N 0 0 0 0 0 w 0 0 0 0 . 0 0 - 0 0 0 0 40 0 O 0 0 ai . M 69 0 0 0 0 W N N N 0 M 1- m N F 1 C0') 0 69 69 69 .- w «MS ( a 69 N . a of w i e w 4 0 09 49 <9 M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO g 0 O O O O O O O O 0 O O O O 0 O 0 0 0 0 0 0 0 0 0 N C CO n <O O N t�pO o M N m N V V r O CO V o O m CO V .- 0< W a w N n m 01 a0) N 0 m m CO) tO m O0)_ 'OP_ 0)) 0 <0O 10 V n <m'') m .- N m 1- U V m V r ai � M M m V n a V N N ai N ri ci V 6" ai tD _ 1' N ai 69 09 69 03 N V V M a) a) a9 b9 t9 49 49 69 01 O 1 ai bi di 4zr9 68 9 O ' J MIX 2 C LL E ° < 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O E °� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d' 0 w CO n ui 0 of co' of ri Ci r a N. Ci o m ai 0 of yy ri ai ri ai ai F- 0 0 N m U) m m co V M N N a) O m m V <O N r CO N 0) N 0 m a) e9 49 e9 V r CO CO CO V t0V 00) 000 N. ,- m N. —01 1 ai < r a) 4 M a V e9 ea e9 as a) u) of of ai 6 ccuj C N t9 N 49 49 eM a) 49 8 F' e9 «9 e9 ar Iii > Z H m Q w o 0 0 0 0 0 0 00 0 0 0 00 00 0 00 0 0 0 0 0 0 0 4 U M O O O O O O O O O O N O O O O O O o O O O O O O O N d 1 O O O O O O O O O N M N N g O O O O O O O O O O 0 m p Q V N O O O O CO V N m M CO CO r..- O V CO CO V CO N m m V V O w J N ro m N m m co- N N m V co- O N h V V m a O o L.; ,:‘,7, e_ W b ai b a a •a- n CO e EA Vi 69 ai a bi ai ai a) ai 49 69 4 1.4 N CO Q O Q 4, 69 Cu H Zji U W o w III ! ! ! ! 0 r� cc U U 0 Z d Q 1 N D O U F N Z . N N a) 69 . . 69 ai a9 a9 ai e9 Q = to > J co O Q m w o 0 0 0 0 0 00 0 0 0 00 0 0 0 00 0 0 0 0 0 0 0 0 H = 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 o O o . O O C) O 6 O O o 6 .- '7 cc; N O O 6 N C O O O O O O O N O N N O O O N N . W O N O N O N M O0V V V 1 r t0 O 01 M m m J m V 0 N 01 N 4 4 V Co W N V V 6 r ^ N 6. 63 0 Z 4 01 H a 2 7 a >. c cn c O E l m J .. l w a" a C m w o 0 0 0 0 I 0 0 0 0 0 0 0 0 o O o 0 o O o 0 o m w U o 0 0 0 00 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0• g m K o 0 0 0 0 0 0 o r n ! 0 0 0 0 0 0 0 0 0 0 0 o h 00 o h o O O o O Ma N1 M a) O O O h h 0 0 10 0 w Q 1 N O O O N e0 N O N V 1`a b a) a M• m 1- O r N Z M Nw M w A W a a) e9 e9 <9 w CO O N- M > O O O H • ,-, N N H ,y ti .ti N M N N tD . co M .y V . M 00 N M - 0 n N N N O ,o- 0 w • U G O S - w w a. W m ti 00 D ~ v m c ccc c w w w E E E a N 0 0 0 c `O A A o co t0 _ C7 v co c c c y y y =,,.., 5 8 E Q u 2 2 M a: m .a m c o 9 E E E o 0 o z ~ m - — . — x x x a m m m m E _ °¢ - A cc cc 00 o 0 0 0 - E E O O g. m m m W <D V N m m Z v i'='' a « v a v « « t R z v z O 0 _ LT. 0 Y E F c w o a o a a n - - = 0 0 0 0 '3 N w v '. Q a °' L 2 d CO c O c 0 '- 2 2 2 _ _ _ _ C2 > > > - ce ate) Ls U v cc E u % 8 - x° ° o_ 3 0o Cr CO e > > > o O d cu 03 ra ro Q C N 49 U ' 9 ? W t; d L N L L . x % X X C H « H w y 9 N VJ C J (II N N t - - W m m to is C a W O Na c 9. ? x X X X w t.7 (.7 l7 -p m CO Q m cc Q 2 s Lo 8 _ N V _ u u° _ _ LL LL 1- 00 T. 0o ao to _LOU)0 0o i0 "v ro CC co t7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N CO 0 0 0 0 0 0 0 o (0 0 0 0 (0 V n CO W O O O o 0 O o a0 4 a0 o a0 co N V 0 O N N O 0 O 0 V N co N n (0 O N N 0 N 0 n 0 0i n CO CO N- N r co' N O) N CV N V V n V a A co 69 V 69 69 69 to N Z J to fn 69 N m - Q N F o O O o 0 0 0 0 0 o 0 o 0 0 0 0 0 0 a) 0 0 O o O O O O O O 0 0 CO n C) N W O N O O O O O O N W 6 V (N 4 6 () N (• N 00 00 U) Vs! CON 69 63 43 (0 K t9 t9 CV 00 N N 0 4- 69 69 (9 0 9 a i9 w I-. z m w o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 U 0 0 0 0 0 0 0 0 0 0 0 o n o CO 0 0 0 0 ci 0 0 0 o ci v ro of o 6 r K o o O 0 0 O o N o co < (O 0) n V c a o m N O) o a0 N 0)) V O N 6 co O) (0 o J (N .* N N of Ni co- O co- co-(h N W 0 W Q 0 69 VV 4- 49 49 NI 49 9 t9 t9 0)61 0 I- t9 o O • o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 j W O ci C) ci ci O ci ci n M N 0 N M O p o O N O O O O N N M N CW) N 9 M t9 M to - 9 9 f9 (9 0 It O. I- 2 0 0 0 0 0 0 0 o 0 0 0 0 0 o 0 0 (0 Li o 0 0 0 0 0 0 C0 0 0 0 0 0 (o 0 co C O O CI W O N O O) n (") N O n OJ (Op (n C) O W M W M O) O 0 00i O CO CO 0 CO O 00)) V V v 0 V .- t9 N O N C) O a0 O co- W - N 69 W r . C N 9 W m N . 9 W . N ( o 49 49 (C (y co O c U. u) IX 0. 2 a • 1- U. E o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O E o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O_ 0 W O N M oi M N O m O C) (O O N n N - 0 0 (9 N C) V CO C) V CO 0) V N W b9 69 W a7 K 0 0 H H 2 H I 0 . 6 . N c a cC U.1 i i 1 SECTION 00300.0 BID FORM SUBMITTED: 7/19/2016 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID#B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit NAME OF BIDDER: DBE MANAGEMENT INC DBA DBE UTILITY SERVICES BUSINESS ADDRESS: 15893 77TH PLACE N. PHONE NO.: 561-508-3708 CITY, STATE, ZIP: LOXAHATCHEE, FL 33470 CONTRACTOR'S FEDERAL I.D. NUMBER 20-1331070 CONTRACTOR'S FLORIDA LICENSE NO.: CUC1224256 THIS BID IS SUBMITTED TO: City of Ocoee, Florida(hereinafter called Owner) I. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. _ 1 Dated 7/7/2016 No. Dated: No. 2 _ Dated 7/11/2016 No. _ _ Dated: No. Dated No. Dated: _ No. Dated No. Dated: Lake Olympia Reclaim Retrofit Bid#16-03 00300-I (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the Lake Olympia Reclaim Retrofit Bid#16-03 00300-2 1 written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement(Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms(entire Section 00300, 00301, 00301A,00302,and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit(Section 00480) 4. Certification of Non-segregated Facilities(Section 00481) 5. Sworn Statement on Public Entity Crimes(Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) Lake Olympia Reclaim Retrofit Bid#16-03 00300-3 Q q'b b 0).0 .d E pa 8 ' O O 0 0 0 0 q V a 0 0 0 O O O - 0, 0 0 0 Q O O › 0 A A 0 0 O Cl a O O O O O g O O aD CO O N_ o CD 0 0 0 0 CD C7 0 0 0 0 0 - 0 ✓ � 0Q I O N co N N � O NI CA 1 co 0 (N in °3 o co L 0Oi O rn o co a. p Z N ,t 0) 0) r- r- N •-- x- T- •- CO CO- N d' co c- Ni M N. Cr) V M d' r .c I I^ C 69 69 69 6% 69 69 63 69 63 69 to 63 63 69 V9 69 03 63 69 69 63 69 69 63 63 O9 lc 0 V. c° a ` • E o O O t 0: A 0 0 0 0 0 0 0 0 o O O O O o z p A o A p p a a a O O O A 0 0 0 0 0 0 0 0 D c A o 0 o A A o o o A O A o 0 0 0 0 o A o A A o Q ad ", O to D a O O N to 0 0 0 0 0 0 a a 0 O O O o o O o - m N a - I� N N Ni in in Qs-. if) in co c) or-, N V' CA Oi .-- N ,- .-- M N N .-- N A- r-- (D d N .- I- (O N N- V' CO V3 V3 E9 E9 63 69 to tff 63 V3 69 63 V9 69 V9 69 to to 69 V! 69 69 V) tR 69 to Z / w o I NA CI -,u j E E E E E E E E E v a v a (1 w g V) Lel V) V) V) V) V) N N tit LL ti LI- -C -C L L -C L L -C -C C -C .0 M .. s.. E C R R R d C. C. R R fl It (O c0 10 It t0 CO m (6 )6 CO ra f6 N f0 N O J D E E E E E E E E E a a a a w w w w w w w w w w w w H F, .0 J J J J J C C CC a J . J J J J J I J w g O CU 4+ �+ Z pp�� } 4-4 I-. 0 0 0 0 —10 O 0 0 O O V 4.1 :1 Q O O O O O Q O O C r, O Q O O O O O O O O M p O O C O • • • • f) 14 lD O O Q O O O O Q Q Oet [h CI "C3 r ri ri• ri r s- t• r• r N N r... N r-I M M .+ V M O l0 nl M , N O 4r) A '° AI 6-4� 5f� ' 4 no m a ai PG a E 2 c w E to c� 'a (.) E a o _ _ d z > '' `= u r l 00 to H W 3 a p C x `� c 00 0 c c c C r. ta To � os .� ; y222 � c w •-7 � i > vt w w 213 c C t E E E a w ° ! aci ° `O O O O 7 'ty Ws' E 113 O Z.,- t7 le c C C C 00) aai aai ', no o �- Ira ° ° 'rc 'to 'm cc cc a m o 1/) c a u 2 2 2 w w w a E. ac A c c ° E E E000u; l`O •- v z E p R .t 'm 'm 73 2 2 2 CL 0 E-tv) a) > a) a s fO m• R )o c c W u R9- 0 10 Co CO 00 CO in Cr N a a a a a y a) U -0 C () E C +. ia13v = ' a a a a) x u a) E 5 a 0 y~„ .0 C in H t/1 N Y Y la N 03 f- I- I . I . -C a Q tyo LL C 0 a) 0 C N R CL R C C C C a d ci Q ci 0.1�i 7 > > CC 0 Q Cl w OC a O 2O O0 O0 'D �p 'D "D - ^ 4'' Q m c V u x 4 n a m tca m rC a - oo x x x U > > > o O O C! GJ C •° .. d 0 G C C C C C O o0 00 l0 to C N M 4-, LC) 3 - y E C C 2 C C C E E .., 4., r x x x x w 0 0 (7 r-+ -p co C F+as O a to 0 0 3 0 0 0 0 7 7 7 - - - - - - - - - a - a 2c92 wu V) Uuuwu. LLLL00000ototo000otD Cr ooxit (7 >1 td O ri N M ct In to N 00 01 O .--1 N M Tt LA (D a' a) z .-i N M d' tf1 (D h 00 M r1 ri ri r-t 1-1 H ri r-1 H ri Ni N N N N N N E O U b 71 'Fa' 1 u a v E'L a E 0 0 o 0 0 0 is 7. o co O a 0 [t O O O O o O z 0 0 O O 0 0 0 ni 0 CO • to 1-• 0 F- C 0 0 O O 0 O to N U) O co O t\) to o. Oo L°. 0 to- N CD .4-- t0 co OOi CCD D. co co a tr)r- r r- co r- co cr N to CD co a-- r- 0 co CA to- E9 69 ER 69 b4 69. 69 69 69 69 69 69 69 69 CV CO N- u, 69 a h 0. E o ' 7 O co a 0 C Z i 0 0 0 0 0 0 0 0 0 0 0 O a C 0 0 0 0 0 0 0 0 0 0 0 0 00 0a 0 in tr) o dO N N- ' 00 d ti D ti U) 609 C) r. 9 to 69 69 69 VA to 69 69 V3 H Z C Luo t i CU 0) w a Cl) CU C rte+ tW. LLL. U U U V U r6 r9 'O CO "a �„ L cc) `8 ro 7 ra 12 d O; r0 r0 t0 rp Mt r0 tO 7 a 7 co 7 rp a ra 7 ru a r0 a fa E D C a) W W W W W N )., Cr y. �. C C N >.. �. �. R • O y w zuj E Q cn}' O Q Q Q +o y .0 O O O tp ri N p O = Q Ql r.• ,.�4 Cd MI N V1 m r-1 m N at 14 O O pW O aZ Q A =- i rA •cs.Chi a — �n N ci = A a U .rte p U N cc O V a) 7 - w ai H > l7 N (/) C _ ti. 04 t_ a C C Y A = aY) o c °) 3 3 `-� u S c m C. .� C > v .o `_` 0 to !1 2 'M a a in in a) a Qm o E m 4-. a a 1- v 0 E .0 a m c f aco 4 `u JN E c • a) o -C c 0 o f° �' o Z rr a 63 a a �. E u u u. 2 a to w 74 - = V U a a U a a a a 7 b O U c• aUD to to aa)) a a) cu N N aa) m N N Z t 2.3 C cell) c a C cd a LW' LLI '0 '8 'a 'o C C _ a s co m cu m "II a v CO C C C C -I r-4 = - a N O O a a a 0 O 0 0 0 !n tO td hi E N CO C 7 O. tlO E E E E E .� 'ZS _O _ co cum0oocc a)0 Q Q 0 0 iit N cc cc cc cc cc t) U) (A f- CI E a N 00 Ol O .-4 N Cl) d' try tD N 00 O O .-t 0. °; z N N N m m m m m m Cr) m m m cr v O V 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format,the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. Lake Olympia Reclaim Retrofit Bid 416-03 00300-6 If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City's needs. SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Manufacturer/Supplier 15050—Process& Utility Piping, Fittings, Valves, and Accessories Fittings A. Union B. U.S. Pipe C. Nappco D. American E. Tyler F. Trinity Valley G. Sigma H. EBAA 1. Smith-Blair HDPE Pipe A. Plexco B. Driscopipe C. Lamson Vylon Valves(Plug and Check) A. M&H/Clow Lake Olympia Reclaim Retrofit Bid#16-03 00300-7 B. Mueller(Check Valve only) C. Pratt D. Milliken E. Dezurik PVC Pipe A. CertainTeed B. Can-Tex C. North Star D. J-M E. Capco F. H&W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections A. Mueller Meter Valves/Corporation Valves A. Mueller Polyethylene Pipe A. EndoCore Trace Wire A. Kris-Tech Lake Olympia Reclaim Retrofit Bid#16-03 00300-8 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Item or Spec Manufacturer/Supplier (Indicate Whether Material Section (List One Only) Lump Sum or Unit Price) SERVICE CONNECTIONS 15050 FORD METER BOX EQUAL METER/CORP VALVES 15050 FORD METER BOX EQUAL TRACE WIRE 15050 REGENCY WIRE EQUAL TRACE WIRE 15050 REGENCY WIRE EQUAL Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be$1,000) (Bidder may make additional copies of this page as required.) Lake Olympia Reclaim Retrofit Bid#16-03 00300-9 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida Licens- o.: A PA'TNERSHIP (SEAL) (Partnership Name) ( 'eral Partner's nature) - eral Partn Name) Business address: Phone N. . Fl. '•. License No.: Lake Olympia Reclaim Retrofit Bid#16-03 00300-10 