Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item 10 Approval to Award Bid #ITB19-001 Windermere Groves Reclaim Retrofit Project.
ocoee florida AGENDA ITEM COVER SHEET Meeting Date: November 20, 2018 Item # /Q Reviewed By: Contact Name: Joyce Tolbert/Vanessa Department Director: �' �' V Anthony Contact Number: 1516 City Manager: Subject: Award of ITB 19-001 Windermere Groves Reclaimed Water Retro it 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 Windermere Groves 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, with the work more generally described as the following: • The project consists of the installation of approximately 437 lineal feet of 10-inch, 1,025 lineal feet of 8- inch, 2,401 lineal feet of 6-inch, and 2,147 lineal feet of 4-inch High-Density Polyethylene (HDPE) and 178 lineal feet of 10-inch Polyvinyl Chloride (PVC) and 590 lineal feet of 2-inch Polyethylene (PE) reclaim mains by directional drills, and connections to existing reclaim mains, valves, fittings, pressure testing, open cut and restoration of approximately 1,061 square yards of roadway, driveways, curb, sodding, seeding and other restoration as may be required. The bid was publicly advertised on September 9, 2018, and opened on October 9, 2018. A pre-bid conference was held on September 25, 2018. The City received five (5) bids for this project, ranging from $394,775.00 to $832,732.00. 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 Tri-Sure Corporation 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. Tri-Sure Corporation $394,775.00 2. Young's Communications Co., Inc. $495,714.20 3. DB Civil Construction, LLC $684,540.50 4. Killebrew $730,300.00 5. RMS Constructors $832,732.00 Issue: Should the City Commission award the Windermere Groves Reclaimed Water Retrofit Project to Tri-Sure Corporation, as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #ITB 19-001 Windermere Groves Reclaimed Water Retrofit Project to Tri-Sure Corporation in the amount of$394,775.00 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. Award Recommendation from Utilities Director 2. Bid Tabulation 3. Tri-Sure Bid 4. Invitation to Bid#ITB 19-001 5. Plan Sheets 6. Addendum#1 Financial Impact: There is $500,000 budgeted in FY 2018/2019 and $136,488 from Cost-Share Agreement with Saint Johns River Water Management District, for a total budget of$636,488 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. 1/0\, 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 O c o e e George Oliver Ill,District 4 florida MEMORANDUM TO: Vanessa Anthony Purchasing Technician ) J THROUGH: Charles K.Smith,P.E. Utilities Director FROM: T'lean Tomlinson Staff Engineer DATE: October 18,2018 RE: Windermere Groves Reclaim Retrofit Project The Windermere Groves Reclaim Retrofit Project has been budgeted for Fiscal Year 2018-2019 for a total amount of $636,488 with $500,000 coming from Capitol Improvements (401-535-10-6302) and $136,488 from the Cost-Share Agreement with the Saint Johns River Water Management District. The Utilities Department recommends awarding the Windermere Groves Reclaim Retrofit Project to the lowest responsive bidder, Tri-Sure Corporation, in the amount of $394,775.00, based on the following discussion: On October 9, 2018, bids were opened for Bid# ITB19-001 Windermere Groves Reclaim Retrofit. The three lowest bidders and their bid prices are listed below. 1. Tri-Sure Corporation P.O. Box 653 Auburndale, FL 33823 Bid Price: $394,775.00 2. Young's Communications Co. Inc. 424 West Drive Melbourne, FL 32904 Bid Price: $495,714.20 City of Ocoee Utilities• 1800 A.D.Mims Road•Ocoee,Florida 34761 Phone: (407) 905-3159 •www.ocoee.org/utilities 3. DB Civil Construction, LLC 1760 US-1 Ormond Beach, FL 32174 Bid Price: $684,540.50 The Utilities staff has ongoing favorable working history with the Tri-Sure Corporation and each project that was done for the City had remarkable outcomes. 8 0 0 8 0 8 8 0 0p 8 0 0 8 8 8 8 8 8 8 8 8 8 0 8 ai O U M N 8 8 O N (8(p m ' o 4 g N N m N 2 M 8 N 0 3 N 8 8 U O m N m t+) Cl) m N- n r m r )() M o 69 a i9 v 99 2 m i m» i m� e9 r9 u9 e, e, r9 u, O J F E O O O O O O O o 8 O O O O O O 8 8 8 8 O O 8 O 8 8 E o 0 0 0 0 0 o m o (n o (n o 0 W N � O O O O ��(p) (V �0p1 m � (h V N CV (O O lV � O O CJ O N O U U M ' Og O N O a f9 i Z ii : m m n r g L g (g V N ,_ A O c N V (h M f9 fA H V, f9 f9 i9 fA N _ c a N� ,- v, i9 r9 (9 e9 i9 i Z 7 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8. 8 8 8 8 8 8 8 8 8 8 g 8 - 8 8 $ $ 8 , 8 8. . 8 8. 8 N N N N 8 8 e 8 8 8 8o 0 8 8 0 0 $ 8 8 $ $ e 0 e 0 8 S S W 8 0 0 0 0 8 o m `4 0 0 (^8) 0 0 S 0 0 8 0 0 0 0 0 0 N v_ Np L6 O O CO O N r N m O M (h 99 CO 99 g2,_. ', ', m9 69 p aH ; f9 - f9 f9 LT)f9 - '9 '9 - fA f9 f9 4, to di a C7 J Q E 0 F y CC 0 0 8 8 8 8 8 8 8 8 0 8 8 8 8 8 0 0 8 8 8 8 8 0 1— ° W 8 pp �_ 8 8 S o 8 8 8 8 8 0 LL U U O O 8 8 O O O 2 N 2 di O - m O O o 8 O O O m O m 5 m — N d O N O N fA H i9 2 M M M C9 (h ,c$,,_ N tx 2 d (O M 63 f9 f9 fA f9 f9 E9 di fN M fA F re H f9 f9 /73 <7) W Z Q' z CD 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 °' Q a 0 S S 0 S e m 0 $ 0 0 RRo" uo m 8p 8 N m 0 0 S C V J N (° d 2 a O , m M )\ N 01 - - '9 '99 f9 - f9 IT, � N O W hHhIwHHwwHhI !- - 8 HVfAH ; f9 �re 0 8 88 S 80 S888v M m1 1 'n1 2 $ ogfA fA f9 f9 (+jM (Vf9 !9f9 J E 7 ce CO W W 0 8 8 8 8 8 8 8 8 8 8 8 8 p 8 8 8 8 8 8 8 8 8 8 8 8 O Z d 0 8 8 O •8 O o r CD u0) u0) W m m 8 pOp v0) 0 0 8 v0) pO 8 8 8, O 8 s m N N M , O N r N N _ (° . V N O N m ((] J m N R. W (V (° (V (n O r V fA f9 2 O J H H R. a E9 1 t9 i nM 2 H 2 M t9 t9 to d, f9 M W o 0 00 2 ik c 1 i ') l 0 W 8 8 8 0 8 8 S 8 8 8 0 8 0 8 8 0 8 8 8 8 8 8 8 U a 0 8 8 0 8 8 a a 2_ $ co_ a i 8 $ , $ 8 8 7 0 0 8 N N N N H N , co a N O R o •-1 .i .-1 .i .1 N .i .i _ N C O p o 8 .+ F - N N W cm _ wE Q « ti m m m v � c c c c w Q - -07''.94' > o o E - E_ E E_ cy o c - y •'-O = -° E m rn C c c U co K K OAC m .o_ d 2 E > o_ a a a ¢ m p O -a H m o � r = ' x x = a -° � > ¢ o o m m m m m m O O m . m O O O GO i° a 2 N N ~ F Y) m m U m a Z E o ;9 m m m m A Cl) rn o 0 o F H H Cl E x O o o lz `o o c c c c c c c '' - _ - - o rn m m € H V y o a 'a 'n x 9 a o 0 b m -' rn >- t o d c c ° c o Q -o -o -c -° V O n 0. x x - - - (i K U K a U U ..2 x - m m m m H H m - 00 x x -° w > > 0 ° m -s V w m C'' w > N t h N L H N x O� O� x - a+ ate+ 0 x N '' fn c o « ,, c c 'c c c .` c $ 2 m - _x x ;:r m b r. (7 Y W ° w 2 ° o S )i )i LL S )i - - b 0 - 0 0 m ¢ m _ K 0 2 () 2 w 0 n (.) to 'v co ao io 'v oo i° 8 8 8 8 8 8 8 8 0 0 8 0 0 8 8 0 8 8 8 8 8 0 8 o v o 8,,,_ 0 0 0 0 0 0 0 0 0 0 0 0 0 of o 8 8 v �i y m u) o 8 v) N- o m m � N o 0 CD N E9 N NI (O O) N r N N n p ,,Ti O N . r V te (V co IN c' o') m l0 �O (V I� N N O (V - a f9 b9 fA C') fA fA N to V3 b fA a N C _, H (A CD b9 fA f9 CD C f9 O mF U J E 8 8 8 0 0 0 8 8 8 8 8 8 8 8 8 8 8 0 8 8 8 0 E W 8 tri 8 _O 0 O O O (0 N 0 0 00 O c O 8 8 0 -- O N N 0 N N i i 2 NK ca N O) - '3 f9 a fA fA NM fA f9 fA o) a !9 u9 v9 i9 e9 F- i Z 8 8 8. 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 $ F $ 8 8 8 8 8 8 8 8 8, 8, 8 8 8 8 8ii- 8 8 8. 8 8 8 8 8 8 8 8 8 8 8 8 Q8 8 8 8 8 8 8 8 8 8 8 8 8 8 W g N N R. cog g rn 8 25 v o o o - vo) N r. 0 e a n V N (V CO-- N N M V CV Q O a�p N M 2 . N —Q' f9 ., f9 ., 69 `' b9 N 69 69 H H9 f9 b9 f9 f9 rM f9 N O. d9 J Q I- 0 en 0 O 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 S 8 8 8 1- 2 w 0 8 8 § 8 a 08 8 8 m $ o LL H U o o K ^' N H rj Uj fA t9 M O d. 0 a N9 b9 e9 H 69 .» e» I- F W2 z , a' a D 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 aQ 8 8 8 8 8 N 8 8 0 0 8 8 8 N N o U a m 25 v vp 25 n po to{ N CO_ o g nSi j W Q N -- I H CD M C .6 N N N N a I NK H b9 CD 0, M Q. F rM fA fA f9 li L O 0 o m v 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 - c a 8 8 8 8 8 8 8 8 8 8 8 8 8 a )O a s . � N o U' a -- a a a s a v �n o: v N 2 Q re 2 CD H N v) :» CD H N QW n J m CO o 8 8 8 8 8 8 8 8 8 8 8' 8 8 8 8 8 8 8 8 8 8 8 8 8 N Z 0 8 0 8 8 8 8 T 8 S 88 8 8 S 0 r N 7.n O N- N 0 m a 8 69 669 N pj t7 pN N N M b9 M � M O 0 Ma- H ea H Ni NM H CD C N Ts i m 2 I- 888888888888888888888 $C O p p U U SS 8 8 8 8 pS S 8 Qp8 ppb 88 p8 8 88 8 8 8 8 8 8 8 aO U )O N i 8 8 N N 8 8 (O )O N N O S t9 NW f9 bn9 M m a e9 H r9 di f9 to 0 )- 2 g » b9 i9 i9 e9 m m 0 Ln NaNmo � °-N . -a v , N CD v o F- C') W 8 lD N V T T H U Y v 5 3 3,F > 0 N y 5 l7 `m > > v v m V) N d J ko 2 o- v v 2 > i — tc V o E. c o m r t2 c 8 E v do N EE ° o v uu m` v cmu u v v m m o m m :.-IQ D u u U u [a NZ - s N KKKKKK mm COUo KNW 0_ J N N 2 V o. W W w w _O -Oa _O -OV c tu -01a e E • vF N r -i s LL a da a n m % m m m a v v `—d > d 0 w ti ti ;y — — v 0v ' v 'o^ F NQo o3 — ;yv v ' E o v o -0 -.2 0 a a y ii- ii - m E E E E vE — 0 -6 O O Wm o0 $ 0 c —v ' o� m vvvv t v vo) �n �n F __ ool7v D D in v) s ¢ sHf� o a `,1 ffoo ko v SECTION 00300.0 BID FORM SUBMITTED: October 9,2018 (Date) PROJECT IDENTIFICATION: CI d OFFere OCOEEeBID ITReclaB 1- 001 Retrofit NAME OF BIDDER: Tri-Sure Cor oration BUSINESS ADDRESS: P.O.Box 653 PHONE NO.: 863-967-5506 CITY, STATE,ZIP: Auburndale, FL 33823 CONTRACTOR'S FEDERAL I.D.NUMBER 59-1498145 CONTRACTOR'S FLORIDA LICENSE NO.: CUCO40079 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 TeCindicated ct Documents.Bid Form and in accordance with the other terms and conditions of 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 one hundred twenty (120) 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 the date oher documents f Owner's Notice of intent toby he A Bidding Requirements within ten(10)day 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. 4– Dated ln�$ 11No. Dated: No. Dated No. No. Dated: No. Dated Dated No. No. — Dated: Windermere Groves Reclaim Retrofit Bid ITB 19-001 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 allthe local ctonditions and laws and regulations ure nd extent of the Contract Documents,work, site, locality, and ro ress,performance or furnishing the Work. that in any manner may affect cost,p g e and all drawings of physical conditions in c. Bidder has carefully studied allsitreports of explorations and tests of subsurface conditions at or contiguous to the the or relating to existing surface of subsurface structures at or contiguous tolnent ite te (except Underground Facilities)which 4 02 havebeen theidentified General Conditions. Bidder Conditions, as provided in paragraph SC-4.02 of the Supplementary accepts the determination set forth in paragraph Conditions of the extent of the "technical data" contained in such reports and to rely, as provided in paragraph 4.02 of drawings upon which Bidder is entitled Y Tete for Bidder's purposes. Bidder the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be compsibility acknowledges that Owner and Engineerdo not asstasmhown e ponndicatedf In the r the accuracy or completeness of information a Bidding Documents with respect to Underground Facilities at or contiguous to the site. respns d. Bidder has obtained and carefully studied supplementarymes examinations Ility for investlgati havingn done so) all such additional or supp conditions (surface, subsurface explorations, tests, studies and data concerning or and Underground Facilities) at or contiguous to the furnishing of theeWorlchorwwhl h relate to affect cost progress, performance orcedures of any aspect of the means, methods, techniques, sequences and proroandprogramf construction to be employed by Bidder and safety precautions 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. er, information and Bidder has correlated the information ewe orfs and draown to dw'Ings identified in the f. explorations, observations obtained from visits to the site, p Contract Documents and all additional examinations, investigations,exp tests,studies and date with the Contract Documents. rors, g or Bidder has given Engineer written notice oall the Contract rpocumentg atndsthe discrepancies that Bidder has discovered in written resolution thereof by Engineer is acceptable to Bidder, and the Contract Windermere Groves Reclaim Retrofit Bid II-1319-00i 00300-2 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: e tract Time 1) The i Work shall b 3. 1 of the Proposedubstantiay eS Scopen ofhWorknAg Agreement specified in Article (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.1 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, lateprofit the Cont act Documents. Bader submits the ready for operation in the manner contenp by 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: 00302,and 00303) 1. Bid Forms(entire Section 00300,00301,00301A, 2. Bid Bond(Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit(Section 00480) 4. Conflict of Interest Disclosure Form(Section 00480a) 5. Certification of Non-segregated Facilities(Section 00481) 6. Sworn Statement on Public Entity Crimes(Section 00482) 7. Certification of Nondiscriminatory Labor Practices(Section 00483) 8. Certification Regarding Scrutinized Companies' Lists(Section Reclaim 0c04m R)Windermere irofit Bid ITB 19-001 00300-3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ 0 0 0 0 c o o c o 0 0 0 0 0 0 0• 0 0 0 ,? �? 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 •0 o Q• u 0 0 0 0 0 0.0 00 000 O O 0, 0MO N N vp tr1 O O O O O O a 4.i: ', p ,q, M N , D O 3- a5 o O G G ,Mie C — G N '~r' N a0 — M vp d' N � z 9,CO o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � op0 0 000 00 04o0N00 000000 000 . t ae• N 0 0 0 0 0 0 0 L M N — N N ttr) N OM N 000 tOn� C a„ 5tri tri to o M 3 N .g z • 0 0 0 o 0 0 0 0 o 0 o o 0 0 $ 0 0 0 0 0 0 0 0 0 0 0 N 6. 4 It + O d0'q Q c,.., 15 C r: N N b ° Ua a ,L w w w w , .5 .5 .c .c -5 .5 ..5 ..5 .5 .5 .5 .- _ ` a� � � � rntn � tn ► C E ga g g 1I1 . www0wwwwwww v0/ Mt i 74 k 4 c6 acn CO o 4,d O M 0 o rL O v b' o E b i, .O �" C E .2 O Q .Q ....co bD 0I s, a 0 043 0 0 8a c4 8 8 8 '8 .8la, .5 va" aa F44 co 0w•p d d a , ,� c 1 � gq9o U::' "m ami c � cc cd o� A v tu 42)1:1CO . Iii 1I r,,4 NM Tr 0 oa o 0p 0000 00 00 00000 o ao 000 ,�o 000 0 OpO0no 00 00000000 00 0 0 0 0 0 h L 4 s 0 G — 00 0 N in U1 n n M dN' O N 0 N N p°p�pp a E M "" O . ... '- m N en �D M N N N � 00 .4.i. a F� -4 M r+ VO N O% .8 b • Z N •-r P. 00 o0- o00000000000000 00' f '" N �° (5 00000000ogo00 on on • ^ ci 00 0000 •00000 0 0in0 .0O0M .44 in cs. w u ....°) coo0 0 0 „) o ' o o F ,n ,n) Ln oN Ln In y M M N N .-, un O. 0 0o ON tv ' N d 0. . N d' .-4 N O •O Q 0 40. O o Z C/I CA U tom. o ' 0 0 0 0 0 0 o M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H N 0 0 0 0 0 0 0 cn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v t' — N •- <t N •-i ' - .-i O t-- tri 00 ri D M d' V1 N. 6 N 0 .-. .r .-i 00 0 V) 4f d' ,it O V1 _ C : b v 0 ° d.'i IV) a I ani 4)i ^ °' U U U U 4C-1) U C U U U U �, wrc(4. wr wr wHr wwww 5 � EX � a . v — a4 a Cr yr or :� •l a' a" a IL)en v) � cn v) v) , u al ir., wU 'Ce. O C.7 a • 154 E 331 8 H .c> 03 CI c ;~ x .s� p U .; c, 2 E i 03 w o Ti A -::.; ( •-, •-. w 4- N N . ar-i O 0 T3 GO .0 O UQg0 '4,'' p C . . 0001.0 ..... . ...) c,) ° ° 84) 4) 04) . Q y a)79 b ° ° ° 0 v ci ° 4, a a, a t,° ' a) _ rxa4 (V a,; -. W •W W W ^OTsx �" � o4 s a AAAA '".; '-; xn'Er. ?; •aa g a co g -o -0b �' •rt -v -o > o - - L1 L1 'R A a� as a) 0 0 0 0 0 0 . .-, Bo .p - o E o 4) > > > > > > en on v1 - � [d u O O a) N N ) aO O O co co N -. .-Ooo= (b- 0C4AAV) .c/) c4G404PPGtncin (/) O xV 4 ',O n 00 Qv 0 — N M d 'ro c0 N- 00 ON 0 .