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION DBE MANAGEMENT INC OBA DBE UTILITY SERVICES (Corporation Name) FLORIDA (State of Incorporation) By DUSTIN ERTLE (Name of person authorized to sign) PRESIDENT (Title) (Authorized Signature) (Corporate Seal) Attest f k .., (Secretary) ( y) Business address: 15893 77TH PLACE N. LOXAHATCHEE,FL 33470 Phone No.: 561-508-3708 Corporation President: DUSTIN ERTLE Florida License No.: CUC 1224256 Lake Olympia Reclaim Retrofit Bid#16-03 00300-I1 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: JOINT VENTURE By (Name) (Address) By U .me) (Addre Business Address: Phone No.: Florida License .,o.: (Each join enturer must sign. The manner of signing for each individual, partners • ,and corpora '.n that is a party to the joint venture should be in the manner indicated above. Fl. tda License No.: 13. List the following in connection with the Surety which is providing the Bid Bond: Lake Olympia Reclaim Retrofit Bid#16-03 00300-12 Surety's Name: OLD REPUBLIC SURETY COMPANY "lab N EXEGU I IVE UK SUITE 270 Surety's Address: RRnnKFIFI n WI 5'1005 14. Name and address of Surety's resident agent for service of process in Florida: ZERVOS GROUP,INC. 24124 FARMBROOK PO BOX 2067 SOUTHFIELD,MI 48037 2067 Lake Olympia Reclaim Retrofit Bid#16-03 00300-13 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of DBE MANAGEMENT INC DBA DBE UTILITY SERVICES , a corporation under (Contractor's Corporate Name) the laws of the State of FLORIDA , held on the 19TH day of JULY 2016 , 2008; the following resolution was dulyi2a4sed and adopted: 1/ —� "RESOLVED, that G� N`t.7 DUSTIN ERTLE (signature of individual) (typed name of individual) as PRESIDENT of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Lake Olympia Neighborhood Reclaim Retrofit between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 19TH day of JULY ,2016. CORPORAT SEA 4K iff -'� -'+ - (Corporate Secretary) �.. + IEALL E STATE OF FLORIDA CITY OF PALM BEACH The foregoing instrument was acknowledged before me this 19TH day of JULY , 2016 by DUSTIN ERTLE (name of officer or agent, title of officer or agent), of DBE MANAGEMENT INC DBA DBE UTILITY SERVICES (name of corporation acknowledging), a FLORIDA - . • .lace of incorporation) corporation, on behalf of the corporation. He/ • - is personally known o me or has produced identification (ty.- of identificatio. = dentification and did/did not take an oath. iftlivir, Alk (Notary Public) My Commission Expires: END OF SECTION r.••,.=4y,, SIERRA COLAVECCHIO _fitV Commission# FE 236185 Airtre.4 My Commission Expires ,, , June 01, 2019 • Lake Olympia Reclaim Retrofit Bid#16-03 00300-14 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company and the Lake Olympia Neighborhoods Reclaimed Water Retrofit Project. DATE: 7/19/2016 PROJECT IDENTIFICATION: City of Ocoee Lake Olympia Neighborhoods Reclaimed Water Retrofit NAME OF BIDDER: DBE MANAGEMENT INC DBA DBE UTILITY SERVICES BUSINESS ADDRESS: 15893 77TH PLACE N LOXAHATCHEE, FL 33470 TELEPHONE NO.: 561-508-3708 EMAIL BIDS @DBEUTILITYSERVICES.COM CONTRACTOR'S FLORIDA LICENSE NO. CUC1224256 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? UNDERGROUND UTILITY CONTRACTOR- 12 YEARS 2, Describe and give the date and owner of the last project that you have completed similar in type, size,and nature as the one proposed? CITY OF ST CLOUD:RECLAIMED WATER MAIN.(10015-4/20151 pSTALL 2,241'OF 24'HDPE BY HDD.2.63T OF 16'HDPE BY HDD AND 1.090'OF 12'HDPE BY HOD.INSTALL 620'OF 24'C-905 BY OPEN CUT,3,222'OF 16'C-905 BY OPEN CUT,AND 530'OF 12'C-905 BY OPEN CUT.ALL PIGGING, TESTING AND CONNECTIONS TO EXISTING LINES.1-900'SHOT OF 24"HOPE AND 1-600'SHOT OF 16"UNDER CANAL SUBAQUEOS.JANUARY 2015-APRIL 2015 3. Have you ever failed to complete work awarded to you? If so, where and why? NO. 4. Name three (3) municipalities for which you have performed similar work and contact person: CITY OF ST CLOUD-Mike Maroney 407-709-3249 SARASOTA COUNTY-941-465-9468 CELL JACK GIBSON CITY OF EDGEWATER- Randy Coslow, PE City Of Edgewater 386-424-2400 X4007 VILLAGE OF ISLAMORADA- Layne- Richard Crow 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? Lake Olympia Reclaim Retrofit Bid#16-03 00301-1 YES,AND NO ANTICIPATED ISSUES. 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: YES,ASPHALT,CONCRETE,AND TAPS. 7. What equipment do you plan on using to complete the Work? DITCH WITCH DRILL RIGS, MINI EXCAVATORS, MUD MIXING TRUCKS,VACCUUM UNITS, AIR COMPRESSORS, FUSING MACHINES,TAMPERS, CONCRETE SAWS, FITTING TRUCKS, AND-DUMP 1 RUCKS 8. State the true and exact,correct, and complete name under which you do business. Bidder is: DBE MANAGEMENT INC DBA DBE UTILITY SERVICES Lake Olympia Reclaim Retrofit Bid/416-03 00301-2 SECTION 00301-A SUBCONTRACTOR& SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT I RANGELINE (1)8"WET TAP 4030 KIDRON ROAD, BAY 9& 11 LAKELAND, FL 33811 800-346-5971 $1000 2 FERGUSON WATERWORKS PIPE&FITTINGS 801 THORPE ROAD ORLANDO, FL 32824 407-859-7473 $102,000 3 STREAMLINE PAVING ASPHALT&CONCRETE 2083 Nw 42nd Ave, Okeechobee, FL 34972 561-644-1182 $65,900 4 5 6 7 END OF SECTION bake Olympia Reclaim Retrofit Bid#16-03 00301-A-I SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96,LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF,SY) (Quantity) Cost Cost A HYDRAULIC LF 20 $ 100 $ 2000 TRENCH SHIELD LF 100 $ 20 $ 2000 C $ $ D $ $ TOTAL $ 4000 BIDDER: DBE MANAGEME T INC. DBA DBE UTILITY SERVICES SIGNED:'`—N��—� BY: DUSTIN ERTLE (Print or type name) TITLE: PRESIDENT DATE: JULY 19, 2016 THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.) END OF SECTION Lake Olympia Reclaim Retrofit 00302-1 Bid#16-03 SECTION 00303 DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, 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 (Florida Statutes Section 287.037). 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's policy of maintaining a drug-free workplace, and 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 (I), 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 pleas 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 is 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. Lake Olympia Reclaim Retrofit Bid#16-03 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: DBE MANAGEMENT INC. DBA DBE UTILITY SERVICES Signed: By: DUSTIN ERTLE (Print or Type Name) Title: PRESIDENT Date: JULY 19, 2016 END OF SECTION Cake Olympia Reclaim Retrofit Bid#16-03 00303-2 SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF FLORIDA ) COUNTY OF PALM BEACH DUSTIN ERTLE , being first duly swore deposes and says: He(it) is the DUSTIN ERTLE (Owner,Partner, Office, Representative or Agent) of DBE MANAGEMENT INC DBA DBE UTILTY SERVICES , the Bidder that has submitted the attached Bid; 2. He 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, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any 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 elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. By: DUSTIN tME Title: PRESIDENT Lake Olympia Reclaim Retrofit Bid#16-03 00480-1 Sworn and subscribed to before me this 19TH day of JULY , 2016, in the State of_ FLORIDA ,County of PALM BEACH 1 Notary Public y Commission Expires: %r::, SIERRA COLAVECCHIO rr ;, t'- t.ommission or r 23b188 y.ii7�, F My Commission Expires y'%f„a,AI June 01, 2019 E Lake Olympia Reclaim Retrofit Bid#l 6-03 00480-2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his 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 on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he 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 he will retain such certifications in his files. The nondiscriminatory 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. Date JULY 19TH , 2016 . �� C~-- By: DUSTIN ERTLE PRESIDENT (Title) Official Address(including Zip Code): 15893 77TH PLACE N. LOXAHATCHEE, FL 33470 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Lake Olympia Reclaim Retrofit Rid 1116-03 00481-1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. DBE MANAGEMENT INC DBA DBE UTILITY SERVICES 1. This sworn statement is submitted to City of Ocoee, Florida by Dy DUSTIN ERTLE, PRESIDENT (Print individual's Name&Title) whose business address is 15893 77TH PLACE N. LOXAHATCHEE, FL 33470 2. I understand that a "public entity crime" as defined in Paragraph 287.133(I)(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 bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a 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 record 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. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. 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 ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Lake Olympia Reclaim Retrofit Bid 416-03 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(I)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the 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. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any 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 this entity has 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 this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction 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 not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH 7/19/16 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Date: 7/19/2018 Lake Olympia Reclaim Retrofit Bid#16-03 00482-2 DBE MANAGEMENT INC. DBA DBE UTILITY SERVICES Name of Bidder(Contractor) STATE OF FLORIDA COUNTY OF PALM BEACH PERSONALLY APPEARED BEFORE ME,the undersigned authority, DUSTIN ERTLE who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this 19TH day of JULY , 2016 if Notary Public ALlimitf My Commission x. es: — = 40u*,,SIERRA COLAVECCHIO Olin Commission#FF 236185 sy�,,7 tTt•A r My Commission Expires END OF SECTION ''N;„,;,,e June 01. 2019 Lake Olympia Reclaim Retrofit Bid#16-03 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I have/ X have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I N/A have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding$10,000. I also agree that I will retain such certifications in my files. Date JULY 19TH ,20 16 . By: (Signature of Authorized Official) DBE MANAGEMENT INC. DBA DBE UTILITY SERVICES (Name of Prospective Construction Contractor or Subcontractor) 1 5893 77TH PLACE N. LOXAHATCHEE, FL 33470 (Address of Prospective Construction Contractor or Subcontractor) 561-508-3708 20-1331070 (Telephone Number) (Employer Identification Number) END OF SECTION Lake Olympia Reclaim Retrofit Bld#16-03 00483-1 SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent(5%) of the contract bid. DBE Management, Inc dba KNOW ALL MEN BY THESE PRESENTS, that we,the undersigned, DBE Utility Services , as Principal, and Old Republic Surety Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida,as Owner, in the penal sum of, (5 percent of the Contract Bid) $ FIVE PERCENT OF CONTRACT BID AMOUNT(5%) (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed,this 19th day of July , 2016. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee,Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "1316-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit". NOW THEREFORE I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. Lake Olympia Reclaim Retrofit Bid#16-03 00410-1 al • 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer,agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute,then the provision Lake Olympia Reclaim Retrofit Bid#16-03 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid,offer, or proposal as applicable. IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out (X)non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIIP,complete this signature block. (I) (Individua ignature) fitness) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) Lake Olympia Reclaim Retrofit Bid 416-03 00410-3 If Bidder is PARTNERSHIP,complete this signature block. (I) (Partnership Name) fitness) (2) (General Partner's Si: : re) (Witness) (General Partner's Na v- (SEAL) �siness Address) elephone No.) (Florida License No.) Lake Olympia Reclaim Retrofit Bid 416-03 00410-4 if Bidder is CORPORATION,complete this signature bloc ��/DBE Management, Inc dba DBE Utility Services (1) � f (`,` .l!� _ (Corporation Name) ,. (Witness) Florida (2) !r !' J (State of Incorporation) (Witness) By, Pitt9Thr) i"Me (Name of Person Authorized to Sign-See Note I) (SEAL) f2rstAL4f (Title) LO,_______ (Authorized Signature) Den 11 eg (Corporation President) 5030 Horsheshoe Cir.S.West Palm Beach,FL 33417 (Business Address) (5R1)508-3708 CUC 1924256 (Telephone No.) (Florida License No.) Lake Olympia Reclaim Retrofit Bid#16-03 00410-5 SURETY Witness: (If agency is not a Corporation) Old Republic Surety Company (Surety Business Name) (I) (Witness) 445 S.Moorland Rd.,Suite 200 Brookfield,WI 53005 (Principal Place of Business) (2) By (Witness) �f (Surety ge 't's ignature-See Note 2) Attest: (If Agenc_ s a Corporation) Angelo G. Zervos �►j (Surety Agent's Name) ( .rllorate Secretary Signature) Attorney-in-Fact Courtney Trevor (Surety Agent's Title) (Corporate Secretary Name) Zervos Group, Inc (Business Name of Local Agent for Surety) (Corporate Seal)• 24724 Farmbrook Rd., Southfield, MI 48034 (Business Address) (800)241-8625 N/A (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the state where the project is located. Lake Olympia Reclaim Retrofit Bid#16-03 00410-6 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Michigan ) COUNTY OR CITY OF Macomb ) Before me,a Notary Public,personally came Angelo G. Zervos known to me, and known to be the Attorney-in-Fact of Old Republic Surety Company,a Wisconsin Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Old Republic Surety Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of old Republic Surety Company (Surety Company) Given under my hand and seal this 19th day of July ,2016. _ � Veranda D. Gordon (Notary Public):Veronda p.Ggrdor Notary Public,Macomb County,Michigan ;(Acting i;Oakland c ounty) My Commission Expires My Commission Expires December 10,2018 • END OF SECTION Lake Olympia Reclaim Retrofit Bid#l6-03 00410-7 :. -,..r-'',.:''''''' e Tt C";-.:•‘-'.'".k r.'i v&--''''''‘`‘. . Nr '''' ' • " . ' . , .4t,.....vg:1,, :,V.:7 Ar-:`-',•§,,, g.,: 47 $.- 4,-..a.N,7:-• t 4 ,, •gix*:''''',,,. •,' .:,..! <7.#4....... .......A ;,.., k .,. :,,,, ..:. N ‘;';', ''7. 7 4. ''''' '''' r'''' :...' $04' • -. 4:--7 '. rtg, i 4 - , - .k.% 1,.....,,_.k, g•IP ik 1 ! 0 T --4.`:0 0 .s.-47''''' '4. ....i';:' Fi. ... , 4., . . . 1 4 I LI i • ' . VI Iii, 4, ti I A,2,1:. lb A.,.el x. '''''-i:".".* k.‘,„4...1 0. a I .1,.i. "6 - ••. ' •ik..ik, .ti.*,. .;' . ,• k 6. .-.. „,,,.. •-. •• 4 ... . .4 ., ..„.,, :... 1.,, ,. ..:..., ‘'•'*,iv----;.-..•••!.0b•:• It EPU B LAC SUR ET)6,:e MP ..-.., . . -- ,i.,,,.., • ....,.....• •.„„... ,,,,,,„. „...,„?g.,. ..002-4‘.4.. ,,,,,,,, „,,: ..3i'Opat,.,, .. 4:-.%, ,r, .00...,741,w-iaRtitt':...-.11TioRNEy7.‘'.w. "15: * *,.. ' '..'"" •‘,..'q'•«0:;%. 'A"......,,•,.. ***0 ..01 S'''''''''.4",:,,,, '":"'','''• r .,... lk,TO i ..i. o # "4,4, , tli. iff ." .%.74,,, .1 b .t., :„A„.1 . .,g ... . .: , ... . ... . . . - ..;,:z.L. riv '; i . .. ,,,,.”.. 1p ...., o.• 1.. .,.....:4. t„„ I , Ikl I '';':.. .4.': ,:w. ....,. .,,di -34. 41,-, ,,, IF Igla El ; g ia.--11kg o V f KNOW At':IiiiENT)40[:14 :E FR.ESENTAp.,,.... at OLD Rel.' up:Lici.;(*5-... , ..:A,Ilta.,.6,0..• ksCo nsin stocitiTsplandkeoHtporii-l'trto 1. cl. .? 11''k,..p,,insti-tute andail."I. ;',:,,!'.i„."‘..'••4.,,••• 4..... • .§e., •----dY, 4 V .......• .44.. l ,,* . .44csmg." • •,,"; •,...ta4,".• ' t::.4' -,:i:4,;50' -0.4 '0-"...'.!`" appoint: .„4,,, • CM G ZER S D ALDAN•BURDEN,OF souittfiELD.A...„,, • O.US F. ZERVOS,STEPHEN M.,:XE,RVOB,DArtZ,O4,„■7ANPRi.ANG.§,94..G.ZERVO.S k•641......:,1 4.41 ..-„,....-.4Y..-...-P, . i'r.V , 1...k. 4...••• 1, t-4,:-,7-.'li„t - W. 4 0 l''- V 4 il i il .2 4 • '4141 1 %.•,:- .,. .,,, ., .*'#-'e r`! k'''tit ogil as surety,AQ.Aecuttand4fcer S g......•..•••,e' ltk49,anditt*Ibl-MPATIOY(s)-in-Fact,W4111ull po:w...e.r..a.n..d'autli,q.a:tygeteding$50,00(100,for, . °11ehalL92. IMP y thereof.(other than bail and affix the seal of the company thereto(if a seal is required),bonds,undertakings, nizances or other written obligations in the nature (o er e worke bonds,bank:. ••s'• lo .splortgiisil cleficiokcy bonds,mortgage gorantynbels.loguils‘teawo47(allment palter a ..,,t ote guarginty bonds,s .f,.7.'; 'nsati`..'::.I kl'.'". .trft$par tntUtISlleVS,asoestoA n•batemptes. track, .% stei, Tratement bOtak.....114;iil..:.dir.. litlftit;tday.*nleor bvliack1 .4.4.7: P'9:i,6'., ft,. 1 c'e 4,HiA y.4- . • 0 1,1, t.t.1 urg i •-tOunds), as.it.,., ".s1..• • f ; " , . ,:q. # d ' .,, - 4 2. t .t-?: ',:', ' `4,-.*.n- •,; ''''',; '.'7', .1 ., 0 ti, .: I Ts,. .t e4. AT •"',' ..a ,,, *V-0 1 ik ti...P N.,,,,0 I ,i4 si, --, ;0...0, . Mei): ". 6 ixf•Nt a w -iw'P. AN uNT N 1; • ' •cgE 4 , ,:...,::...0.., A.. 4-:,/.NLL ,‘,. ,7. .• • :., ‘.,..,,,, . -.4,•R/ . ''''‘..... •.. :f.,:, • :.;.k0..;420. -,,, '1' '''''. .72,...-1' V ijw.:,..,•::- . ONE MULLION DOLLARSYS.1,000,000)-------L-------- IR Ab&SINGE OBLIGATION. 0.,....w,,,,,,k,,.,.,. xi-,.„..--1 ,!1A2.M.,.:2,... -.,-•k• - ,-'‘ -4-A, 0,.aot'4, :?.1-ft.i .4P.4. :"... .• d'N. PPE ,,*°''''k,-. 1-• *-1",1 11. if bl,Z%::e.t. 11 ifi74:' 4s, . 711.,. • :P.::1. ey• nr-la- ',..rA-: I.,-. -'niggcl 1. :. 1"...aild 'ulibtld.,PH:t ..: 11.14bilLki, SURETV ti5MFA- Ythetelly,alid.ealt:of.ithd,,adts of said SAtt'.4 Os.,-i&F.fret Ott!'te9 FOttlits*Ilre raw-1 .'".."".at- ,,, ' V. Fhtoli*nin,is. o',..,.a 1,. nless pnnti *feo2lufd:haeocith.eruil'oatchodilols'itiuiskispignoedloredan.d seatTlihtfpfibtis, %I 11:48 Thia. It:gottialv*,,etint..e1.0;in February .•... ri, ..k '° . ci. tt by witithtonot• tohfetlifoetooiiirdngerettriwolvm_,. u f t,,,,,, finacimprfoo'-'414:411-er`titgH bt'llic: n '43:1-f4-. i Y tY .„. .,•-• . adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. :. . . ,,_.,......., ....., ...-.,,,,.... *t v .1.----,. ,r,k. if% .0-:-..-x.4,>.• ..P ,.- .V=. kr-4..... sna. ,tf.„. ... 7_,., ..t ,.. ,.. ,..• .4,,.,...:4.•'''''' r D n' vp•' d tfiarvitpresidenCipisvii#-Nisident -• ...* .e...t .-...''''.....7"'.4"---.''''' -''' 't 4' 4r...'' A.Etsgfilint vt8iprelident,in ept-AVet....rili.r,i, • ...:s .,,. ., : ... - '- -IS ''-:.grtlit tertal or aifY tilsIttant secreitakfnaf*pin 1 1 ri v r,.,,,, •4 /1:g-as f.flr and on btTnitlf Pfth07..4.... ttylo I iS. .:- A „4, •r ' A r --0.----4,-.-. ,..,-,...,',.- -• ' fr' '. acelikir file iitment eviga3r1#thkeill7entit lifa9 Ir.- a, .., iiiri;..d.',mt. g -'•:'.: .:,:' ottittr'rHeysOn‘at.4 4:agents with 641 ely acdett,..,._ .,.., .. p .. es aiittstire. lip obligati() ...dill kinds no 8.4.0 offi ............. e• .„X A..„....m.,0- 0,;-„,:"eXecute..and OeltVectiind affix the seak-Of theatto... be.,.. dsinut erj. ils,roe° !le . ..,w,,,•• • -,, 4i.t., :i,.■I''''.. . . •.. .: , . • ' `,,,,,,X• . A, , " lily sagattelifeY:in-fact or agent and revoke any Power ofAtte-they--previously . ted to such petan. ' t 230461Mafillitee valid HeitbinijiNupohlteCompaty . e) .' t) 4*! ''''kt,.. RESOftEDIU. -ItTg.. It.. Tlia.,.t alr•.'he.. #.t:iiii,il Waking'reetUizant,Vtire. P .. ,.., ... .f.:=.k .ocir ar % ghyjea., rymtvtistant 1,..c..... :.. ......„ -.:4..- 4 .... f .'•'":::'''...::11,.1.". (i)wifeu-'-iirld Of khres3 ideti.t,li nylve'lira..,..ident or als...iglaj:t,-leer P, • • :.... lit,te.g.,.eg...:41,..;00aH....0 ed(1 al..4eub.„ et„. ,..: .,,,,.y ....„ ,,, ,,,„:,,., v i .i .i„ i,.,V I ..0 ..:.: secietidy4or ii,‘ :.;i§ :.. 4 ..,,,, ,., : . .0 0...., t ti: .4-k I, 0 . .--4,••••'"'"':-, :1".. (ii)wheiIsign4 ed iiy.14-"ce.li4es'idefit. „..,hnim1404.1.6s. ident or asststatit vice$O...)0.... t e.b.4,..t:t,.art4e.I4S,si.iitimt secretarYt.i..„,...'aiti couri1195110Wati.ba''' 10.1l..1,4161 be u ..„,„,, -<' .ea)by a duliatithonzeil attorney-tn-fact or agent;o reqUir I' cal bp,. .uired)lq onc,tig..more attomeyrin-farr agentaparsuarttk?anAin the limits..p,f thepithori„ t?),...,, .,., 1,1 ...,,,,,,, .*....:.......,.. . •••• (iii)wl)T(40x...executed and sea (i4..,.‘s ,,....1N..._ ..„.. ,,, ,.____on_r"..,,nn..,1 ..;,0,..„;:..-4...,.,. .,..,„. ...t.,.. • IN .44 ,,,„t..i-04,.'40, -,0. .0 il •40,,ZIA eVitiencrid lii...the power of 4tthiney.4ssuEstl..„ttxpit9014.1P4nVe4letg...FP 7 .!1.7 1 1 V ir--1 13/4 I g 1 :•-1 4, 1 ,.. iz ,, P t I*1-itsinpitAmaibeaold fiytgoOle to any Piiy briP.TAllo11.fVir..:1...... t4 ... '1%'' e it ii -izia p'..- intt *, ,RES YEDF-VILTHER,that thesi.-hturee All 4 °t., 9 :119g• -, the s*° ..*,- t 1•11. obligations of thkSfanPanY*Itatti V' %ma" ' .'earti-' fitAtfon.ibereo. fluthorizing thecutiohn....anti,dolivity.,;bf inyhont1;-undertaking,vec giuzariocavethequretys..,.pe g --- signature and seal when so used shall have the same force and effect as though manually affixed. • • , "., .5,tt% 0004::.4.4, el 0 „,,,. .., .6*. ..::•kk.... .0''' 04 f------%-. cl ' ''i ' n .'s •:.''' l by t ''''' ''. ''Ibffiga`t 'rad hstportoOlittegi to be % ..„.:.„ ., :,,.• .0. "I; 63i41,.,-4.--....:bpt,a$ItgpVIEVIIIRETY COM(ANYitiat caused tkestIPOs,t 9143,.. i°11 e signed .ISPIPPef:' 1 :3. V N i ,sig 4 .s IN W'..,:iN z,..,,..,.:..,...,,r•A . - .,..-:t „,.: ... ,. .. .4`" . I• -,.. a a' ..-: .1 L -• . ' 't.c,'r V.k.."*..,: ..4 ,...... 1! __... 1 th ed th' v Ant "ii, 2 1.WOO i-i 144441,2016. 4.- •.,.4t..1.t. ... s•., 4 . .• ....,....,,t,it_ x is -..f. - - . ,.,„.„ ..:. i...,„ i, I ..,, _sc., %l '''''....kte,77 %,wo ..:,,,,,,,,,,A.,- ,t, 4,4*,..;.0.4 , of •.% ,,00- . • , ..; sn. 1.la ReiliBl..;:.t.t SUR TYAQMPANY * ... a.0 our4‘ .. 409 -- it+ e2.4"401 -•.• • , 1,• ''' • '- ' :. - • ,.03.aik, --.. ompik. ••••:• IV :'9.. ,„.0.r.m.,:..„4 I , 14".'"..**‘...... 't.:*• ..-7-.0' '.'s.---. *,.'..... "-*-.:.--•*--• 414(6.6"*"• • : 0 ..-4.--,...- .-. , 4 l: --.4,,,-. .. •• • . ' .• Z- ,ii.ro 0 OrN04., g- 4 L>'''*'*i% ---''''' ' r SEALI: Oa, I 47.%)'it ' •., f .0 ' .4 " .. • 4.. .,,e * I q., ii, iv. ,A i ' '''''fi'mt '''' ' • - --. s ' ''' .4. W I i -4' I ' I ' .. / '..,,-#. *ttl F ' * '4 •-• ' • • "A •%ti ' .4.te iet _-...wg E I ‘'-•4" .k.*" '' .. '''' ''' t •....- . ' tnr ....N.A.' .....,,...:-.4.4.-40. L,.. k ....4.0 'Li.:......... ,..:-.ra 141.,:v • -•494,,....;:twie • '''' . • '- rddent • • .•. TE OF WfgaiNSIN,COUNTY OF WAUKESHA-sb .. .,,,, ,....-„. -.• ...,..,.. r . , •. lg. 'rit Oahu fr:' '4i, t Vat 1,1P7.1 , .... .,., IA i N .%f 1 51 1' . .. . nt'*.rrMq:C7416 Ill " -ni-Pecl.ponliY carne• O. ..' p tt----,-- ,,._:.,_,,,,, Lt.