-. N M N- ,.., N NN N M M M M M M M M M M <}' d- .1- -v' '� a` § specifically reserves the right to accept and make 7. The ward to acknowledgesBiddthat that the City P in its best interest. The terms used and an award a Bidder has not submitted thelowestBid when, in Owner's sole in absolute discretion, it determines that action tions and included as part of this Invitation to Bid,which are defined in the Generdato heonm the General Conditions. the Contract Documents,have the meanings assigned proof of valid license(s)is provided. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awardedunlessresented on the Bid TI osp of facilitatingoe id 9. Form,It is theyoar thatpwhemrequantities for aret solely for the P �n a upon the he are approximate compensation will be computed comparison of bids, and that the Contractor's basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID- SCHEDULE OF MANUFACTURERS/SUPPLIERS ndersi ned d rmat,the if the foregoing Schedule of Bid Items is tw1l be on thein a Base lbas�of the material Band as Bidder, agrees that the Contract, if awarded, named in the Contract Documents, in iaccordance as Biwith also Article 10that the of the equipmentThe and undersigned,Instructions to Bidders (Section 00100). Total Bid reflects the equipment and material supplied by one of the listed circling "A", "B", "C", etc. If the Bidder desires to propose alternate lte natermsuppa a u, by manufacturer/supplier, he may write in the name of such alternate in the an substitution manufacturerlsupp circle e but he must, nevertheless, also one ofhlisted list included within liers. if theroposed alternate manufacturer/supplier is determinedthe "not eb manufacturers/suppliers. Engineer,the Bidder must furnish equipment or equivalent" by material items by the circled manufacturer/supplier. If the Bidder fails to indicate which manufacturer/supplier he intends to use if an alternate t date is rejected, he eas tm must use y thme listedaor such other leer,hey musty approve. . Also, if er listed as "A, more approve. Also, if the Bidder ctrcledtrcled tunless an alternateni manufacturer/supplier, use the first manufacturer/supplier c 11. SUBSTITUTIONS AND"OR EQUAL" "equal," items will not be effective date of the Agreement and will be evaluated in con The undersigned as Bidder agrees that substitutions, or ��eq In addition to accord ancred wiunth after th accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. e sh the reimbursement required under the General Conditions,engineering costs Y thetable toctor sha l al o in reimburse the Owner for any g the acceptance of proposed alternates, such as, manufacturers/suppliers caused by costs, additional costs, additional field trips for the Engineer, additional redesign manufacturers/suppliersge in review caused by the Other noes directly attributablealternates, such as; increased increased electrical requirements, larger Owner. the dcngptance of proposed cite , building, additional pumps or tankage, etc., shall be borne by others and not the Windermere Groves Retrofit Bid 1T13R19 001 00300-6 r the ective of the If Bidder intends to propose substitutions or "equal"sted on theeSubst t ft on Lisaincluded Agreement, it is agreed that these items must p within this Bid Form, with a deductive amount representing 50 percent of the totalosed item. "Base savings between the named Base Bid/Alternative Bid item and the proposedipment toro materia viding to the Owner cost Savin Bid/Alternative Bid" item ,000substitutions not beoconsidered. The undersigned, as Bidder, also cost savings of less than $1,000 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 s reequest, and te undersiindorsigl ed Bidder shall supply, complete information on prop 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 ithe best interest of theties,City.oreject any or The award be of all Bids, and/or to accept that Bid which cost, and this Bid, if made, may be based on considerations uding but not limited to: Bidder experience awarded based on various considerations, and whether the Bid, in the judgment of the City, is the most responsive to the City's needs. Windermere Groves Reclaim Retrofit Bid ITBI9 001 00300-7 SCHEDULE OF BASE BID/ALTERNATIVE BID MANUFACTURERS/SUPPLIERS S ecification Section and E ui ment Item Manufacturer/Supblier 15050 Process&Utility Piping, Fittings,Valves, To be provided at time of award And Accessories A. Union Fittings B. U.S. Pipe C. Nappco D. American E. Tyler F. Trinity Valley G. Sigma H. EBAA 1. Smith-Blair A. Plexco HDPE Pipe B. Driscopipe C. Lamson Vylon A. vl&l-1lClow Valves(Plug and Check) B. Mueller(Check Valve only) C. Pratt D. Milliken E. Dezurik A. CertainTeed PVC Pipe B. Can-Tex C. North Star D. J-M E. Capco F. H&W Industries A. Tyler Valve Boxes A. Sigma Valve Pads A. W agco Valve Markers A. Mueller Service Connections A. Mueller Windermere Groves Reclaim Retrofit Meter Valves/Corporation ValvesBid ITB19-001 00300-8 polyethylene Pipe A. EndoCore A. Kris-Tech Trace Wire Windermere Groves Rrofit BidaITBI001 00300-9 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Alternative (Indicate Whether Equipment Spec Manufacturer/Supplier Item or Lump Sum or Section (List One Only) Unit Price) Material NONE11111111111111111.1111111111111111111111111111 ■ 111111111111111111111111111111111111111111111111111 11.111111111111111111111111111111111111111111111111 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.) Windermere Groves Reclaim Retrofit Bid ITB 19-001 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: SOLE PRO RIETORSHIP (SEAL) 4 (Individual's Signature) (Individual's Name) i doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) / / (Partnershipa►ne) (General Partner's Siign�at,ure) (General Partner's Name) r Business addres . Phone No.: Florida L. ense No.: Windermere Groves Reclaim Retrofit Bid ITB19-001 00300-11 Strike out(X) MUST HAVE non-applicable signature SIGNATORIESNEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION Tri-Sure Corporation (Corporation Name) Florida (State of Incorporation) Jason Chambers By (Name of person authorized to sign) Pr J' nt ( 1 ) Authorized.Signature) **'?S- (Corporate Seal) /� Attest 1 4224 "'u'C4' (Secretary) Kerri Chambers Business address: P.O.Box 653 Auburndale,FL 33823 Phone No.:863-967-5506 Corporation President: Jason Chambers Florida License No.: CUCO40079 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00300-12 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 VENTU By (Name/)r (• •dress) By e) (Addres Business Address: Phone No.: Florida License ho.: (Each joint v•nturer must sign. The manner of signing for each individual,partnership,and corporatio' that is a party to the joint venture should be in the manner indicated above.) Florid. License No.: 13. List the following in connection with the Surety which is providing the Bid Bond: Merchants Bonding Company Surety's Name: Surety's Address: 6700 Westown Parkway West Des Moines,IA 50266 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00300-13 14. Name and address of Surety's resident agent for service of process Florida,Florida: Joseph LoPresti Brown and Brown of si 655 N.Franklin St.,19th floor Tam a,Florida 33602 Windermere Groves Reclaim Retrofit Bid ITB19-001 00300-14 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of ,.a corporation under Tri-Sure Corporation (Contractor's Corporate Name) the laws of the State of Florida_ ♦ ,held on the 1st day of October , 2018, the following res•, on was d .a-sed and adopted: ' Jason Chambers "RESOLVED,that _ t ed name of individual) signature of individual) (typed as President of the corporation, is hereby authorized r der ttoo submit neand va]d ball documents required to be signed by an officer of the Corporation id, contract and bond for CITY OF OCOEE Windermere Groves Reclaim Retrofit Bid ITB19-001 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 9th day of October ,2018. (CORPORATELt4A SEAL) C'orvi (Corporate Secretary) STATE OF Florida CITY OF Auburndale The foregoing instrument was acknowledged before me this 9th day of October 2018 by Jason Chambers,President Tri-Sure Corporation (name (name of officer or agent,title of officer or agent),of of corporation acknowledging),a Florida (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. —--- — --- I // . �.. �� I�� t , � otar Public) EtA,, MYcOMU CNa00226884 (1`I y June 10 2022 Commission Expires: END OF S ION Windermere Groves Reclaim Retrofit Bid TFB 19-001 00300-15 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company and the Windermere Groves Reclaim Retrofit. DATE: 10/9/18 PROJECT IDENTIFICATION: City of Ocoee Windermere Groves Reclaim Retrofit NAME OF BIDDER: Tri-Sure Corporation BUSINESS ADDRESS: P.O.Box 653 TELEPHONE NO.: 863-967-5506 EMAIL trisure@aol.com ---CONTRACTOR'S FLORIDA LICENSE NO. CUC040079 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? 44 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? See attached reference .r,e 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: Utilities Inco ,orated of Florida B an Gon:re 800-272-1919 Ext.1360 Ci of Mascotte ./, ' , It • , Penoni En:ineers:Brenton McLean 863-324-1112 Windermere Groves Reclaim Retrofit Bid 1TB19-001 00301-1 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? Yes,none anticipated 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: not determined at this time 7. What equipment do you plan on using to complete the Work? Vermeer 36X50 Directional Drill Ri Vermeer 7X11 Directional Drill Ri Cater•illar 928 Tractor/Loader/Backhoe 8. State the true and exact,correct,and complete name under which you do business. Bidder is: Tri-Sure Cor•oration Windermere Groves Reclaim Retrofit Bid LTB 19-001 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 subconde company names, contrator tracted d (trade!o nmodrty)Cand[dollar cense number, contact, addresses, phone numbers, typeof work 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. WORK TO BE PERFORMED ESTIMATED COMPANY NAME,CONTACT (TRADE)OR COMMODITY DOLLAR ADDRESS,PHONE NUMBER TO BE SUPPLIED AMOUNT I not determined at this time 2 3 4 5 6 7 END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB19-001 00301-A-1 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 Slope BankLF 100 $ 1.00 $ 100.00 A B Trench Shield LF 100 $ 1.00 $ 100.00 C $ $ D $ $ TOTAL $ 200.00 BIDDER. Tri-Su ( j •oration SIGNED: OA BY: J s Chambers (Print or type name) TITLE: President DATE: 10/9/18 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 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00302-1 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 (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or 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. Windermere Groves Reclaim Retrofit Bid ITB 19-001 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: , Tri-Sureatoration Signed: -mm By: ason Chambers 1111, (Print or Type Name) Title: President Date: 10/9/18 END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB 19-001 00303-2 %( _ rI SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of jive percent(5%) of the contract bid. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Tri-Sure Corporation PO Box 653 Auburndale FL 33823,as Principal, and - i. ;•••'s• •o•-a • SI - • a Parkway West Des Moines, IA 50266 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%of final amount bid (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 3rd day of October , 2018. 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: "Windermere Groves Reclaim 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. Windermere Groves Reclaim Retrofit Bid ITB19.001 00410-1 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 Windermere Groves Reclaim Retrofit Bid ITB19-001 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. I All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. / (I) (Individual's ature) Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business = +dress) (Telep ' e No.) (Florida License No.) Windermere Groves Reclaim Retrofit Bid ITB19.00t 00410-3 If Bidder is PARTNERSHIP,complete this signature block. / r (1) (Partnership Name) (Witness) (2 (General Partner's Signatures (Witness) (General Partner's Name-' (SEAL) (Busi s Address) (Tel one No.) (Florida License No.) Windermere Groves Reclaim Retrofit Bid ITB19-001 00410-4 If Bidder is CORPORATION,complete this signature block. Tri-Sure Corporation (I) cli.b(44 hil " (Corporation Name) (Witness) Florida (2) ( /t A.,t j.,krt../ (State of Incorporation) (Witness) By: Ja61.>, Cila.al. t_S (Name of Person Authorized to Sign-See Note 1) (SEAL) Pf :,.i, r 1 itle) il OA. (Authorized Signature) jftc -' Ckfib b 55 (Corporation President) PO Box 653, Auburndale FL 33823-0653 (Business Address) 863-967-5506 6 UC 0 yO6 767 (Telephone No.) (Florida License No.) Windermere Groves Reclaim Retrofit Bid 1T819-001 00410-5 SURETY Witness: (If agency is not a Corporation) Merchants Bonding Company (Surety Business Name) (1) (Witness) 6700 Westown Parkway West Des Moines, IA 50266-7754 (Principal Place of Business) (2) (Witness) By: : u,rs r; . 4.24 (Surety Ag&nt's Signature-See Note 2) Attest: (If Agency is a Corporation) Joseph W. LoPresti C j21 (Surety Agent's Name) (Corporate Secretary Signature) Attorney-In-Fact (Surety Agent's Title) (Corporate Secretary Name) Brown & Brown of Florida, Inc. (Business Name of Local Agent for Surety) (Corporate Seal) 655 N Franklin Street, 19th Floor Tampa, FL 33602 (Business Address) 813-226-1300 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. Windermere Groves Reclaim Retrofit Bid ITB19-001 00410-6 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Hillsborough ) Before me,a Notary Public,personally came Joseph W. LoPresti known to me, and known to be the Attorney-in-Fact of Merchants Bonding Company ,a Iowa Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Merchants Bonding 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 Merchants Bonding Company (Surety Company) Given under my hand and seal this 3rd day of October ,2018. (Notary Public) My Commission Expires .FriYe.4., MERONR.CORN6tt • • +' t Commission q GG 095318 • L Expires May 7,2021 yo'3 ?•• hr 5.7019 Windermere Groves Reclaim Retrofit Bid I Bt9-001 00410-7 M.ERCHAINIT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the Stale of Iowa(herein collectively called the"Companies")do hereby make,constitute end appoint,individually, Joseph W LoPresli;Mary Jane Gwyn;Mia Bush;Sheron R Cornell their true and lawful Attorney(s)-In-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding,Inc.,on October 16,2015. "The President,Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-In-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-In-Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof.the Companies have caused this Instrument to be signed and sealed this 24th day of August , 2017 . to 4 .°OR �d4'• , 4''•..PO •'' . ., • '�•• MERCHANTS BONDING COMPANY(MUTUAL) ..•‘,/c) R,q�.0IA .4Oes,ti ➢,4•A MERCHANT NATIONAL BONDING,INC. Q12 —O- 1..„..IA iiy:? -o- �. .. :a. X r7/4,. ... 2003• ••4). •y 1933 •c; By •.*74, 4f ' �Y •'%... .. •• * � . STATE OF IOWA � • President �............ COUNTY OF DALLAS ss. On this this 24th day of August 2017 , before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seals of the Companies;and that the said Instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. heat t s AUCIA K.GRAM o06Commission Number 767430 z My Commission Expires ' rP April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which Is still in full force and effect and has not been amended or revoked. in Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 3rd day of October ,2018 . ............ ..••p•••. .."4110 N4 ... •01NG CO,�•'. 'hy'40 4l�•y • V 9i�y% . ;:2 _O_ +oto: :::-2: -o- r''• : ✓Y • T.