-Lit. txTlit iii4 AAA. 41,6'64 i 1 Nnli§::. '7. -‘`",::. s'.: . . .--t.., .,..,.:'A.. d.e..-. 1)4h' clviduals and Oleo of theipLD LW.,..,LitiLI.,c• UnioiY COMP.t.r, ..... 0 s .,,et 9,,__.- k 641 i alal) .. ..: 9 :•": ' •,<.t,, .,A, loper!.wvc-i, 6, im 400 ,t ,..45W. that they l'.ittlIfe oeid'RrIzemof T4 v....00 vit,,T.,40.d.w...tih.acknow.I“.`1cdOe ikepitl: of tkOnilanIthetng by me dtkromAidteSrilly :orporaThion afoies.''aiS:and that the seallffixed to IC above instrument is the seal of the cOrporation,' ii that said corporate seal and their signatures as such officers -.. .,•*.,, ' •,6. Irk tv ottliehoardsfidiredortpisaid ceippallSo. n...444 '''.•,'-,44 ..4.„ 1!-'41 _.4..,.. ..„, .,4 .1 PLI nd subsaribed Ta.the saictifiStniment hY$19Rut.,Pg...-',„,.,,," ....'". '.., Vi:4 ;-'it- gr. 1 ..'' .1! .4:' :,..-'4 1 , if sP....i,.-S. •: 4,..44. •!,. •'*,': •ft,,...„.. .,.:0. IA,.2,0 le ,"'.''''‘. 0. 1' 4 •:$.4'4'.‘ •-•.,. n•.P -- ••'4'• -'''.:T-'-',. 4 t t ri:'4 It • 4::-. -,....-•- ..-t..,' t, ,, 4 ' TN 14 4 t, 7;k-:-.4 If :1',..., -, ......, .:, ., .. --. • '...- • ' . , . -: ' ,..- .l 0 A 4. k. A.''I t -,... I. 1:3.,. $5. 1., ••••••.i5 •.<; -; :.:'. A., : :"... (..: ,. „, ,,..T '••.*„.;" 4, i.i.1-1-11w.",-.-L -.'':' ..-- - .,.-----k.,. it :•.:4.-^=,,:o..., k '4 i:i.i. 'I' .--:?:P' .?. ''''. ' .'. .''/W i .4.' '-fr . . .. . .3‘"::" '-IF` ,•*'',Mit.' .:Oblia-t::..pit0. -,..,4,-- -,:: 1.....,:.4%., .,•••..,,...amo....••' : • ..., •• ,kiwr ''''''''.1,2f:: :2200 K, 'A0024‘ •-.'4-'-' ''i.tr,Wg' ''''''' '' r .. '.' .•.. . My commission espues' : :...-9/28/2018 . , ,„ . Pegm..ett.4..,, -"•.s. '''','"'ssoi,.. -MN 4'3'44 " '''•••'IN'.f-ttttipyal- 'rqfootr4cnfuTitilOn clen8.,,t1••-1.4i-a,:.if!'.5.f.e..41114411at---- ut"--1 ctit.• .: • -.... -4 X f .#A4.....K* Z .4! 1 4%.V. . .. 51.t%,.a•A :55.: ...''. • t ut.„,f,l'' l'ull:'" 1,-.'. $lol mpANtIrVicoVico... 'tcoxgRTA_ O• t the fo .. n rut ittta5,1„..prir ut I rt,qtfe-itiidersignedi„ass stant seereliuyrotthep4i!.15.,,, ÷.. t---7,,, .. ..:,I .: ..... ., ,.-:- 64,14 h.,a.th ),;0.v"..civf is..to.k.citio3.1200Liti texwor ----,. it'rellisItiaini-rigull•foFce and ha.S.A. et been. :r9.7.,,t0Ac:,0;'..atiktirtkeMPAI'that the ReseTtiit la.of th.P.,4„,,'-'..".'°f az. 'Pet.,---...k.-..•..,,H....,i,. „ ,,, .. . ..,,,,. .. force. '.'"4-- '-'' ' -:%4., 4's- .• • t.,,---, Iv''',- d. .. ,..... ,,,,,.. ''''''''4 , 46-5125-* .stk) A4,-.-- --,::,-- 4,,ruzion,:, ...f:-..A.""• w*---,,,,„.. Sign,.........1 0#71:'Sealtifitt.lii... e'eityfo.,4f::4*+1.,•..„.1,,,,,,W.I,:ti.,.4..fins • . 7,...:., ...,.. •.-..4•-r., „.,...,, ;.1... .•:•,.•. ...,,y,....„::,.. ... .• ‘..%Tig.. .:,i,,,,, t t -,,NA iif f .4'..00.1k*--:!':::... g rt.,„:'I ...•k.:'41,1' 4'i .• ''' f,..: g LI f .:.,, ,....._ ,.:. - „....„ :..,,.,v, ,,,,. ... f , .,:: . , .,....,.„,, ,,,,,, ,,,,„: :,':". ' •..,4"t ,." 4,40, . ' - --i, .* ; . 1, ,..... tg . ,0-,. k t .L.,.,.N...4 '4.01'iiiiillpir:140' - :0' .:.. * .,W,,.;.":'•. '. x. f ,K,.; - :k...4.ra . '''''*-4' t 1.1- ' :-- ', ..-: fwir..--" '.'-. ..4 '4't't-w'.,,..:: A. .--'..,,,,,.. .•.,- ,.... :;.::':.:,4...;,:,.,..!''.' -, . - ...16,,,, . ft .4.`%r ..'. .441,0A , ,:. , .„,,,,,,e , li,..•zI.. 4L,,,,,,..v.., •. .0 . :474,-. ,. _,.0b, . .. , .. .. . . . ..-......€::::::1 9000. "4. • • Irk "'." - -'''''''''"''-' • • •••-'7".• • - ... : ::' ...•••:.••.....:•••,.• :•". '•• -7.--:::•-if 'Ass:1mi ':. .• ;i:-..::',,'•; -,'••..: - • . Ay- . . . • ••• ',. •.:'.';,:gt-t:•-..:::.t... ••,r4-stf..0 044 ,:t..mtk,„ i ,,,.,,,.. -••• sk„Li•••----...,.. es-A, : .003.'4. .A4 0"s' • • /... '....33f.....-4,-4 ... - •Irs.4.. ,--: .:- .....-- ,.... ...• ,..,- 1 t ...% A., , .. . . . . ',.....".". It :.::;•4i, ..4"..?.'42:-.i, M a ','.:::•,,,,.'4 . : ,.• ..• • •!:- . - ., •4 ' ;;. r2EAVOgEd'bIji3:1 I.• ' .•. .„....4';I .g -...-• ‘. 1 § , 4 ..., A 7, I THIS DOCUMENT HAS A COLOR E0 BACKGROUND AND IS i1i_ILTI-C.01.0RED ON THE FACE. THE.COMPANY LOGO APPEARS ON THE ,..„,, RACK OF THIS DOCUMENT AS A WATERMARK, IF THESE F..EA Ty RES ARE ABSENT, .r.H.1sp 97..u1,r1.!.t.,17 IS VOID. 1 ... ... .....1 228•"*"(1' ' -..' ... ... .. - - -- - - ,, -` x yE - .7 TAMMIEALLOE 61-508-3708 0.1 LBS LTR I OF 1 Pl 5 . ' DBE UTILITY SERVICES ,. }- 5030 HORSESHOE CIRCLE S , i WEST PALM BEACH FL 33417 i�l< ! ; SHIP TO: JOYCE TOLBERT, CPPB PURCHASING AGEN :.�` Z• CITY OF OCOEE ;�k� Q FINANCE DEPT/PURCHASING w: ■N SECOND FLOOR 150 NORTH LAKESHORE DRIVE - OCOEE FL 34761-2223 g l Et /9: Alf~' FL 328 . 9-02 il t • jr G O �, :Vt: . : ; i UPS NEXT DAY AIR I TRACKING #: 1Z 072 557 01 9811 5724 1 E; ' Q. g • BILLING:P/P . 1 1 !C uawH • SHIPMENT `� i7i5 783.71. M7'T7NV30 73.OA 04/7016 Y� 4 ' ■ ti Re._Sece -..Bo. po c 1 1 .i , 1- cn {„ !` A is 31 N ^ fit I3a. . 0 77 9 7 ` ,3f N N • a �'v {: .. . . . .. ._ ..... ,-i----:-- • 7...72"1 ....._.---..- ••. . , • • .t. .--.... i-----..- ..,. .• • • t :14';_-', • .... ;=,.t•:".!• rbfi.!.%* r...., !---..' PIN 1-. r., .--, .., INS -1--1 •.... .— Lu i_l_ • ; imis •. ; . r....1 NM ' 1— + ... rz, LL- jr_ ....11..• 0 E 1..1 011111 .•4.-1,-1;---",;Xs.. .:'-.,,,;,!' _%47;'L'-`,4'.;,?,' . IINNi C (D U A;...,-7-.4•4• ,, ,,. ,,...11 a. ,,./.,.., -.--,..,.-V.z:.'",r• ; '.....,-.0.,s -,.., ..^ tm—N■ Z . N 'Cf H as) ..,.-- -.' Cr) OM ".0 . •k" U _J imi L.L, Li) . ... .. .. , "N. . ••■, cy 0 1.-...-;,-.:-'i,-.-....,-...• ..:..._...,..,,,,..-1,i-f....fr=7,-,,-,7:::? PIM N I— 0 ...';_,--,.....;.':',.1'.-- '-`,7„.5;:::,- "Nz,„...•:: ,,..c..,,.,,,,,;-_...,2 t -..:-.., ' ie,,,%.!q;1•11'.',.'7, °It 0— I-1-1 LIJ N V) —C ,,,,,....",...5,?...s."r--_i .2 '''''''''N' As1 1 i N f...,....c.";:i . • i . • Oh. r--- ( ) .,—. ,..." '.:-..':..;,;;:';e:st'''''..4-::••••\'‘:■'''.:4?.;.-S.:7; i,':!:4-. • r1 H ■•■. VOW C ) < ...) 0 Pie 0• 1 U _. _ .-„.,- ...' :'-,•.`-;-:-,',...','.:1 .■ , NMI CO Cle •—. ''.'...-;,,,,...:71,..' .,. ..... - 0 a) s_. .. ft* Z 0 U... Nt'll •.' '-'' . .•'-- .., riCY) •••— ',4-.;,,..--,-:_:-.....:,.:2.,_':'--7." '' PIA a+ -5,4,7V-.S,..,..:.i,7,/,',re-,— INA 0 I E 1., zz . . . t— LI . ...... •mi ge4 rn a, -P4 CC) PT/ ' ..., ,,ur 1■11 P oll ■ _.J Ask... PIM .. /Mk S ol . ..- . .•••. . -•.,,:',7.-1.__,,.':..4,`-ei-,--4,--..e'.7,&-e-.;..J.-.: ., , _. , -,.. .c..7....;!...7:''ri-eiik- -..:7,,,7 A.-...,. -7.-.,.,,.:4..., . •.._ '7';-'. <...5,;•=',;4.,f--' -- 7,--.-'.1._:::. 3- .4.---`.•.'..7;,,,,. •.`-''',....--. --- .s.--1.; ,,,-1 ''! ....-,=-__^- 17:7—.--z-,..5-t• .i,,,.7 --t-q.,....,. .. ..- • - *- 4 7,f-,,,...gi.-:-.:-r:.:, . . . ',i;---,•---r.‘ 4c2;_-a--18,....- ,.-A-4.,.-. . .. ...._ ..,:-0....i,. Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT Or STATE DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Profit Corporation D.B.E. MANAGEMENT, INC. Filing Information Document Number P04000088463 FEI/EIN Number 20-1331070 Date Filed 06/07/2004 State FL Status ACTIVE Last Event AMENDMENT Event Date Flied 03/17/2016 Event Effective Date NONE Principal Address 15893 77th place north loxahatchee, FL 33470 Changed: 04/25/2013 Mailing Address 1241 Roebuck Ct. Unit C West Palm Beach, FL 33404 Changed: 03/17/2016 Registered Agent Name & Address ERTLE, DUSTIN B 15893 77th place north loxahatchee, FL 33470 Address Changed: 04/25/2013 Officer/Director Detail Name&Address Title PT ERTLE, DUSTIN B 133 CORTES AVE ROYAL PALM BEACH, FL 33411 http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/21/2016 Detail by FEI/EIN Number Page 2 of 2 Title Asst. Secretary ALLOE, TAMMIE A 1241 ROEBUCK CT WEST PALM BEACH, FL 33401 Annual Reports Report Year Filed Date 2015 01/09/2015 2016 02/18/2016 2016 03/11/2016 Document Images 03/17/2016--Amendment I View image in PDF format 03/11/2016--AMENDED ANNUAL REPORT, View image in PDF format 02/18/2016--ANNUAL REPORT View image in PDF format 01/09/2015--ANNUAL REPORT View image in PDF format 02/26/2014--ANNUAL REPORT View image in PDF format 04/25/2013--ANNUAL REPORT View image in PDF format 07/23/2012—Amendment View image in PDF format 04/29/2012 --ANNUAL REPORT View image in PDF format 04/26/2011 --ANNUAL REPORT View image in PDF format 05/02/2010--ANNUAL REPORT View image in PDF format 04/30/2009 — REINSTATEMENT View image in PDF format 01/26/2007-- REINSTATEMENT View image in PDF format 06/07/2004-- Domestic Profit View image in PDF format Copyright and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/21/2016 Licensing Portal - License Search Page 1 of 2 11:10:20 AM 7/21/2016 Data Contained In Search Results Is Current As Of 07/21/2016 11:15 AM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type Name Type Number/ Status/Expires Rank Certified Underground DBE UTILITY CUC1224256 Current, Active Utility and SERVICES SBA Cert Under 08/31/2016 Excavation Contractor Main Address*: 5275 SHADWELL AVE COCOA, FL 32926 Certified Underground CUC1224256 Current, Active Utility and GRANT, JOHN A Primary Cert Under 08/31/2016 Excavation Contractor Main Address*: 5275 SHADWELL AVE COCOA, FL 32926 Back * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mall associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - Thls is the address where the place of business is physically located. 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released In response to a public-records request,do not send electronic mall to this entity. Instead,contact the office by phone or by traditional mail. If you have any questions,please contact 850.487.1395. *Pursuant to Section 455.275(1),Florida Statutes,effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with https://www.myfloridalicense.com/w111.asp?mode=2&search=LicNbr&SI... 7/21/2016 DBPR - GRANT, JOHN A; Doing Business As: DBE UTILITY SERVIC... Page 1 of 2 11:10:43 AM 7/21/2016 Licensee Details Licensee Information Name: GRANT, JOHN A (Primary Name) DBE UTILITY SERVICES (DBA Name) Main Address: 5275 SHADWELL AVE COCOA Florida 32926 County: BREVARD License Mailing: License Location: License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1224256 Status: Current,Active Licensure Date: 07/20/2006 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 07/20/2006 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=E9587371... 7/21/2016 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMS)are available to the public,regardless of whether any appear below,and may be reqi The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes, If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search t)t For more information about CAM complaints,please visit the CAMs naae. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button• Number Class Incident Status Disposition Disposition Discir Date Date Date• 2601 Stair Stone Road.Tallahassee FL 32398;;Email:Customer Contact Center::Customer Contact Center:050.407.1395 The State of Florida Is an AA/££O employe`.Latinism 2007-2010 State of Florida,privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released In response to a pudlc•records request,do not send electronic map to tills entity.Instead, contact the office by phone or by tradtdonal mall.If you have any questions,please contact 650.487.1345.'Pursuant to Section 455,275(1),Florida Statutes,effective October 1,2012,licensees ' licensed under Chapter 455,FS,most provide the Department with an email address If they have one.The malts provided may be used for official commtmiratlon with the licensee.However email addresses are public record,If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see out Chaster 455 page to determine If you are affected by this change. https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=3283593 7/21/2016 DBPR- GRANT, JOHN A; Doing Business As: DBE UTILITY SERVIC... Page 1 of 2 11:10:28 AM 7/21/2016 Licensee Details Licensee Information Name: GRANT, JOHN A (Primary Name) DBE UTILITY SERVICES (DBA Name) Main Address: 5275 SHADWELL AVE COCOA Florida 32926 County: BREVARD License Mailing: License Location: License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1224256 Status: Current,Active Licensure Date: 07/20/2006 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 07/20/2006 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850,487.1395 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=E95 873 71... 7/21/2016 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below Is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMs)are available to the public, regardless of whether any appear below,and may be reqi The Department Is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an Individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ui For more information about CAM complaints, please visit the CAMs page. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button• Number Class Incident Status Disposition Disposition Discir Date Date Date 2601 Blair Stone Road,Tallahassee Ft.32392::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EfO employer.Coovrlaht 2007-2010 State of Florida,privacy Ststemepl Under Florida law,email addresses are public ecords.If you do not want your emal address released In response to a publk•recors s request,do not send electronic mall to this entity.Instead, contact the office by phone or by traditional ruse.If you have any questions,please contact 850.407.1395."Pursuant to Section 155.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address If they have one.The smalls provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address.please provide the Department with an email address which cart be made available to the public.Pleas*see ow doter 455 page so determine if you are affected by tits change. https://wow.myfloridalicense.com/viewcomplaint.asp?SID=&licid=3283593 7/21/2016 Detail by Entity Name Page 1 of 3• FLORIDA DEPARTMENT OF STATE ` DIVISION OF CORPORATIONS `# Detail by Entity Name Foreign Profit Corporation OLD REPUBLIC SURETY COMPANY Filing Information Document Number P25170 FEI/EIN Number 39-1395491 Date Filed 07/13/1989 State WI Status ACTIVE Principal Address 445 SOUTH MOORLAND RD. 200 BROOKFIELD, WI 53005 Changed: 04/19/2010 Mailing Address 445 SOUTH MOORLAND RD. 200 BROOKFIELD, WI 53005 Changed: 04/19/2010 Registered Agent Name & Address CHIEF FINANCIAL OFFICER 200 E. Gaines St TALLAHASSEE, FL 32399-0000 Name Changed: 03/17/2003 Address Changed: 04/29/2014 Officer/Director Detail Name&Address Title President, COO PAVLIC, ALAN P 445 S. MOORLAND ROAD BROOKFIELD, WI 53005 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 7/21/2016 Detail by Entity Name Page 2 of 3 Title Director ZUCARO , ALDO C 307 N. MICHIGAN AVE. CHICAGO, IL 60601 Title SVP, Treasurer JOHNSON, RICK A 445 S. MOORLAND ROAD BROOKFIELD, WI 53005 Title VP VANDENDRIESSCHE, JOEL P 445 S. MOORLAND BROOKFIELD, WI 53005 Title S Heitkamp, John R 307 MICHIGAN AVE CHICAGO, IL 60601 Annual Reports Report Year Filed Date 2014 04/29/2014 2015 04/24/2015 2016 04/13/2016 Document Images 04/13/2016--ANNUAL REPORT View image in PDF format 04/24/2015--ANNUAL REPORT View image in PDF format 04/29/2014--ANNUAL REPORT View image in PDF format 04/16/2013--ANNUAL REPORT View image in PDF format 04/26/2012--ANNUAL REPORT View image in PDF format 04/12/2011 --ANNUAL REPORT View image in PDF format 04/19/2010--ANNUAL REPORT View image in PDF format 04/21/2009--ANNUAL REPORT View image in PDF format 04/23/2008 --ANNUAL REPORT View image in PDF format 04/10/2007 --ANNUAL REPORT View image in PDF format 04/26/2006--ANNUAL REPORT View image in PDF format 04/14/2005--ANNUAL REPORT View image in PDF format 04/29/2004--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CoiporationSearch/SearchResultDetail?inq... 7/21/2016 Detail by Entity Name Page 3 of 3 04/28/2003 --ANNUAL REPORT View image in PDF format 05/14/2002 --ANNUAL REPORT View image in PDF format 04/19/2001 --ANNUAL REPORT View image in PDF format 05/09/2000--ANNUAL REPORT View image in PDF format 04/20/1999--ANNUAL REPORT View image in PDF format 05/01/1998 --ANNUAL REPORT View image in PDF format 04/18/1997 --ANNUAL REPORT View image in PDF format 04/30/1996-- ANNUAL REPORT View image in PDF format 05/01/1995-- ANNUAL REPORT View image in PDF format Copyright t0 and Privacy Policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/21/2016 — M O ,p • O 03 cu 73 0 7 0. U a N E D_ E -0 O (o = 0 0, FO- c c a+ — C O U 0) L U v CL E z c Z = c L:. O aE E E E E E E E E a 4-. 4-, 4-. 7 7 7 7 7 7 7 7 7 Li U- U- U- ._ C .0 L L L C . C L L C .�.+ N N N N Cr) Ln to Cr) Cr) L L L L U U U U U U U U U U U U C _ D E E E E E E E E E CO CO o) y CO (%) w CO CO w w w w w CO w H •CO .-,N 7 p = O O p p 3 = C c C C V N 4 J J J J J J J J J J J J J a 4° a4 O ..y L O O O O O O bW A4 C }CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 r O = Cl .O O 10 .-i .--I .--1 .-i .--I .-I .--I e-i .-i 1, N N N '-1 M M c--I 4 .--I M lD N M .-i N O O a N N c 0 c 00 00 E. ai -c—p r 2 2 Q E E L - cc d Q � OU '7 N - .. FCO 0 .--1 00 tD cr re. CO 1 oA OD o0 C c c_ -0•cc CO Q '4. i-� 4. RI CO CO 0 V) 06 . •'n— •'—n 2 2 2 .E u I� C ,- > T W W W E E E (0 -a C ' O co O N O , O O -, , •t0 'lp E in 0 L7 =p C c c c v N '� 00 xO i 'a a O CO .0 'CO cc cc C In 0.0 0) 00 'a CO D_ D- D- CC Q' 0 c C u E E E O O O u� 12 •c c E o f0 l0 f6 = _ = D_ f6 a oD 2 3 a) N L > O) o) 0) (O (0 f0 f0 C c T '- U COO -0 cc cc cc O O O O 'a 'n E L - - _ _ _ .. 2 L co T O• H CO o O6 CO 00 00 00 00 tc • N C O) o) a) O) 4J 0) U : C O) O O C 0 0 a) +RI +CO CO Q 1- H I- F- - 7 N +,vi in tyt O ' 0 O D- 0 0 0 O C C C C - - - - += p N 'I) \ "a a) .L,, C !., Q Q Q v 0 0 0 0 3 > > > cc O Q a O O c C O ' O O O -a -a -0 -a > _ - - _ +- Q to co tO - .� U ro U u = o D_ co c CCO CO N - x x x Cr U > > > O O O 'N - +O. C 2 T a) 0) 0) of N to d e-i - - - - -a a) L tD U 3 CO 0 0 • G) C '0 in 0 C C C 'C 'E 'E •C p 00 Co tD t0 C CO co co O O 0 E C C c C L L L L ++ x x x x W U' U' U' .- v m N 7 cl O p co O 0 = o 0 0 7 7 7 7 F-� 2 C7 2 Lu U In U U U - U- — - Co Co 0o iD iD 00 0o to 00 cc N L7 C to E .-i N M Lf1 LC' I� 00 Ql O —1 N M Cr Ill tc N 00 01 0 .-i N M in tD a' z .--1 .--1 .-i .--I •.--1 ri .-i •.--1 .--1 .--1 N N N N N N N E O U +.+ M w o o cL b E m 01 U 0.4 a) � a I- L) 'L __ T a E O f0 O Y 1— C v1 CU L O aJ CI- E I- CI c c Z -0 D C m 6:. 4- L CI Gam) a) N ++ 01 GJ aJ a CU CU CU G) aJ G) GJ a+ N I..L LI- L -C -C -C -C L VI L Vf L V) LL LL L VI L Vf L Vf a C a+ L L U 0 U U U fG In -a co L L R f0 co E O aj a) U-I LL LL LL LJJJ f0 f0 0 is a) a) a- (G 0 f0 0 fo C C C C •0 /1 N J J J J <1.) tor a N f In 0 0 0 0 0 O m O 01 O O '14 C 0 0 Q 0 0 0 0 ID N Lp I) �O • 'n 0 o , ; om • m s m r� r, oo O LLnn p cam m 0 .0 o A W . a 4)°.0 ■l it U al c.0. ko Ni L E " a, pL Lo 1 > 0 C - L W L 0 CI a C c - Y L O u a) �a CO U O O. c E C7 .4, C — .gyp C N aJ G1 %t_ o?j -a -0 _ U 2 'LO G) co 7) N G) 'Q tra E •C E ; 0 GJ 4J ~ a) C O GD +' U U F' E C a0+ a) V 4O-. 0C C O C C C O co ..1.7, 0 a) co v E u u u_ c O H U U CU QJ U GJ GJ aJ aJ ca j Qs U U U U U U )s:1 co 0 0 0 to cn Ln Ln 0)ra co s a m N 0 aJ a) N GJ QJ CC C C • • W LJJ 0 -O -0 TS 'D c C c bA -0 — — - - a . co m rco C cca o v v C C C .-I r1 - - jv a) a) a1 a) -O 'O -O o O 0 N N G) GJ O O O O O v1 N N N ca E rcG rco c c on To E E E E E 700 -° -a O z O Q Q 0 O N i.7--,i.7--, z cc cc cc cc V) v) N A C CC E 0 N 00 O1 0 .--I N en Lf L.0 I-- 00 01 O .-I C1. Z N lV N en en en en en m m m K1 m E 0 U SECTION 00020 INVITATION TO BID #B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit Project OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department/Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on Tuesday, July 12, 2016. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be constructed in accordance with the drawings and specifications prepared by City of Ocoee Utilities Department,as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the retro fitting of the Lake Olympia Neighborhoods with reclaimed water meter services (182 connections) with the work more generally described as the following: • The construction of 9,500 feet of reclaimed water mains varying in size from 2" to 8" in diameter. It is contemplated the main lines shall be directional drilled using polyethylene pipe for 2" mains and high density polyethylene for the 4", 6" and 8" mains. • The installation of 101 single and double services with 62 of those services directional bored under pavement to opposite side of main. • Four reclaimed water main interconnections are required with existing in-service reclaim mains. • All valves, fittings and appurtenances needed to support the reclaim mains installation. • All associated restoration need to support the reclaim mains installation. All work is to be conducted in accordance with the specifications within the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at: http://www.ocoee.org/323/Purchasing Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the Lake Olympia Reclaim Retrofit Bid#16-03 00020-1 project requirements; Fees may apply for non-members. Membership with Onvia/DemandStar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive,Ocoee,FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty-four (24) hours before bid time via email, facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre-bid Conference: A non-mandatory pre-bid conference is scheduled for 10:00 A.M. ,local time, June 28, 2016 (Tuesday) at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent(5%)of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B16-03 for the Lake Olympia Neighborhoods Reclaimed Water Retrofit Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee Finance Department, 2nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST(PUBLIC ENTITY CRIME).