% 2003 is 2: .' '� 1933 �:c Secretary :dyi' • ;. •...• ••': •.....••.s.t:,..._-•,•.� POA 0018 (3/17) """"'. SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF Florida ) COUNTY OF Polk ) Jason Chambers ,being first duly swore deposes and says: 1. He(it)is the Owner/President (Owner,Partner, Office,Representative or Agent) of Tri-Sure Corporation , 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, firth, 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 agreeme on the part of the Bidder or any other of its agents,representatives, owner ,employe s • sarties in interest, including this affidavit. By: ason am•ers Title: asident Windermere Groves Reclaim Retrofit Bid IT819-00I 00480-1 Sworn and subscribed to before me this 9th day of October 2018, in the State of_ Florida ,County of Polk ____LAURIE_ ____R SiCit- Notary Public is t Micolim tomiG022608/ IMRE*June 10,2022 My Commission Expires: END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB I9-001 00480-2 , A florid() BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid:the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly,in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission,Staff,and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management,instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: Tri-Sure Corporation irm Name n Ctti 1 igi�ature ason Chambers/President Name and Title(Print or Type) 10/9/18 Date 00480a Windermere Groves Reclaim Retrofit Bid ITB19-001 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 i ,rescribed i 8 U.S.C. 1001. Date October 9th ,20 18 �'- �,4 Jason Chambers By: President (Title) Official Address(including Zip Code): P.O.Box 653 Auburndale,FL 33823 ATTACH AND INICU FE AS PART F OF YOUR PBROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQA END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB19-001 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. 1. This sworn statement is submitted to City of Ocoee,Florida by Tri-Sure Corp by Jason Chambers/President (Print individual's Name&Title) whose business address is P.O.Box 653 Auburndale,FL 33823 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(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 Windermere Groves Reclaim Retrofit Bid ITB 19-001 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. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of 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). 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.) 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH 10/9/18 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMO OFNT PROVIDED IN SECTO 287.017,CHANGE 1 THE iNFO' TION CONTAINED RIDA STATUTES FOR CATEGORY TWO INED IN THIS FORM. I (Signature) Jason Chambers 1. e: 10/9/18 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00482-2 Tri-Sure Corporation Name of Bidder(Contractor) STATE OF Florida COUNTY OF Polk PERSONALLY APPEARED BEFORE ME,the undersigned authority, Jason Chambers who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this 9th day of October ,20_. i: IAUR>ESHEICER Notary Public 04,6f/keeMY _ COMMISSIONS;• My Commission Expires: •' EXPIRES:June t0, •. Bon0e0 . PublkUnden"Iters END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB19-001 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: (I) 1 f have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previo s contract or subcontract subject to the Equal Opportunity Clause,I have/ V 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 fro I prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any • .r-tier construction subcontracts with a price exceeding$10,000. I also agree that I w retain sue ifications in my files. Date October 9th ,20 18 . By: ail4 d\(Signature of Authorized Official) Jason Chambers Tr Corporation oration (Name of Prospective Construction Contractor or Subcontractor) P.O.Box 653 Auburndale,Florida 33823 (Address of Prospective Construction Contractor or Subcontractor) 863-967-5506 59-1498145 (Telephone Number) (Employer Identification Number) END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB19-001 00483-1 Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria,as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. N. ,fie of Respon - l Tri-Sure Corporation By: Cat, 4 (A s ized Signature) Jason Chambers Title: President Date: 10/9/18 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00484 _____ ,....... , .4.--1)T, as -.., ,..,,n Z W w 5 o z Ln WQ u. w = 1...., I— O °Q W H ll E (' U Q co N O u, 2 O_ Z N tn- I Ln O� N c u t/1 i/I d 0 N �' O tr) Zal cn Z O M J .. W W w 2 I'M 0 N p tn as c co a� O U : o a.la" ce c' Z % G]. ,0 GG Q 2 W Q O d00- V� p 0 m ui c 0 Z = Q W � mw Q . �, T ® Q ® Q CL,,.. OW o �' c W t/3COOO �- Q Z ' f0 Z U c=n Win Z °J L I— Z Z U a c4 w E-o tn to O `� u_ ~ m U !, 4. o 00 CQ 0 = Z U cn Q 6 T V- p D O `° I 0 7 o Q ,(; 1 N � i o I— D p a 1 1 z cc Z c v �I CL �- o W ® O o L_ V > oZ 1 , Y � U i W W Q F I Reference Sheet Tri-Sure Corporation P.O. Box 653 Auburndale,FL 33823 Utilities,Inc.of Florida Springs Blvd. Force Main 200 Weathersfield Avenue $925,350 Altamonte Springs, FL 32714 7000 L/F 12"Force Main PVC&HDPE 800-272-1919 x1360 Completed 6/2018 Contact: Bryan Gongre Town of Lake Hamilton US 27 Phase 1 Wastewater System Improvements 100 Smith Ave $1,244,942.00 Lake Hamilton,FL 33851 3",6", 8"PVC&HDPE Force Main&Services Engineer: Envisors, Inc. Completed 1/2018 Attention: Brenton McLean 2105 Dundee Road Winter Haven,Fl 33883 863-324-1112 Traverse Group, Inc. Oakland Shores&Bear Lake Manor P.O. Box 121754 31,000 LF 4"&6"HDPE Directional Bores Clermont,FL 34712 $1,018,576.00 352-409-6630(Alex Shafer) Completed 4/2017 Utilities,Inc. of Florida Church Avenue&Autumn Dr. 200 Weathersfield Avenue 2200 L/F 4"&6"HDPE Directional Bores Altamonte Springs,FL 32714 900 L/F 6"Directional Drill &Water SVC 800-272-1919 x1360 $262,287 Completed 2/2017 Contact: Bryan Gongre City of Frostproof CR 630 Water Transmission Main P.O.Box 308 $808,140.00 Frostproof, FL 33843 12,000 L/F of 12"PVC water main 863-635-7855 (James Keene) 3500 L/F of 12"HDPE directional bore completed: 8/2016 Engineer: Chastain-Skillman,Inc. P.O.Box 5710 Lakeland,FL 33807-5710 863-646-1401 (Steve Dutch) Traverse Group,Inc. U.S.27 Phase 3 Relocation Project P.O. Box 121754 $270,000.00 completed 3/31/16 Clermont,FL 34712 352-409-6630 (Alex Shafer) Pirtle Construction Wedgefield Area School K-8 121 S. Orange Ave. Orange County School Board Suite 1500 $1,074,094.01, Completed 3/31/16 Orlando,FL 32801 12,500 LIF 12"PVC water main 407-757-7291 (Andrew Kennelly) 1,500 L/F 12"HDPE Directional Bore City of Mascotte City of Mascotte Groveland Force Main Interconnect 161 Knight St. $433,475.00,Completed 11/15 Mascotte,FL 34753 7,000 L/F 4" Force Main HDPE Directional Bore 352-429-4429 (Larry Walker) 1 Lift Station City of Orange City Orange City Water System Improvements 2014 1100 S.Thorpe Ave. $633,547.50,Completed 11/15 Orange City,FL 32763 10,000 L/F 6"HDPE Directional Bore 386-775-5450(Benjamin Bartlett) 75 Water Services Hardee County Wauchula Hills Phase 3 Water and Sanitary Sewer 205 Hanchey Road $1,510,461, Completed 12/31/15 Wauchula,FL 33873 6,207 L/F 8" sewer main, 6,200 L/F 8"water main 863-773-3272(Park Winter) Hardee County Wauchula Hills 8" Water Main Extension 205 Hanchey Road $205,025,completed 2/15 Wauchula,FL 33873 2,335 LIF 8"water main 863-773-3272 (Park Winter) City of Ocoee North Side Reclaimed Water Main Extension- Phase 2 150 N.Lakeshore Drive $328,965,completed 11/14 Ocoee,FL 34761 5,054 L/F 12" & 16" PVC Reclaimed water main 407-905-3100 City of Eagle Lake CDBG Green Acres Water System P. 0. Box 129 $281,300,completed 8/14 Eagle Lake,FL 33839 2300 L/F- 10"PVC Water