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 on an award to provide any goods or services to a public entity, may not submit a bid on an award 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 award with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in section Lake Olympia Reclaim Retrofit Bid#16-03 00020-2 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities,to request clarification of information submitted in any bid,or to re-advertise for new bids.The City may accept any item or group of items of any bid,unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if,in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial,technical,and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA June 12, 2016 END OF SECTION Lake Olympia Reclaim Retrofit Bid#16-03 00020-3 Mayor Commissioners Rusty Johnson John Grogan, District 1 \ / Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank Joel F. Heller, District 4 ocoee florida July 11, 2016 ADDENDUM NO: TWO(2) CITY OF OCOEE Lake Olympia Neighborhoods Reclaimed Water Retrofit Bid# 16-03 This addendum shall modify and become a part of the original bid documents for the Lake Olympia Neighborhoods Reclaimed Water Retrofit Bid # 16-03. This addendum consists of three(3)pages, including Revised Bid Form #2 Sections 0300-4 & 0300-5. Bidders shall acknowledge receipt of Addendum No. 2 in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date is hereby revised to Tuesday,July 19,2016. **Important Note: REVISED BID FORM #2 SECTIONS 0300-4 & 0300-5 ATTACHED** Revised Bid Form Bidders must use the attached revised Bid Form; your bid will be disqualified for failure to use the revised Bid Form. The Bid Form has been revised to correct quantities for items 34-4lwhich are the same quantities found in SQl. Specification (Project Manual) Changes: 1. Remove and Replace Section 00300-4 and Section 00300-5 Bid Form to correct quantities. Bid Date: 1. The bid date has been changed and Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department/Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on Tuesday,July 19, 2016. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Joyce Tolbert, CPPB Purchasing Agent Attachments: Revised Bid Form #2 cc: Charles K.Smith,P.E.Utilities Engineer City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax:(407)905-3194•www.ocoee.org Mayor Commissioners Rusty Johnson John Grogan, District 1 City Manager Rosemary Wilsen, District 2 Richard Firstner, District 3 Robert Frank Joel F. Keller, District 4 ocoee florida July 7, 2016 ADDENDUM NO: ONE(1) CITY OF OCOEE Lake Olympia Neighborhoods Reclaimed Water Retrofit Bid# 16-03 This addendum shall modify and become a part of the original bid documents for the Lake Olympia Neighborhoods Reclaimed Water Retrofit Bid# 16-03. This addendum consists of thirty one(31)pages, including Revised Bid Form, Revised Specific Description of Method of Payment and Revised Plan Sheets SQ1 & GD4. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. **Important Note: REVISED BID FORM ATTACHED** Revised Bid Form Bidders must use the attached revised Bid Form; your bid will be disqualified for failure to use the revised Bid Form. The Bid Form has been revised to correct Bid Item No. 26: General DIP Fittings Specification (Project Manual) Changes: 1. Remove and Replace Section 00300 Bid Form and Section 03020 Specific Description of Method of Payment to address changes and corrections to Item 26. The text has been corrected to D.I.P fittings and "sleeves" was added to the description. Plan Changes: 1. Replace previously issued plan sheets SQ1 and GD4. Changes are noted on the sheets. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Will the City of Ocoee allow more than thirty percent (30%) of the dollar value of the total bid amount of the work to be performed by subcontractors, excluding supplying of material? Al. No. City of Ocoee• 150 N Lakeshore Drive•Ocoee, Florida 34761 phone: (407)905-3100 •fax: (407)905-3194•www.ocoee.org Q2. In the scenario where the underground piping requires the contractor to work outside of the right-of-way can the contractor work on property owner's front yard? A2. Contractor must work within the right-of-way or 10' utility easement adjacent to right-of-way. Contractor must notify property owner if working in the easement and must make special arrangements with property owner to work beyond the easement. Q3. Does the City have a location available for a lay down yard? A3. Yes, a site is available at the Ocoee Wastewater Treatment Facility at 1800 A.D. Mims Road. Q4. Does the City have a place that we can dispose of the drilling mud? A4. Yes a temporary location will be provided at the Ocoee Wastewater Treatment Facility at 1800 A.D. Mims Road. The Contractor must provide erosion control and at the end of the job remove the mud. Q5. Will the City provide us with a water meter for flushing and drilling? A5. Yes at no cost to the contractor for the reasonable use of the water. Q6. Can the tracer wire be copper clad for the drilling sections? A6. Tracing wire shall be#10 THHN Wire. Clad is acceptable. Q7. Do the reclaimed water services need to be sleeved? A7. No. Q8. On the pavement repairs, is there a certain distance that we need to go back each direction from the pit? A8. The extent of pavement repair will be determined in the field, but the goal is to minimize the pavement disturbance. Clarifications from the Engineer: 1. All irrigation in the right-of-way or easement disrupted due to the project will be the Contractor's responsibility to replace and/or repair if encountered during construction or notified by the City within ten business days from work performed in front of any home. 2. Reclaimed water service must extend 3'above ground at the location of the meter. 3. Contractor shall locate all utilities during construction. 4. The contractor may, on a limited basis, with approval: close the Clarke Road median at Adriatic Drive. 5. Engineer's Opinion of Probable cost is $725,000. Joyce Tolbert, CPPB Purchasing Agent Attachments: Revised Bid Form Revised Specific Description of Method of Payment Revised Plan Sheets SQ1 &GD4 cc:Charles K. Smith,P.E.Utilities Engineer SECTION 00300.0 BID FORM SUBMITTED: (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID #B16-03 Lake Olympia Neighborhoods Reclaimed Water Retrofit NAME OF BIDDER: BUSINESS ADDRESS: PHONE NO.: CITY, STATE, ZIP: CONTRACTOR'S FEDERAL I.D. NUMBER CONTRACTOR'S FLORIDA LICENSE NO.: THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Lake Olympia Reclaim Retrofit Bid#16-03 00300-1 (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the Lake Olympia Reclaim Retrofit Bid#16-03 00300-2 written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit (Section 00480) 4. Certification of Non-segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) Lake Olympia Reclaim Retrofit Bid#16-03 00300-3 ap ms s. UM T-- ) a) 4 O [1 C: ∎ �O ca c a). CC .0 1� C C CO E C ) O U .es Q E O N Y 03 . CU i U a) C1 E , = C Z M C O L E E E E E E E E E �/ y 7 7 7 7 7 7 7 7 7 a) a) N a) W + V1 (/I v) v, v) (n V (/1 to J LL LL L _C -C L L -C . . C C L C 01 E C CL CL a a CI a O. CL O- (13 its (a m to co (a (a m (a n3 (13 (o m (0 m O •� D E E E E E E E E E a) a) a) a) w w w w w w w W W W W W I- C C C C V N J J J J J J J J J J J J J • © c © "d ~ 000 O O O C d0A Y O O O O O O O O O •M N M • 0 0 0 0 0 0 0 - 0 0 0 - ri r♦ r1 -i ri ri .-1 ri -I • • 1 • O `L = E- I, N r, N 1-1 M M .- r• M ,__I V) N M N a OMA N ct r-I I. S W O °' > (>0 °o > 02 I:I•�� a) X22 Q E _ 0c d a > L1 OV '- N - - (a .- a) Q ri CO l0 I- C CJ , 00 00 to C C_ C 0 .� d' = Q 4-,, 4-, f0 f6 (0 (a Cs (a w 0Z$ .`^ •`^57 ,`^ 2 2 2 .c a) C 0) > v1 W W W E E E g 'n O N 0 " 0 0 0 'a5 m 'n3 E (n Cl l7 -O C C C_ C_ •- 00 X U "O Z V .1 (0 (0 CC Cr CC ., .0 CO a to(a m a a a O c C '� E E E O O O w ~ c C E ° N E •(o 'm '(v = _ = a 00 (a iTI cu ° s > a0i a`''i a0i f 3 (o (o (o C c v '- u (o -occ occc o000lg •� E c L C - - - - - - - ; •(a >. O to to Co 00 00 00 l0 N c) `^ L v - O — — — ,E a) a) a) 0) a) O C E O ~ O .R.` a) a) tea) (o m ca ca C1 F- H H H °C 3 E +� c C . c. Q Q c c c C d 0 0 0 0 > v v CU CC 0 Q a o 0 C C O 0 0 0 a 0 0 - - - n , - - - :, u m V 6 = a a a m m R (ca _3 00 �O (0 > > > O O 0 N (0 C C i ti U U _c L _0 _c N x x x x u N a) a) - a) • a) C •� O C CU CU CD C C '� '� '� •� O 00 00 l0 LO (tea �0 (�0 �O M O N E C C ;? c C C E E E E a., x x x x LLJ (7 C7 C7 4-, -0 m e c� O a) (o O 0 7 O O O = m 3 7 - - - - - - - - - - cu - a) z 2 L) w u v) u u u LL LL L.L. LL 0o 00 00 iO i0 00 CO '.0 00 0c iN C7 >, c ml E Z r I (N M ct LO s 00 c l O� ri e-t ,-I .-I.�-I .�-4 r^-i CO Ol O N N N N N N E — O U aJ a)in M U .. C 4-' _ b H C E CO .� U N CL d a 8 T 0 Y cd L U a) .a To a E o C Z -0 D c m al L. v N aU CU aJ N Li u- L L L L t `. `1 v V' U.. U- v V) Cl) v) L1 of Z C i i U U U U U ro f0 -a f0 Ts L ` f0 -2 (O -a ra -E E D F- cu aJ W W W W W 0 y 0 y o- > aJ aJ C ro t0 C f`0 C c V) V) v) C c v) } N N } Ca /1 J J J J N O E .0 N 0 0 0 0 0 0 0 0 00 0 0 8 O O Sy 0000000 O O Oi 0 O O O o0 O 0 00 Ln soW c) � �O . M Zc.J -0 0 Cel fl F- lD N E 0° Y tr0 L "0 O 0 a) L > C7 N on F— L VI -1C r..' 0 U CU 3 3 U 0. c - E aJ v a. 06 a vvi .� aJ t>0 7) N aJ -E d O 0 > w- 4- «% T U E O aJ aJ F— . to Y CI) LJ M13 aJ O t C 0 c c c O r '�. -p U +-. J l/) O L a1 na- cc 0 aJ a, . E uo vo o LI)0 - - U U y cu V cu aJ a, a, f0 co U U U U 0 U Q a) O- E E m fC CO !0 _N L > O U 0 N vI) a) aJ SL C. O. O. G m U) N E (a N . v) v) cc aJ aJ aJ a1 v cc cc cc cc CD CL CL W W a a w w c c c c c c OA -o - - o: a co co co (a m `o =p :o as -O "06 aJ N `i '-i CO > > > > U) v0i LI) Q] 0 C _ aJ aJ o 0 0 0 0 E o o c c E E E E E 2 : 7 E 0 0 0 0 0 in 7) a) CL CC CC CC v0) v0) v0) Z >, C E "I 0 I� a0 01 O .--1 N m Tr vt n 00 01 0 .--I a^ av Z N N N m cn CC) cn co co M cn Cr) M E 0 U 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. Lake Olympia Reclaim Retrofit Bid#16-03 00300-6 If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City' s needs. SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Manufacturer/Supplier 15050—Process & Utility Piping, Fittings, Valves, and Accessories Fittings A. Union B. U.S. Pipe C. Nappco D. American E. Tyler F. Trinity Valley G. Sigma H. EBAA I. Smith-Blair HDPE Pipe A. Plexco B. Driscopipe C. Lamson Vylon Valves (Plug and Check) A. M&H/Clow Lake Olympia Reclaim Retrofit Bid#16-03 00300-7 B. Mueller(Check Valve only) C. Pratt D. Milliken E. Dezurik PVC Pipe A. CertainTeed B. Can-Tex C. North Star D. J-M E. Capco F. H&W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections A. Mueller Meter Valves/Corporation Valves A. Mueller Polyethylene Pipe A. EndoCore Trace Wire A. Kris-Tech Lake Olympia Reclaim Retrofit Bid#16-03 00300-8 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Spec Alternative (Indicate Whether Item or Section Manufacturer/Supplier Lump Sum or Material (List One Only) Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Lake Olympia Reclaim Retrofit Bid#16-03 00300-9 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Phone No.: Florida License No.: Lake Olympia Reclaim Retrofit Bid#16-03 00300-10 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Authorized Signature) (Corporate Seal) Attest (Secretary) Business address: Phone No.: Corporation President: Florida License No.: Lake Olympia Reclaim Retrofit Bid#16-03 00300-11 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: 13. List the following in connection with the Surety which is providing the Bid Bond: Lake Olympia Reclaim Retrofit Bid#16-03 00300-12 Surety's Name: Surety's Address: 14. Name and address of Surety's resident agent for service of process in Florida: Lake Olympia Reclaim Retrofit Bid#16-03 00300-13 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under (Contractor's Corporate Name) the laws of the State of , held on the day of , 2008, the following resolution was duly passed and adopted: "RESOLVED, that (signature of individual) (typed name of individual) as of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Lake Olympia Neighborhood Reclaim Retrofit between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 2016. (CORPORATE SEAL) (Corporate Secretary) STATE OF CITY OF The foregoing instrument was acknowledged before me this day of , 2016 by (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced identification (type of identification) as identification and did/did not take an oath. (Notary Public) My Commission Expires: END OF SECTION Lake Olympia Reclaim Retrofit Bid#16-03 00300-14 t M O � 2 ti, te +A 'O C t m c co i C .