Main 863-293-4141 Engineer: Envisors,Inc. Roger Homann 2105 Dundee Road Winter Haven,FL 33883 863-324-1112 City of Avon Park Water Main Areas,4&5 plus fire hydrants 104 East Main Street $1,262,575,completed 12/13 Avon Park, Fl 33825 41,000 L/F 6",8",10",12" PVC/HDPE Engineer: Envisors,Inc. Attention: Roger Homann 2105 Dundee Road Winter Haven,Fl 33883 863-324-1112 City of Bowling Green CDBG Neighborhood Water System Improvements 104 East Main Street $585,225 Bowling Green, FL 33834 Completed 9/12 Engineer: Envisors, Inc. Attention: Roger Homann 2105 Dundee Road Winter Haven, Fl 33883 863-324-1112 City of Sebring North State Road 17 Water Main Extension 320 Mango Street $1,199,860 Sebring,FL 33870 Completed 1/12 863-471-5112 36,600 L/F 6",8",10",12",14" PVC/HDPE Engineer: Envisors, Inc. Attention: Roger Homann 2105 Dundee Road Winter Haven, Fl 33883 863-324-1112 Utilities, Inc.of Florida Wekiva-Apopka Reclaimed Water Main 200 Weathersfield Avenue $3,983,811 Altamonte Springs,FL 32714 Completed 6/13 800-272-1919 x1360 36,000 L/F 16",20" PVC/DIP/HDPE Contact: Bryan Gongre City of Palm Bay RFP 49-0-2009,MLE Infrastructure Improvements 250 Osmosis Drive Portion of Port Malabar Unit# 16 Palm Bay, FL 32909 $1,162,834 (completed 4/11) 321-952-3400 Indian River County 16"Reuse Water Main Extension along Lateral G Canal 1801 —27th Street and 16"reuse water main 57th Street to 53`d Street Vero Beach,FL 32960 $901,103,(completed 5/10) 772-226-1416 City of Palm Bay (Port Malabar Unit# 12&Portion of Unit# 16) 250 Osmosis Drive MLE Infrastructure Improvements Palm Bay,FL 32909 $2,016,389(completed 5/10) 321-952-3400 City of Palm Bay Water Main& Line Extension,Task Order#2,Unit 31 250 Osmosis Drive $3,997,610 (completed 7/09) Palm Bay, FL 32909 321-952-3400 City of Palm Bay Water Main&Line Extension,Task Order#2,Talavera&Van 250 Osmosis Drive Buren Streets Palm Bay, FL 32909 $217,398(completed 3/09) 321-952-3400 City of Palm Bay Water Main&Line Extension,Task Order#2,Unit# 11 250 Osmosis Drive $2,236,524(completed 10/08) Palm Bay,FL 32909 321-952-3400 City of Palm Bay Water Main&Line Extension,Task Order#1, Unit#10 250 Osmosis Drive $1,903,244 (completed 1/08) Palm Bay, FL 32909 321-952-3400 City of Palm Bay Water Main&Line Extension,Task Order#1 250 Osmosis Drive $524,494(completed 9/07) Palm Bay, FL 32909 321-952-3400 Park.Water Company Water system upgrade 25 First Avenue,North $2,250,860(completed 6/07) Lake Wales, FL 33853 863-638-7441 (Tony Stoiano) Utilities, Inc.of Sandalhaven Sandalhaven Master Lift Station and Force Main 200 Weathersford Avenue $2,752,983 (completed 4/07) Altamonte Springs, FL 32110 407-869-6961 City of Davenport Wastewater Treatment System, Phase I P. O.Box 125 $1,387,095 (completed 3/06) Davenport,Fl 33837 863-419-3300 Engineer: Matt O'Connor Post,Buckley Schuh&Jernigan 335 East Van Fleet Drive Bartow,Fl 33830 863-533-7000 Ilardee County Industrial Authority (Hardee County Commerce Park Water&Sewer System 312 North 7th Avenue $478,003.05 Wauchula, Fl 33873 Completed: 4/05 Project manager: Glenn Gibbons Mike Carter Construction, Inc. 1201 Ninth Avenue, West Bradenton, Fl 34204 941-745-1700 Polk County Florida (Waverly Utility System Improvements) $2,093,396 P. O. Box 9005 Completed 4/05 Bartow,Fl 33831 Engineer: Mark Addison Chastain-Skillman,Inc. 6250 Hazeltine National Drive Suite C 116 Orlando,Fl 32822 Indian River County (16" Sewage Force Main on Old Dixie Highway)$1,198,277, 1840—25th Street Completed 5/03 Vero Beach, Fl 32960 Engineer: Earl Masteller Masteller&Moler, Inc.,2205— 14th Avenue,Vero Beach,. Fl 32960 772-567-5300 City of Auburndale (Tenoroc Effluent Reuse),$437,779,completed 10/02 P.O.Box 186 Auburndale,Fl 33823 863-965-5549 City of Lake Alfred (CR 557 Water Main Extension)$261,838,completed 4/03 155 East Pomelo Street Lake Alfred, Fl 33850 Engineer: James Hunter,P.E.,CPH Engineers, Inc. 1117 East Robinson, Suite C, Orlando,Fl 32801 , 407-425-0452 City of Lake Alfred (Evenhouse road Water Main Extension) $90,322,completed 155 East Pomelo Street 4/03 Lake Alfred, Fl 33850 Engineer: James Hunter,PE,CPH Engineers,Inc. 1117 East Robinson, Suite C, Orlando,Fl 32801, 407-425-0452 Indian River County (Sebastian,Phase 3D)$1,928,592,completed 5/03 1840—25th Street Vero Beach,Fl 3296 88,168 L/F of 4",6"& 12"PVC/DIP water main Mike Hotchkiss,P.E. 772-567-8000 ext. 1821 Indian River County (Sebastian,Phase 3B) $1,895,078,completed 5/02 1840—25th Street Vero Beach,Fl 32960 77,267 L/F 6", 8" 12" PVC water main Mr. Aaron Bowles, P.E. 772-567-8000,Ext. 1922 Lake Groves Utilities, Inc. $179,750.00,completed 3/15/01 2200 Weathersfield Avenue 6000 L/F- 16" PVC Water Main Altamonte Springs,Inc.32714 407-869-1919 Engineer: Steve Romano,CPH Engineers,Inc., 1117 E.Robinson Street,Orlando, Fl 32801 Phone: 407-425-0452 Indian River County (Dixie Heights)$1,059,450,completed 3/01 1840-25th Street Vero Beach, Fl 32960 50,000 L/F-4",6" & 12" PVC Water Main Mr.Aaron Bowles, P.E. 561-567-8000,Ext. 1822 City of Fellsmere $367,851,completed 4/01 22 South Cypress Street 12"and 20" PVC Water main Fellsmere,Fl 32948 Phone: 561-571-0116 Engineer: Randy Mosby, Mosby&Associates, Inc.,2455 - 14th Avenue,Vero Beach, Fl 32961 Phone: 561-569-0035 Ranger Construction Ind., Inc. (Owner: City of Palm Bay;Project: Unit#9 Water/Wastewater) P.O. Box 705 $600,000 completed 9/00 Grant,Fl 32949-0705 Attention: Mark Veilette 321-725-2700 (Furnished labor and equipment only to lay pipe) 46,000-6" PVC water main Volusia County (Deltona North 12" Water Main Extension,Phase 2A) $50,688.00,completed 7/99 123 West Indiana Avenue Deland, Fl 32720-4262 Martin Paving Company (Owner: Indian River County) 462,352 9436 U. S.Highway#1 Sebastian,Florida 32958-6395 (Furnished labor and equipment only to lay pipe and bore driveways) 332- 6" driveway bores 46- 8" driveway bores Install 90,000'-6",8" & 12" water pipe Highlands County (Fransvilla/Lake Francis Road Water Line Extension) 4320 George Boulevard $323,875, completed 1/97 Sebring,Florida 33872 Engineer: Ron Cauthan,Chastain-Skillman 2702 Fairmount Drive Sebring,Florida 33870 941-382-4160 City of Mount Dora (16" waterman along US 441) $234,413 P.O. Box 176 (Completed 10/96) Mt. Dora,Fl 32757 Engineer: John Toomey Dyer,Riddle,Mills&Precourt 1505 E. Colonial Drive Orlando,Florida 32803 407-896-0594 City of Bunnell (CDBG Water Distribution) $332,882 201 South Church Completed 11/96 Bunnell,Florida (14,000'-4,6,8, 10& 10" PVC Water Mains) Engineer: John Froscher, Commonwealth Engineering 222 South Westmonte,Suite 108 Altamonte Springs, Florida 32714 407-788-8111 Indian River County (26th Street Master Planned Water Main)$871,589.00 1840-25th Street (22,000'- 12& 16" DIP) Vero Beach,Florida 32960 (Completed 9/96) Engineer: Mr. Bill McCain,P.E. Indian River County 561-567-8000 City of Auburndale (Northside Wastewater Facilities) $320,227 P.O.Box 186 (23,550'- 10" PVC force main, 1850'-6"PVC force main Auburndale,Fl 33823 completed 4/96 Engineer: Steven Dutch Chastain-Skillman, Inc. 4705 Old Highway 37 Lakeland,Fl 33807 941-646-1402 City of Auburndale (I-4 Rest Area Utilities Extension) $456,344 P.O.Box 186 (14,839'- 8" PVC force main, 10,500'- 8" Water, 8" & 12"DIP) Auburndale, Fl 33823 completed 1/96 Engineer: Paul Bizier Chastain-Skillman, Inc. 4705 Old Highway 37 Lakeland, Fl 33813 941-646-1402 City of Fort Meade (Effluent Reuse Transmission System) $313,675 8 West Broadway (16,500'- 12" DIP) completed 2/96 Fort Meade,Fl 33941 Engineer: Douglas Layton Smith and Gillespie P. O.Box 53138 Jacksonville,Fl 32203 904-743-6950 City of Avon Park (Avon Park Lakes Water Distribution System) $273,942 110 East Main Street (25,000'-6" PVC) completed 9/95 Avon Park, Fl 33825 Engineer: Ron Cauthan Chastain-Skillman, Inc.,P. O. Box 1281, Sebring, Florida 33871 813-382-3760 Indian River County (Phase IV,Contract I,Oslo Park-Water Main Extension) 1840-25th Street (15,922-6" PVC, 6,638'- 8" PVC,2,812'- 12" PVC) Vero Beach,Fl 32960 ($528,595 -completed 6/95 Engineer: H. Scott Doscher H.F.Lenz,Inc.,601 -21st Street, Suite 301,Vero Beach,Fl 32960 407-562-1222 DBPR- CHAMBERS, JAMES H;Doing Business As: TRI-SURE CORPORATION,Cer... Page 1 of 1 12:26:17 PM 10/23/2018 Licensee Details Licensee Information Name: CHAMBERS, JAMES H (Primary Name) TRI-SURE CORPORATION (DBA Name) Main Address: PO BOX 653 AUBURNDALE Florida 33823-0653 County: POLK License Mailing: LicenseLocation: PO BOX 653 AUBURNDALE FL 33823-0653 County: POLK License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC040079 Status: Current,Active Licensure Date: 11/18/1986 Expires: 08/31/2020 Special Qualifications Qualification Effective Construction Business 02/20/2004 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 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 mail 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 an email address if they have one.The emails 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 can be made available to the public. haps://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=829A977F7F5DCAC8E... 10/23/2018 Licensing Portal -View Public Complaints Page 1 of 1 12'1 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 Department;for example,al against Community Association Managers(CAMs)are available to the public,regardless of whether any appear below,and may be requested directly from the De 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 please visit our Public Rec You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Unlicense4ActivitYSanRI: For more information about CAM complaints,please visit the CAMs nags. 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 to return to the Licensee Dr Number Class Incident Status Disposition Disposition Discipline Date Date Date-Description 2fi9.1Alalr.stsngBp39a.LI 11 ttaf.kna s giotpmerQ.getact Gamic"Cuumrcr Crntatt Cent,:010.487.1395 It a�lale o!ilcrri1 a an.WDDO eawkoye'r.501rvataht 2a07.201.M114.➢11Ididl,e iu ra0latamsei a.04 law.•rno.l+Orf•et,ta a nuWr,retools.II you Iv oat mare yowl otlaa ad4.t,Messed In,,,pOhS..fa a{xpti .e.0.0,x141031.dV rwt slAb afa:letlhc!rlud 4 Ills entity 1 555,f.$mien( ,nIswat.the ep04 Ob b 1x,141 t. .I) sl 1850.40.11S5. h 1 _Inen455215(1)110000 t Oral.08410 12012. tense FO;.1.5.SenalawaDearnene r J.d�erns J i ',a,hn,.a ry e,»S l c.dk l may a 1 e ah M kens..1,a ll aal,e p ISl0 x6[0.4.1'you d0 n..t wish to Su 1na11upolns .0h+ 4,,til afl,vctw canad. veatie the NISI( https://www.myfloridalicense.com/viewcomplaint.asp?SID=&livid=812969 10/23/2018 Detail by Entity Name Page 1 of 2 lierida Department of Slatq DIVISION OF CORPORATIONS wit,tot Yo'!:of((No4t;I'.lrltrt Dep:)riment of State / Division of Corporations / Search Records / Detail t3oclment Number/ Detail by Entity Name Florida Profit Corporation TRI-SURE CORPORATION filing Information Document Number 446047 FEI/EIN Number 59-1498145 Date Filed 02/08/1974 State FL Status ACTIVE Principal Address 709 PINE ROAD AUBURNDALE,FL 33823 Changed:05/18/2007 Mailing Address POST OFFICE BOX 653 AUBURNDALE,FL 33823 Changed:05/18/2007 Registered Agent Name&Address Reed Mawhinney&Link,P.L. 1611 Harden Blvd. Lakeland,FL 33803 Name Changed:02/02/2018 Address Changed:02/02/2018 Officer/Director Detail Name&Address Title P,D. CHAMBERS,JASON T P.O.BOX 231 AUBURNDALE,FL 33823 Title STD CHAMBERS,Kern A http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entit... 10/23/2018 Detail by Entity Name Page 2 of 2 P.O. Box 231 AUBURNDALE, FL 33823 Annual Reports Report Year Filed Date 2016 03/29/2016 2017 03/16/2017 2018 02/02/2018 Document Images 02/02(2018--ANAVAL REPORT View image in PDF formal 03//16/2017_-ANNUAL REPORT View image in PDF formal 03129/2016-•ANNUAL REPORT View image in PDF formal 02/10/2015--ANNUAL REPORT View image in PDF format 01/14/2014--ANNUAL.REPORT View image in PDF formal 01/31/2013--ANNUAL REPORT View image in POE formal 01/24/2012__ANNUAL REPOR I View image in PDF format 01/05/2011--ANNUAL REPORT View image in POE formal 02110/2010 ANNUAL REPORT View image m PDF formal 02/26/2009--ANNUAL REPORT View Image in PDF formal 01128/2008--ANNUAL REPORT View image in PDF format 05/18/2007--ANNUAL REPORT View image in PDF format 03/19/2007--ANNUL REPORT View image in PDF formal 02/03/2006--ANNUAL REPORT View Image in PDF format o21Q L20_91--A .ALB€E.43L View image in PDF format 02/04/2004--ANNUAL REPORT View image in PDF formal 02/03/2003--ANNUAL REPORT View image In PDF formal 02/11/2002_ANNUAL REPORT View image in PDF formal 01/31/2001_-_ANNSIAL REPORT View image in PDF formal 02/04/2000--ANNUAL REPORT View image in PDF formal 02/11/1999--ANNUAL REPORT View Image in PDF formal 01/28/1998--ANNUAL REPORT View image in PDF formal 01/28/1997--ANNUAL REPORT View image in PDF formal 04/22(1996--ANNUAL REPORT View image in PDF formal 05/01/1095-ANNUAL REPORT View image in PDF formal I..,f!3 I' ,.,,ent ee ,atx.Ulvismn.f Cayc+a::orH http://search.sunbiz,org/Inquiry/CorporationSearch/SearchResultDetail?inquiiytype=Enti t... 10/23/2018 PROJECT MANUAL Windermere Groves Reclaimed Water Retrofit BID ITB19 -OO1 ocoee florida September 9, 2018 Prepared by: City of Ocoee Utilities Department SECTION 00020 INVITATION TO BID ITB19-001 Windermere Groves Reclaim Retrofit 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 P.M., local time,on (Tuesday), October 9,2018. 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 Technician 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 the City of Ocoee Utilities Department. The proposed project will be awarded and constructed, in conformance with the plans,specifications,and City of Ocoee Engineering Standards Manual. 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 work which is generally described as the following: Base Bid: • The project consists of the installation of approximately 437 lineal feet of 10-inch, 1,025 lineal feet of 8-inch,2,401 lineal feet of 6-inch,and 2,147 lineal feet of 4-inch High-Density Polyethylene (HDPE) and 178 lineal feet of 10-inch Polyvinyl Chloride (PVC) and 590 lineal feet of 2-inch Polyethylene (PE) reclaim mains by directional drills, and connections to existing reclaim mains, valves, fittings, pressure testing, open cut and restoration of approximately 1,061 square yards of roadway, driveways, curb, sodding, seeding and other restoration as may be required. • All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies.All work performed will be required to be done while maintaining the functional operation of the existing reclaim mains. 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://vmw.ocoee.org under the Living/Working with the City section. Windermere Groves Reclaim Retrofit Bid ITB19-001 00020-1 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 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, September 25,2018 (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 ITB19-001 for the Windermere Groves Reclaim Retrofit"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, 2" 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 Windermere Groves Reclaim Retrofit Bid ITB 19-001 00020-2 transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [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 September 9, 2018 END OF SECTION Windermere Groves Reclaim Retrofit Bid ITB19-001 00020-3 LLI zc'2n, W a LLJ E":n . i O ti w m^ 0 0 „i z a 0 Q < = w o c o o = o m O m o �� O c •N N •c7 N •� — •� Y X C o ,..„Lu 1 o m u) N C .0) c N m m c E 'E 'E > E m m -`o 2 L.L cn Lo S, E E it E p E LL c s O w -) m Cho � 0 60 o rm � rn w2 cU EU coU mV o2 U m � J N. co o — .