- O +-. u 7 "� ut CO 40+ a) to 'a Tr• 'u CO ca UO v - E C +, -o +r L u▪ -0 cu co a-+ as 0 CU C E -0 }+ E •o m co c v O L Y CO CI L 1/1 (J a) L a O. v o a E o a, as a) a _a c a) ▪ CI. >, 5 `•`- :' 0 C )4 4-, -° v -0 'L 4' o '4- C L 0 ca ti4 +.; ca co U O •f- C L U 3 E ao `° CU ao c ) L La •0 Q a C a) O O o cn 'ao 0- = = (1) c E t E a Z o 44 W o C v " o v c C C U U L > -o Q 0 0 E O O 0 � o L aO O C O L • E ' L'-' 1:1.1 co N c = co z+ 4- (a v E co O a) _0 -0 C Z o o 0 a a v, ...0 4-, A Oc a a; .r c c a T p O bn O x a ~- +' c O > � O ra O O O O �° 0 r W U o- c c C' con O a) a) O L `^ ca t W E U v c O Zr r u o pi 4 r.+ c >. ca C .� 3 a) W• ~ C co vii vj ai O 0 -0 y a CA a o o a) a) E v Q >- CU v a, 1�J �+ U _ U 4'' Q X ++ ro r y a) ' U C 2 a) J C Cr .� A a 0 T 4- O a a1 4.8 as O W C to L +�+ in C c^ L Q G Q O tit a) to ca +, — O p ;,_, cn t — '� U is a) Q.q }, v aU) o RI a v .0 o c� a) v C o 'o ..,/ - 0. T.0 •N o o c E Q a aa) as W .a ut -0 f 0 `° s Qs r, ,' 4 c a a, a c h C t cl3 ro „ ▪ o 3 o v) cn �+ O a' c a c °c_° LE E o -o �o -c " V1 E ca •'N a U m O c a) ++ U O 4.-' bA Z 4-+ v v) a L C E 'p .Q .O . C `. a) E +., a a o a E a) E cn 4-, O a1 O co a) O C s `" 7 4 L E L CU M ' -C ca .0.o /7 W d _0 2 a L O a F- d 4..o z cIZ o I. co t A CU 0 oa U `ti (1) h M G O � l0 K 13 E v N c c a) 40 O vi O vi U •i m ce a a) ,• - ) a) p • O O eo ca.CU .i-+ T C Co 4., N ° {r O O C O E vs a' d E c U c _0 a w U O bp ° 3 o a -° Co os a, 'N ° E .O F'. to O i N = t4+ U G1 VVf •U 0" i� 'V >, U fl. O +�-� w U cu CU.S~ O U C a) +-+ `+. CZ p +., O O C O O a) O ) O Co •�+ N N +., CO 4-I CO O N •5 m L. 0 u O ++ c s. — x D sU a) y ,O O +.; bA p O Q +p•+ > Co a/ yw v Co L. L. rCo T CD O -p .. p '0 N +�+ �. L Co Q O 0 s� U a, N 4-, C V) W v a o U .� p N Co a) 0 c N v v O o F-' tea) ^O 2O • L t,:, s.. CZ CU '^ O VS -C2 W N L a) U w a U L �, U t c 4�... 3 I CZ +U�+ E N O' 0 (0 v- +�•, Co p +s'-+ a) s~ s-' N to N v U 0 o +.+ fzi a) x O CU CD L E O as O u. O =' 0 > a 0 H w O o Co �, 3 D ,- ° 0 L 0. `V •b!) Co Q) Co U ,4 V) V fs cc �a ° t~ N Cl) W Co Co = N o O v v c F" is a) -o o C Co - 0 X V N Co -O Q U +•, N s.. '� �' o Co 'C N . cc v a) 'ro v Co• 0 .v) U U U U 0. U t 0 .E — _ �'• C °~ >, v) s, as p ° .0 U C I = Co to a) , p Co N a) C CO 4- C N N '~4 al E-� - U 0 co O N O o f E o a n C ° a) Z o Co., 0 +' a o U Z > U w Ss. ON p N V yam,, U E O y S.. as Co N g a) w L +' °.. o = > '3 0 E cu a) o Z N o its E L a Z U a) a) r- z~ O a a) ° N +, cum ^� s O 0 N + O .0 >1 p ate., a) V)) O a) a. a) ate4 U 'O as O N 0, +�-) 'C U a u E w p a) Co 'o = Co a) '23 O p rro 'Q rC U 'C -C C Co Co = CA a c as +. a m o. +., ra E-� 3 E-� its = O. ,.., N M t O M C 2 IO C E1° 'm O U N i o ,.= o ° u O O Q al as .6. a ° E 0 O 3 O O a _� — o v1 - - 0 C) s-. — U y_ ° as o .- .Ocu O y h "o-+ a O ca > cC c 0 a �' o �' w VI EA' it o A L. J O E O co cOC v, 'O 0 as L'e)N o cri 4) � UU U ��.+ G bA 0 0 'C7 , w 1 U a. U o '� o s. O 0 f° an ° -o U x ra ° �; ° ° •� E a N = o? o U • �.as > ° Cr) s. 'o •o o a c� cu C) o C a a o~ o o o ru = o 0 V) E O w Q) 0 a) 0 "C Q) C) c-on 5 O O CI) • O >1 Gs". .= Q) o o N +-+as 75.o _ 6. a y 'p >, CU cn u as SM., o Q, U U : 0 �. a V) 6. a 70 04 c u N CZ u 0 a o O Ts O �' .^. -o o o a v) .- 6. • 6. ^o -6 o 3 Q, ° o o -0 �° , g to o f a E a) r s. u U v) o o a) Q c v �'= a) ,O a o I O. p — ,� CCC tea) ^' '>< C) o �. o a o . cn w cC U J-. = 'C C) S, Cr v) +-� cC 0 0 ... v) O +-0 w �_+ CIO 0 o M 0 • U 'CS .O O O O O ^C 'C s"' O U �+ VI 0 O o 0 O O f V U C cC o •Q �f+ a) C U c�i� •. O cC i. . 'Q v) o +-+ ftS O E'" o cC bA o a o 3 i� w .4,-.711 I. is N , a o m 0 s0. 4_, E cn 0) o cC it 0 a o o .� C ON "0 cA ..0 c o a) v) > - o f c� U .c v) E o 0 Q.. O CS. tom. 71=� pr O aJ 3 w p" i'. � 4• ° , t po f C a .4-- .) o = u , • w O o a. o -o o = •0 = k 4-; o CO a. o .� •3 0 o 0 o ca a. - .— p a) o v) as an E ° o f' cc +a� ° a" : C o a ..Nr o ›,0 cNC a y >, vn s- sf., a, > Cs. bA + 0 O fc O 0 s.. +-' .O cC a 0 •�. O -O 'C� C p I- cn `�.+ r. .0 ° 4-J .O u ti 0 0 CO y O a o a) vs 0 yai w v) A 0 U +' bA bA 0 .5 to 0 p ° �, • u z z v)s. CC o f > i. 4., s. o W a MI s" C 0 o O 0 T3 p L C) VI •+' L u bA 0 Z a O > O Z p > o ti ¢ s• ti) +-' as Z �. W Z z bA O �O-, OU o u OU °U U w ¢ o y Ta' VC O O w Lf) �0+ �C O o C O CO M •� 0 a; U V) N I.. V1 0 o L. '� 6. O ,.0 s.. al O .o O Z dN' . -,, = O 0 z u7 O O ,. z q) C o ¢ 0 u >+ +o-, 0 -0 E U O "0 0 ,4a O GJ „ U O C) 0 CA a CU a L. s0.. = o �0 O o 0 o a.+ s. t4. 0 4.0 0 4-• '� au N (TS O }' 4-, C) ul > u C) 'a > 0 'Q >cia = CD "O 0 s... +-' U .c `1�" EO c>'a 'O CC a. . ° a. m a u °" a. Cn Cl. o. v) 0 3 C E-• .Z w a co in ■o C M O % CC CC 'O EO to O u O O v, ry . w O '5 y 2 oG CIS CZ N O O O 0 'y O • a a3 �• � � u '0C •C � o O vi O v A �u X O vi �o cn O O X ca -C C� O as b0'C U as w O O C s� 3 aA C "0 CD 0 0 V O O 4' 'C 0 • +�-e N cc O O -c y O a� ra ~ C. 0 0 = ° u cn 0"u a 0 '= u ct'0 0 "u_ a4 }' m a,oc a) a. r E 2 y o. o ti) rN-1 CO �C cu E 7 ,, O' C = a) > -0 n3 ',-. �' ago a4 aA o c, v, a; O O O w Ov -C a ca ca ca 0 o a0'n a .� .. 0 aB a o -o — ° 0 0. n v v ° .0 cc - ' 0 i� o a�cu W W W is co a co co s. R9 .O c ▪ 'x •C .0 O O 0 sue. O+ bbn w v v V L. 4.., .fl s0. o O O O z �= G~ . z O = .v cC cC tt 0 0 n cc °' VI W W W o '4-' '� '�, CZ 0 u o m E cu N A. 0 p U C > O •Q" c0 cn .13 cc O E. O y bz cu � O = = =• ai >C p ccs p O C •� C '�+ ,.a tC Rf tSS Inc O O O v O v) O v w `c an A G D z o = •a z •° ,0. o -0 O - - -0 w a tz CO CO CL 0 O y •v CO ■0 d" E o is o CO CO CO 0 L. 0 •x a) ..� s. 0 N aA "t 'C "C o .� o O .fl +a . .0 a4 = 0 0 uO O O u O 'C +-1 .0 .." — — C s� - ,N a s. O O O» ❑. My .� >C ▪ c0 cn .O 'C "C U y ra. C • o O O O 0 aio v ~ CT'0.. 'C X04 c�� c�4 cc o cu ca o v co ^f A.Ts a. G" Cl.. a 0 .0 c°'. L. Z I - ,.O is -C a.-5 •a, cl/ vi -5 U C.) V y aA y O O a 'C b.0 0.)w 6� CU ca c • bA t0 O O O cy ,� a.) O ='ICI CZ C O C O c, O X O. as 0 LJ. W . 'C y 0 O OU O O O V V V -C p. Z C s» O cc$ z- .- +-7 0 C r-i N CO w 3 O 0 0 is s.. t� a7 CT o =---,4:12 0 e-+ - a. o 0 o At. 's:,• C C C as .O +-, C7 C O h ct >,ww.., +O-' cu Z Z Z R 0 'P 0 o Z Z Z r-+ Q, 0 0 (n `c h w �+ O O E E E sn t sB ^C - 4;4 E E E sn "C+ i:+ aA 0 _Oa -C cE' O E 0 O cn Z1 CO CC Z °' ca co .-• .Q .— C •I. = °j 3 O E c. L 1 CO Cif D. -a > ss sn :~ N ON , 1 - N O M O O W -4 '~ C # E a ms m O r O u a , cu C ,C N O C Z CD '° bn ca O s-. U CZ C o. o o u o ° a) a, E Sic S.-C 3 a: >, a a, o - 3 as g as cu' + O ' U N N X 'C c,.. 5C •' g O r c . U U 0 0 s. � C a O a cC U ° -C �' S. U 0 cU., U CZ C].,•0 s I. rt 'a:+ ••- U cU.. U cc1 p s. U w O O E ,N a' sU. a s, v" U s. cC a) s. VI F� O a ) E a) a, s. C 'z C vi 0 Cl.) ' cu C 'C U is a; U its C 'C U w 'C U w fs' >, O O ,.a U = cu ° o = °) >, p' O +r O ca v) ra a "y y C O a U }' as p a) w O \° a. �, � > cu n. o � 3ua. Nti a' '-' �c > � o •W cc '� ° ° o o p a� o ~ C CL) °. bA as a 'C CZ C Ui. o O °? •bA o. a a, - .� � ' bA U s. C W a c bA O •C crs al CU o N t ca N a B U > bn'� o V) 6 vi sue. ca o O cC R$ CS a M -. .. O U a' CZ N 0 U .0 U Q. 44-+ CU E u� A C •-• cu U 'C U Q. 4'+ U ° C Mo -0 .0 U t,:. v1 n i.: y,, o U C a) ,4-_-, v) ca ctl >,w a �b0 c N .fl tp. ° cv w .O a �b0 cu U ° a CO ° ^� a 'C h vi a ° O O L. C v) •O s_ ,c 4.+ .h.+as ^ as U to.0 ¢ c, O a) s~ y C 4 ) N CO �� bA U 'f,~-' OU U U ti � 71. ue ' s a) as s... v) b a a ,a • C s. sn ers a) a) o s. O a. s. -C O 0 RI ti fC 1--1 P. v w O a O O ; U .0C � � O y., vs '-r E X cu O •-Z U °U o C U U U s. c ,.,04 (13 0 c 4, o _ v a, c +� o is y U 'C a RI Z O Ls. s. a; c y U 'C a' CV Z •ti ^O p„ 'C a �,.. rj a) OU s.. > • a Ct ^C a' = ° ro a a) c a) O >, a) co a) cu ° ca cc a) c c� •a_. cya -C a� vi s" Z cn ,� 'C a. " 0* al .rj ,0 ° v; s. °. °) o a) ° E `� a o c ° o °) o a) p E EI ° as U cC v, bA c ... a' s~ O u ° ca U CZ ti IC/0 E .—, c = C, c °, 0 c,z 0 'o M w 0 a E o.0 0 a, a, = ct N vl .° CI ,. ca a. v� ,.•, '...1 O a. a. := an 3 -E as = c) 40 ca cc o. as M ,--4 4 M G O ._ d N cc E �° _ 'm F3 O C cam) fa E t1 'in O t' N ca to > ca• C O v) 4_, .1-2) z 3 O O a) �O•, ca 'F S.r ca •O Y 3 > a fa,... �° o et fa CZ u p 0 w0 ,10 C.) E c a) E u ', as bA • I...• a) a .0 bA r: a c ct = �' •� 1,: S.. O — u 4_4 00 O w as V) u bA'F 0.4 75• . a O CT O bA m O ' C F' y .� O y "C v = O u ✓ " s p O c4 0 • O ccl " . oA 0 a . 4-, p 0o ct +, u .-0 a: C }, N o -o • CD O u i a) v C f O OU O C O 0 d" Lam. S� •O v1 t CUa i +', U Cl.) r'�-, a, O •-• u S. .- as ¢• w o bOiD tso fa u O u �. O al ui fa,ca u u Sa r. to O ca F- ca 4-, bA bA a) a) so. — O to s. �' 'O O 5 bbz O U O vs u •c'_a ' tom; y - 4.4 tan �; O O s. ca Q o ca a c 3 c Mo u p O" O a) Vs O h 4.0 N .0 O 3 `}' 't� ''' CO to O cn a) .0 ca X O .a CI) O bA O sue. e-1 t1� O U M. ^ U 'I, O O O �, a O O E W y r is F F" E" F • CA Z .f C '+� 'C3 �'' bA , ca — r: C - S.O. � �., bA > raa a l CCS cL)N d `D vs tao cu .:C-1 R3 O O — O O O •O - _ co r. -� w •O C u., w ca v cn 0: CO ' a) `� s, o 4.+ O Sa O t0. k < .X _X ^O 4=- x bA Ssi W •j N '4-+ O, CO O a 'O `.4 CO O0 VO -0 = x e–i _ ca r-4 U :� O O bA - o CO U 3 �O O •• O rz ca Z r-, ate.+ >'^ Z '� 'C3 vi Z � a � c cu - - 1 � x° 03 C) v � � C) o v O - o • o 0 0 o in S.. c�a = o can :� O O � +•' ._�4 o z z Z Z o o Z a, NN o r�-1 C O v1 w r cn w w r••I U r O w izs N b0D O �r CI) rbO.A a0) rNn �i O� as co a a) .n v) a CA CC W C3 a a u ca a CO a cC~. br)°.s a co - r U, °4 ri 1441 - ° - - cc 'a E _ 'm u I. bQ ai � X C et c CL re 0 . CC E as 9 > bA > cn 5.N C 0 L. = w u > w > w O s. ,ct COC , m"O 'O bA C C) > cn O as cu O •a' C 44 u cC u O CC w V.. O U O v) O C as O ti as ct C4;um ct fa o 4 O O O CC 'C3 E 'U ... E 4C7) ^� v) 70 CC Z ' a E 'er U O 0 0 ZC U V) O u E U G a " O O' p rz GL' y O cr 0" $-. C ct U � O O O. au .] S- O ,. a vi _ Cc O O C bA ^ . � t: cC . CU S 'i. = N _ CC CC CC U , c 0 = CC OU rn -o S~ O C o C y a C O W C U -. ,+ U O C.11 CC •. 'O c C • iC O O y bA 0 bA 0 V U C N U oC — = •C y W 'L� ° O O �]. W O au s.- 0 cC 0) ca O - 'LS C) cC ° O -0 as r7' > c�o.., y > o N = 'Rs" �" ,� CTS fC t1. r.. TTS 6, t?. ,�,+ , v1 N r' :E. = v) U N X U O 0 O U +-' �O+ 'C C '� - C O o - u +� O O Z y 4-+' iC t, bD CC iC t4 4 C .O CC ,� C .s~ O w •O O O ..o C7 CZ a v) ss. si �' ice. N cu M•CO �D N o V) o �" o 4-'vs N O o 3 0 o N c�7 c�C 4-) z .. Z 73 �� Z .. Z ti Z•O TJ N c E M bp y., :-. E N N C U $.. y N CC U L•, y N as O O O qq 0 0 Q � �+ - 0 V) CJ = C 'C O O --- Z Z cv bA vi p Z N a vi �O Z M O ti O•G 0 E i UO C i O C O � + , 4+ ) T) a.+ N U M � C) CI) V) E . M. ir- O m m a -o CCC a G� a •v CCC Ocz i� as bc°n °��' a N N M p N N N M O G b. t0 v '•I C u v E CD VI i tao bA rz a) cu cp - L1. O �. y m 0 Ft j, ;� io b 4.1 a O E ' >v) O O v) -X v) 'O ) 0 0 O 1.1 c bA h v y B. O , O a) fC CC w Q c 0 V 0 E S cu U z cu O U bA aj . �; ¢' co by C t4; .0 „]. v� C h N O cv v) O ,-. ct cti cC OU O s' U O u •O a) ate, I_ bA O .I-, a) CU 0 a) i-i .CS V7 4_, 0 ^CD V7 i. • U '..4::: c O O .... C co u cn O c 1... :-. cl u co z a) O ' O 'C .5 N ccS▪ O O fC b. U cC U O .� r, Ca E O " N 3 cb O bOA ,o• U 4-+" U 4-+ a) fC O 0 O ti 0 a) N •� a) = . bA i. C bn •-• as a) bA F v) L. O O a) Q O O O ▪ O. a) 4' •s. v) 4-, O U O .0 � '0 .v) 0 a) O v) ca CU� O cu A O U y C � '. C b ' �+ T'r s N m ti O ca ›-1 s0. F-c CC S �. 0 p .0 O 0 a+ U v) t, w 4, S. C co C co O cC VI CU .- ..0 RS "Z can c O. U ice. cn = G., cz 7c) n O rU, C �bA U yam-+ 00 _ O 4-, U cC S].u O' 0 rte-, O V) a) ,O O ct }c y O >, co ccoo cc 70"O v -0 vi .w ,4 i0., +4-' O O V V) 0 N U F, O �" N bA O a, al bA cd v •a v) v a y O CA. O .1-+ O ^C3 Gt O O t Gl. ct v 'O bA - O W 'y, ,c'' G]. .� 0 O v) O O �=, ' ' a) U 0 U v� 0 cc: cU O bA 9 Q dA O i. (s bA..0 vi ct •• .= C) —, •O cC i' v f.1. w O N O Cl. C3, h _v -' •� M E �n >C O U a) 0 a) U ""' .O O O U ..0 cc... N a) �} .O VI y.., -0 Z 0 co '� cn "0 - ✓ 0 0 0 3 O 'O .O tap = 0 O '4-+ O O .� - O .—. U O bA O co co i' bA Z > +) = O CC O O vi C 4 O O c� Q� v -• N m v N 0' "T� v M. co .6, a0 N z CU �. i. N u v ca L. c 0 O 3 0 0 o u o ca to o C7 u i. 4.9 vi U >, ) C N c� 0 i. a) N is . C cu N 0 i V cC cn O � � .�G -.).. -0 bC bA p cn 'O C O h U ti O cn $ O O C O cn '� i- h «S a i- O �, tri s. Z N U CZ w Z N w N N y O +�^,' w u bOA C01 O 3 v .�''v" :C .0 bA ¢ C)CI) fC O cC w a c�. bio°) a CC a z, ° 3 a •••••C a. •E = °' E F• oo a tt In e0 N N N += M O C ._ t0 07 ~ cc E a m i U . . N O as C =• O - O .0 .O as G m O •� s. La. a) co O s~ ;ccs > 0 ca a) OU U -0 cu -C > X Y C s. a) O O U d' a) .�, c a c b w Il CV as t]. G. (4 G .5C O y 0 O v) O -0 as cll O O y a) O O a) b LJ. -4.' a) �, s. s_ > cC a) O O x • h 3 C. T.:1 cd; C. • a) bA 70 O U as c o w cc w a' > �" 0 4,=.. a) 'O . C U U U a) s.cs: >fd� ¢ -• a) a a � ,_, cam. .a E E • c• a c. CLS • O . ca S.cu cu a.) O U .� to to O OA U , .. j •+• O-•, ¢. Q' La. w vi O (t C. `• , O = ON cll N a+ d U O c o .O +,' E v, 0 G: X O 4� u .� bA O CZ �_ O O O cts cC by c0 V ^O CI)> O F"' cc; O CU ■Tio y U O v O cy ^O > La7 C y v.) V t U cOC > - ct3 cz O bA s.. G� O O C. 5 O O E LL O O. CC E cu u 4-' � � �, o � 's: cu � a, C RS - a, . w c ct G� O - y N .C2 O G� O O N a O O N ct Q U .� Q v 0 0 bA p Q u = p a) an Z = '73 C Z c Z N io C 3 O N co v o cu i.• N cv y a) s. • 3 a) s� c. ,� N $-. O `p Z U ff+ • Z Ni E c` E a) O +' O O }' 'C7 �' dam.+ cu •� as > y .� a) -o E aa)i a) al cu .. > O E .. .t s- G- O E — „x E T3 �, v E 7, . ›, U "s.' 'C! >, s >, •" cC U CS O co • ca O as m a 3 c 1. a m a c cu a. a co a 3 a r co Cr‘ N N N o ° GI u _ m w �O vi x z O O VI vi. a) U A O U SZ .U. i-+ O U 'a. -O ca U Q L. CA T3 E v, U L. N N vi o 0 > • cu ti O C . Q o U O ^O U, O z z U v 0 a) v O co f1. O °C U C � O `° O U y �, F- O 03 , co O O O RS ,4 I y u v) O " S3. V c 0 0 O oo x O0 'C 0., O U C ° O U O s. v, -1 L. . al 'i a) cC o . v y cv cr o • L co > O 0 O .� O -o O s. o L. -. L., O L.: U v, '4-+ cC 0 0 °v O a.) .. O a) O v, u • c N cz to 0 I- O rz QO a) as ct .- O ct N U O 0 O• h U C1.O~ O cC CO • aj 9, U a) +: U j' • o a� s. 'cc �, o cu ca o O - U 4-+ -05 cC U U •0 a. U bA U = 0 b.0 a) 4e l• bA = >, y .1U.+ U O +� vi O • a., al en S. U 0 a) .O ) O �. vi ' ° S.a) 'CS = Q" O Cl. .� 3 ¢' 0 Cl.) " .n v, E O O ,� r-•, O ca ›, a CA i- C — cu y -- - .x O p 'C 0 0. sO. 0 o O •p 0 a°i •- U y i� = W O N O C N O -crd -o s: N 6..r � N a) o m a.u a a.t om: - o ° o - s c '-) ° bA u .� o .. , ° •� tt o cn o. o U •� w.. 3 `' •- ° c U y ca a.is a; o -o o o ° O -a ca O O 'C 7 1 c . ,MS 'C cC c�C a) a) •'O 7z P.0. U O a) sE U a+ cr o .O O z .5 s0 a) co by O a) Q. . - vim, O cn 0 U w L. Sa. .0 'O ..c v) C vi O cC r-.I ,r O v ,;, i.. ° vUi a) RS C) O O ,.0 +-' c71 . S] „o y a) •.., U Q e,o S. .0 sz 49. -o 2 '" >,-0 , — iC h Lam. ¢ O 4' tC = ,-. O m E Q vi DI, u ..O o : L, a) a.+ cn ..o as ,—i D - u aco °a) 0 40 o x ° . `- c ° o L. ° U M ° 3 O u o o Z U 0 Z M co L. 3 ° v ° 'U M c O u U o X0 ° � ° ° = o v) 0 " - '> '° � a °' 6, Z c, .R. O O i s. Z o ,-+ +-• o ca L- E o M O O ^O 4•41 O . v) O , M O O U ^C •O w E cu � — v, O y O )Uo a-)C)a) U O O .O c . _ fC 0 cC W Ca.. ° ° -0 "0 U, o a m a ° 1.) cu 0 .o 0 0. o M Cr) .- M O t73.D G+ .ti CC It !L cu O an N bA.0 O oc O O 4-i O V) CC ¢. as •vI >>'� — a o 4. O GL O a4 O a0+ s]. O > fL a) _c = v) p 4.. a) a) cC O w 0 �CZ u O O CC vs tcn a) O S�. U O 0 O a) O O MS p s.. L. C c O 0. cC - cn v) t-. 4.+ U O O O +, S]. u $.4 C p O a) '0 st a' cC O ° s' 4 •O cC - a) O O O -o L. > 4., b.0 O O▪ O a,cS fC a)L. y v1 CS O O 'C v+ V a) p cC O cr.: U▪ U O U •0 E U a) O O o C) 110^4:1 's: .O 9 o ° V 0 ° bOA� V) C " 0 a) o a, o . S-, co '> u � �" 'a.xo. s~ o -0 'ca a4 aa) 0., a4= a) U o O L. cNa y z s~ LN. 0 .s~ cn s~ O U a) s~ a) fa, CU s~ 0 . O = 3 a) O G, +, r O a)cri o -0 °' ¢' STS " a, •a?)� L.cu 0 to cu ci- U C) h O . C)L. s-. tw ca +-+ A L. • y � w 4 y; h O O � 70 O O +-'u - w 70+r Ni 0 a) ." 0.. U '3 4 J .~ v' ~ •O ^O m'O tab A G a - " a co E OC O U O U O O V ° O cr) .-1 O a) • V cC U . cz a Cza C vs U .O C C i4... a) 3 W W 4-. p O C,C+ v) vs a Ta aA— a) O -C S. s- ~ O. U U a) -C O U a) vs ° a) '0 v ^ ' O -O O ,� A 3 U CU 'V -p~ a, ._ U cC CZ ,4••• V, o ° 0o L. ° O~ O. r v) s' -cu cu cc ti o -o o o a) a U M C) .� N bQ ) O p i co S� = S~ 4- Z w c� ,� 4„ z cC N cC ,0 •y tw M O ▪ O. O s.M CC O vi a) a) M cC O .W U O O a) CU a) O 1-'v, as O S 1 v+ "- A-p n ° O V cC▪ a) ° v+ O U O D U E L.0 L. M O Z N T ~ a) to-0 w M L. C p cM CO p I Z (13 V) 'C r �., a) w-• CCC O a) a) ,.+ a, _ �- ca▪ s. ,� o cu E cC a) 1 a, o s~ o U O co m a. 'FA a4c.-c U a m a L) a) U 3 ° a N M M M o ° ,o lb' r u' z - - E a _ m O -0 a) CU• O ' >p u 0 > F"' n CU 0 Cl. C tl. E o G. >> ° u o r' >. O CL O E as C '"C 0 Ca Y 'C• L]. L-. j u y w y O -� re • 4-+ p �O " •�; 1. N 'tj C1. O E vv) -o u a) y c0. O a) r 3 al c6 . • O O O O ' L O ..= O LW) > t_. O • ca 0- -x - v) cC >-somas a�i c3a .c is °�' °_' -�s c - v 'z � 3 �' ca „ a an c- •>, CD a) ° c�C G a) (�- `° -o CZ = x o "" 1. c� s0. c�a bA _". tt V a) cC C v 3 a.•O O U o.. o E 3 cC "�.. .� V) cr.: "C:W a) �" sue. sir O x X ' L�r p y O y 0. ca i�.i CU • o ° Cr as 1: a) °? c• 4) = . . ca •x c• • a) v, '� cn •a o -cs u w tn cn 'Q O > as ate) 3 iC w) ct E o aon in o -c •„ 3 .o a ? a) u O a. a) > �. °' s., a a, =as z :� - a a4:� a G ca ° .o N .o an v' �' C -0 � an.° o. o' o '0 � x o. Z Wig .- o. ° CU Z o 0 0 v " 0 3 c ° a o cca 'e 0 CQ c 0 m �, as • x w a, ca v) 1.. a) c. o u = a 'o aD .- o � .° v ° a `a 'oCD a) E -zs u s. as O ca cn a CS" > CO CO 7:1 CZ CU O _ a) c4 bz a 0 a) abp'a 4- CU •a �: -o .� o p o p c a) -cs o E N ' o .o c) " u al 3 u c) 0 0 `) o cz > iC al iC a) z. o > w cC t., a) cC c > w a) 3 4- N o a) = ,g - o r0 a) Cs. .9 .� q ° a) a N .° u O N M 'Cf ca p M �� 'C 04 VI 1.. t�C M u• = -o 0 ° fY c o c ;o 0 a) Z a) c Z u Z M CC ¢ O y Cl ca ° . 0 y M is u ai V) p v O ..O E H O .� a) v, w >, cC crs Z d' c o o Z In• a w Z E o Z ° '� d 3 0 0 CO a) p p •� w co p w M U F" p y •� w C u +-+ C C ^o +- E � a) > u 4' CU "C � f.. p W G O O U a) a) C. cC L. L. a) N a) .�. Q) O.-d cC N = a) u 'ten 'a ss cu = ¢ p al .— c>'C O 151,.. O E as • o o o O O cC m a. z. . cC u o.. m o. ca "0 cC a m o. ca u u c u a M Cr) M ±" M O C CC -13 0 V ti •O M. fa -0 y •0 U Tr cc • ca c" 0 d O 4-+ 3 '° E .¢ O G.^0 -0 o > au -0 u O 0 Ca •V 4. 0 S-. L. ^� L. C ca a 0 y Y c40 C1 ca w0 O O L. s. CO o 00 �' ass c 3 CZ °" •.N ca - s-. ca 0 � - ca O ca 4- -0 `�NI fa c In O O O Lys. p O "Z U an U E ca s• 0. y O cC y v cC bA 0 uu ^ ca b0-0 bD 0 co Cl) ca +-, • .. ca O (.0 ca u c. 2 " o O O C.)o fn 4r 0 4 i., .� coa v) y [co y E a) O " O y O a) R! as o +r O y "0 ccz �' r-+ c�a '5' ' cn O C.7 cr• = cu a, c. C7 = • a� c. ca • 71 - ca ca F-' tz. o .. 0 0 ct -0 o. 0E- .00 a o • v) a :a 0" a, z o Cs. s. 3- cya ,� G. z .`� o ° 0 Q- moo, s" . U E"• ca o ca a� v a- E-• a0 b0 a� r-, a) — v) o 0 0 0 U 'a N `�-� U O '0 ca 0 cV) "CS c!) O rte+ 0 W yam,, i- 0 +-' ��, u _ y 'N O O O a0 tz ct s, al -0 c� . � Q ">, s0„ cu to Tts Cl. 0 -0 • y cn m., y CO cJ N 0 4, .0 O bA ra ,-' y O b4-a _ v) u �..� u � b0�0.- c� C1' 0 0 CU E R" 0 s. E tat bA WI O G N +-' O '� '� "C "C _0 ca 0 •0 w O ,z C4 0 w u b0 "O "0 "0 ca Q -0 O O O to d0 O 3- O y is O s O is to w +-' ca y > w +-' 0 -0 c� c/) Col _ 0 0 ^O O a0+ cn cn y 0 ,0 4) c19 0 E 4.' M Ov '- 'C3 M O o 0 O O •y s. O O O .— o O .. 0 ccaa vi -a Z .. = as .� u Z V) Cn c/1 0 O a z • •N ra,is 0 CO ^' p a�i 3 C� O r+ .0 0 M is a� 's. y M is au +-■ a� y M Ti" d" O 0 O. y 0 cn a) X) '-'-' 0 c"cn a) E 0 0 O O Q� 0 p 0 cu Z M y i••••• Z CO .0 Z Z Z co ... 0 0 G]. O F- cn O 3 0 E cl, L�. 0 O O O a a a o O o x s. �a OO a c0a :a_' F a tY� a ca o u a OO m 55 o. 3 ° .z a r d" I"... O O CN •n t ' 8 W N- v a f 3 Y2 z w8 6 `\ W U 8 8 8 8 8 8 8 0 8 8 8 8 8 8 8888. 8 8 m ,A4 8 II,m v N o z 888 8 88 880 88 8848 $ g° g 0 46 2 .4; . . . O _ 8 88 $ 8 iv 6 ...in-; ,,, n 88 8 88 8 888 S $ 88 .2 : `s o m a 7.14 -1 I' 88 8 88 8 8888888 8889 N 88 o 8 888 8 88 8 $ $ ow m d o 8 o O N L = N X0888888 $ 88 g 8 rn ? m g -aim Z o ca 0 8 8 8 888 8 m 4 ,i4 E T'� E . 0 U 8 8 8888 8 o 888 0 8 8 8 S r- 8 @ C co J a 8 8 8 8 8 8 8 8 8 8 R 8 a N 8 - p 8 p p p p O g 8. 88 4 C d = mr •' A 8 0 W F- _ O W w K 2 8 88 8 8 8 8 88 888 88o a m ,n 9 ° ° 8 4 ,A8 W Zino W Nosh p p p pp cW E"',n m 8 8 8 m ^O L-Lt V. 8888 d 8 < � � O F-Q 3);f,51 88888888888888888888888888888888888888888 .v do 'q d U Q O '4..77'743 % .01 ,4511.a 11 O E E E E E E E E E v H ' n ' ' ' vvn ' LL LL t ^ v i i r LL v i i i J_tt tri > 22222 ., wwwL.L. . W www — 000 3 0 3 s _ ,� .o_ m gy , q r � m 3 i tai; /\ € > , W w w E A a i ' - EA 4 = ; I o 0 0 _ - - E n E u W § .E m m E m c i a v oD y u 3 .E 2 m u, w w, a . E > ` ya- O e 21 E E E ° 0 o w a c E m'r- o « A _ .171 - a> - - a o 8 0 o a • E_ - 3 s-9 - E u° u° g �4 v o .2 u L a m E o It o 2 ° w 8-2 8 28- - - -_ F f= � ;1'j ¢ E _ n c z N 2 t n- n n ow o o a n - - m m_ g 0 0 o - - = f Ei o 0 3 > . i a a a ° o g 8 o '' 3 _ _ > -. :- '-- ,Ti . � c % n u c u Y % 'x ° f ° u > > ° O % 8 8 . w o, ' 0 0 0: ` ' Y G a, z '" o c ;o ,n ° " It « to g `w 0 -E -2 a a _ _• o o o o o v a a-3 o 8 2 _ _ o wo o L3 « m E a a ' o ?E E E E = 8i,. u a u u u 2 2 2 co 0o to Ec e 6 4, lo -o ry a °a' a a o o vi 1' a N N N o m E _ N m c 0 ,c ^ m m ° .^. .. ... n' V11 '4' .^, .°. °„1 :-.1 ,,, A L N ,., , 7; ;; P; A g-1 ?R r?„mn 9.1 e id ca 3 a a N C O N C 7 7 W ya m d o z a o w '% ° m N m - W w 6 J� 0 6 d c N 2 _ P U IL! C V p x V.� .2 3 m 78 2 C m m w c -' o : «m w p 0 w d ... i N v H m E m o m c m m m F---- � m Eno w °' o m m N ° i °FE ��" a a�.; gym -- m T c c ° .. ° c c y cItIiii ' COD ^ c ° N'v w B° 8 m p10 .3 .`aoi Q u 211 n v cgEm0=ow E d ' 6 � E. ti.N mcp .. o R, -E2 2t..�wwdE� Tau 2Nwp m p c U a=n C 2 x' i = h a p o p n d c c y � c'r t y m o a y d 8' F rE .i-_ n a 3 rn m 20 Ii N cu c o Z � . m m �a 4 °e E� o a O N CD p E c �c m 2 :--- - m Y•f�-9- m U a • c 15 J m a y ` 3 E E oc r ; m I'I \ , U 3 N d N T a I `v . n E A o ,, d E C••, �; E m▪ da U p '- "il �I • N W x tc° ,La c ti a w 08 "` Em= 6w1 EA �l- a a • "N Z �, 0_ Aiii-. 1 E w,Om w N4 �tS W E u / m v }'4 a o ,o K O m m °v .,...t w ,- .. I--' a d o 0. N yOy 13 O ILL N.._.N Q U Q a °° V A `7'.3 N N F N N Z r (V fV l.') O ^ pO 0 U� °r a d N E o m m o E c a m 8 d 2< m W K 7 C 8g 11 O > O I-1-1 H m a • Y 8 I— f- V 3 j` 5° M a 0 a' m o \/\ ...._ .wry` o• sS . I tw r� y i v 7 V25 ,Ii'y a i. H�i p" m YM'Yna�\ ,..a�\\�\_ is .J 8 r ud \\// " yv .- �- m a ' E= �°gi g m § y mom H y ! / , N N y N (0 N (ii an . ac .12 n /1* ce N 1- Q o 0 co elO Q a° m Z J o N U m U oo \\) y 2 -el -,, �G H