__, l' 0 CC i � � u N U 0 0 'o o Li 0 tcp O L.L. �L V L U N (u ) .6 cL W E U ell cc — 1 1 ,i k _ d va.y�a.w 1 i cn cn �a -zIr N pu�iNliw , po zz ��::: �� 7 r.. a7 U1 VlN ii. ��1� Y :� Z �.Q.VVVVVmmmns• O _VOOa) Na) a)�~ ��� iliIN�mi E a - I N Z Z Cl-N N N N N m N a)pp � �a7 (a (a L L L L L L L L��12 ME niak-- h�1 Al�/ $ x `mE a> o an cn cn an cn cn cn u) a> a) a) a)„� .�„ ,I'� of cccccccccccccci. I > o c m m d m mm m masm m d a� a� a� Bilftlfelgiliwa�� I�m� - 0 Q 1 C0 CD a a a. a a. a. a a CD c0 c0 c0 c0 c0 �l6pE AMIIIIII IN aoi o� �vi4 � cDTaooi ?i�= M L � t L rririv �ico� cooi rrrr_c�___ Iblll •mm ,�.. m 2P. W PI oi Z x= zw_ W atm U C) W = -0 O N V/j ) N I.' 88 88 8 88 8 4 8888 8 8 FIR/ .'4 ., ., .. .4 o d ., .i o or m O 88 8 8 8 a 8 8 8 8 8 8 41 88 8 88 8 8 8 8 8 8 8 8 8 8 .. ,: .: .. d d r, 8 0 8 40 8 88 88 8 88 888 888888 8888 88 �- .. .. 4 ,-4 .. e .- — _888888 , i 8 � e8 0c C d g 8 8 8888 8 8 0 IE! O Z,8 8888 88 8 8 Ea E 8 o dni44 4g roi 8C 00 E N 7 8�p 8 8 8 8 8 8 8 C. P N .. N N .. b 1+1 a 8 8 8 8 8 88 8 8 8 8 8 8 8 8 8 8 8 88 8 8 .. a .,°i . .44 ,4 .4 .4 .4 .4 .4 .-i .4 ri ri . rv .. v m 88888888888888888888888888888888888888888888888 c▪ ▪.. .. .. .. .. .4 ti m e o .n4 g .4 .4 .4 .4 .4 n .4 .4 .4 ri v e v .4 ry .: 6 ry ti v •-i gi .. .. .4 g 8 a g 8 ,4i U ,§ U N Wfri OW 0. I d N E E E E E E Eddas 7, E E c E d a v v a IT, y ,' ,'n ,.9 ,' .7, ,"iLLLLLLLLLLfifit .6� tt .6fif,i c .5z ., A ai. i. > t W ~gr`n ww4Lww4Lw4Lww4Lw4Lwwww4L � ww4Lw E i 5 a dT W W E"0 w w 3 gig > C O LL H H O L 0 m r U m0 Q 8 O d O O O v W 4>0 3 LI. o 9 „a >_ v) Dt. y33 � 0W - aoNy .E• � w3 • 2225 drm a no ? E . EEEf - - t - - i1 E.' Q « m— s E << E3dfi, F _ Q• u2ww . . . was anv' ag a E . U w .' 0 5 5 .i ,0 v ,SttccihEQ — w : c0000 grvo o ,^ EE33 , 9 ,° a Cooouu n to ' ammmt _ .. a - 0 0 \Eo o 6mmmmnmAm . ~ 9 v ' c—,— v �: `o n N C .. .. .G .. .0mao tFF•g'Ca z12cvt= 'LL t .n' z ¢ C2Sm�N. pOp GCC O ' — > — dKuLq ww %% CCCiCC. q . a a U 9 V V a, . . - o . -2 C iiii mu ut ? .., ,,2e2 .. . . .. -, -,-. . > a00 . 9 .. : - m , awuuo00 •-' o2 >- , s c °°- ” dm oamv nw Eu a s ' o > o ' a« St- 25-- --Ir _ _• _ _ _ _ ° ° aoxxx . . m 7 _' $ ° i aa' EEEEEEvav ,S ` pH a .iuuLLLL 2 coaco obaioCb o w to v ti b o to b v 8 z O 2 H H K z K K K K H H h / 6 E ,• -, ,. .0 -. . . ,-- o. . 274 '.''-i tr. 34 :1- °.° . F./ nrvr"'irai ,'"-+ Y°-, r^ir°D, ,°Jmmmm ,AmmmA °A 44 a4o44. d iiirr 03 cC N ILI N Q -- Q a y z O v i, Fri ; N vi �—��z 3 0 11 p) co 1 N D ro 0 m IV ° 0 CO 4 ,..___,_______,4 . CI V V V •�IIIII'l) IIIIIII Pr..� �� r^ 4=. - ' V I ------=----4;.A q 0 � N a wm o �4 m a o TI 0 0 0007 n '00-0. 0•0011111111.11111111111111"11111111111 r'Wym Ill a° -x z Zrna m w i A m p If n a -s f N m Z P- Windergrove Ct. r 77 Maguire Blvd. CD C L.) co. CI (D N CD , ci) *Ccp = d (D C (6 (r) 73O (D CD m o 0 I I I I I I I I — I I I I I I I I 3 2' 1 I I I I I I I a —n o 0 3 1 �, ,t ` I I I I I I # 3 m & I x Fs p c T 1rg I 1 l y .. 4 I I I * > I 1 1 1 1 I I Ig I I III I I I vL_ 1 I I I I I I I I 1 I A I I rL., I ©O m v m m m ^ m No o N .N. m N p m m o m x) N ,, m a '. 2 m s 9, b'N — N F m m d m ; -. n n y . :fl p . W z p m A 3 n A m `E v f Q o v Q m m w o S ro N m m N 3 3 N '1.' E £ m N m T m Q v N m m 5 m v m / ` N y O m n n mn m E £ ran T , m £ p m m T m * v > m n ~ m w E. m 2 3 m E 3 m m g 4 » G m m 5 gl m _ < 0 3 m m g. (0 m m A w ,1- 11= 5" w 3 EK -‘1,- Wig 4 - - rn FA- 3 II 37. m a m m N m m m— U fiS i 2 Om z Ir L,, w w z V2 -.7i 702 .c2 3 0000 p - > v v 0 « n 0 0 jOz L — = N YE ° c c O N 0 8 « C y n v z w U o u v oE c a cra , ,,10 a .c w °u5 " u •> utu xu Cc,a2 °`3yc LCd2in ic' N 2c can- -E. W O Y NEVnA .1"_' E 2 p Y.E « a o C . = 3 p ^ c ° ° c8. toa `o t o , Cl ECm , « ENnmo cv. v ctaE $ a InZ; voA ° E aw `a � q « ,; C w - -1cc ,n a . ° t'' ' Z.Ypm . 6 w « o tcnnm, _ 3 2 a« iJv > a ' o0^ ' wY ° « v E ar 0 nJ' mun o « al o uy . . p C ' « al EN YTV N L n N nEEN > C E « u o v m o 3r "-.. co LLEYoocmucc0 u CO — ° awvm ?' v ` Y - > omf, m « E ti m -o aweom aL " 4mv cT x- .' o ¢ CLYm -" ,EE — n o U , ° N '8 ° OE yN n , x o ° o ° ° .o 2 w7, wm n voO « 0 '" >o E n ` .sc0U ° mmv « o0v E. ac m n on Y C :: m 0 ! ° — oN > aya .c. oaoo � c o n E v oo7,5 "12 ; « aow > . rd' CO ofm ° n mu o . � f 0 0E 0 c n 19 ° ` Ozn ° > 3m ° ¢ v vc ¢ w « umczv m < .“243raroE . Eu n . N .74' N- - W , N U M c C O O0acO ° a L d O = a — —c- - -0 ° . NNN. 12 6 r. 13 ioc• mvot _ ` .L1' co 0 mo m ° 0 c0 ° ov Cw u >_ Lv E n c m um vnon _r~ « _ oo ' 0 . a E Qo ac > E c x coo ` a mo ` 3u0 «> o o« w ooau m5yc .' " Uu no L -c,,' OCN3 0--aL E1 O «= 3 , - 00 - 0 t E o - - ' 'vo ' 'Es c - H y , 2nice, ,a M o 2 « « o m O ° E3 ° ;2vnnN \ N ON 3W E ^ L orE 2. 7. la N P8 v v o ~ 0 : . � veC = 3o vcE ,,Np u .r, La ° Om aa a! ca p ato ( u mO a1l 0 ^ opot-', OL $ n r° c mEm_ v CO yl .m. = A0a _ O c to O m «C 6OO y 0 t X - 5 cut > 8 Nv n'O 0 E (-"g H o> m3 o °; c p $ =« 2 -0 a+ • E oc ' u'' ` ` o 3 « o " r w Fv3 7 a o > > oo N _c ° oo E 2 77.` ` o cwo- a. O w m m y . 21"2 oo ° o v mmc ,_. n N` n 2 m « w o N m E ?- oo Pow W H 0 0 0 ON OV E c 0 a! N 0, >0 Z cNO W -. O .O N n nO L5 NC "=". - w — c. 54- f0 In yYCCa OO _ NN U00Y m -0 >= L to Z o V CS0Y N n N V « N A w W, ' ' ° • ' camNvo « ¢ E v c7 « > ` ° ow — aT y � -o uy O 2 ❑LL OJ ti °'Y t ` O - m - 0L v 0 4' : 8 NaO N - 0, = 1] oat . ' E ° o 1.-, OEo0 CO 0O > n / ` riQ q_ (3 m Su m al L C O y l° al U m n= LL t b O Q V Q0 0O = •• LH H « « ° o io ` « N E -.°) 2 5 a un2n0u ON N N aCOOLL 9 ,-1 W I O1 W v p o > a = -0_`' aEEl "c a - E � >3 30 / lit 21 ,13 E 4 JCc - C w — 212 m w ° aCOOoc 0 a CO a = C — E ESc _ .' m a vv c 0 mwOO wm 0. cZ2 7, v oum « vN V> 0 c z yod -`g-T,2. % 46- w 3 oa U a vp rE a N cEa uiU >' >. Eov ' o.$ Y cn u . o = Nm . C ., E -N — q ` ` Y E v 5 ,- mc V p — v > 5 — m LL om « n zo an = o t m o f 2N vE CC mN y - C Ua O' ?m2 A « O 'O = wc CN ° — o c oLL' ,, VI r. • v wvo :o c g1—,T,, c y •cop aN O N 15 a c � .7.1]_ ,9 w > ,9m y E E , yv v a a ;Illi92a « ` ° U c m E o m a ' m vwm _ ,_ wia Q0w« IA d y m '' 4 t wc « V E-`2 L'' o — o 1' v E o « $ Nc31 « L «m aoc , coNC viE > v4t ` ` U cE o ' 0 >cuLL wuv — ,0 a oo " F. 41 ¢ w al .n > H 22 mp l7 ? a m N ,> o . ma o w o EcccE w « >, 0 o4 c o y , f ` 'al ,t m 2 u w Z . o 0 't m w oc E t. v ov E 2 :> v « m « "' u -,- ,t w m '� 3 .� .v cv $ o EZ mv 3 a1 - m TO- « 0- U T >. 0 2 p N p . « O d a N « C -fnN1 ` E 0 « tiQOQ a. EO O § = ' - zCcF Upy Ea' mouw m oo 00acE «N y` o Laoo oYawo an mti u unm `mv FNN °-' .« °12.. ` a ° . 3Q 2 2 ou " Ec 0 > 'yEov co -ti . ` v ' � - " v v ON o E 0) 0 ¢: 0 Omo ` 4 H r -n 3 u � o = = >i a n ¢ 3 o -o _o v1- a H n uu Nv _ U ,- N C V N « n «m w w o0 ¢ v y 2 0 E 0 a ° N ym u w Z e, W w_ U w N Zul U a) O lA Cl- N N O° ` N N fX Z 15 To v v Y o v E2 - v v v 'm v � � � 2 0. E c - E o = ' t i. nm •? ` N a) -0 E ` . ' c "Fo a ; m - > cu -m >. O5o n C0mvm aEm vry = a:cnvCv ' p « CO a , mE oa _g o q1,.-ii a, ° vir ° j E « n3cv c n. a .n « E• E .n w « e y o u U:lel, Yo v v 0 cco °. yd .5 aNn W C_ O al Y 5, 0 c cN q ccm H v t Q a7 _ .° O - L Nd C2. ° n L v ._ O 2 N 'c « oE ° p " ` 2 m E` c c m v ' 0 - ° m ° ' L + c a= c c ma - mt.g m v 'cN O j « mo .3 Em ° v m " ° no m. ° " O- c 0 v u, y cY Ev v c ac7) c ° c > • c « vEv C � Eot. E ° « ° ° a ° C (D al « ° m. .r v a.< • E o c o - N 2 ° m -o ° o w L a c 2 w 1o c "Ec E o`oO = .7, o p w 2-2 o d ooo . ` y � v v « a i 0' m v o m a o „ m n v -0 m= i w E mn o m • w m v c t W 1.- i° , a .-5 .72 - -g,' o -O « 1vvn Ecw . vzaZ a v rnma -F, ,2 ` ° cv v ° m v0 'Ea ° > c v WLLJ ELAY _ ° LvE0 .2 mvEua ° NE 2 , v d '0 « LLm v v2 as ou ai c cEm c E E 5 N w E v c u L, NY o « « ° = ' d v d g ° c c 0 QQ °vF ` ° uv ' v n ° ° Q o 0a 5v ' v n ': CO am Oamm m m m m W LL 0 O rn W w vv v o ` m c m ° 3 0 v o c m ° > :° o 'Z•_ 3 F- m « =ou 002 N =m ` E ` « 03 .g..2 m ` ` t E _ou" Lr aE o mc. u E u an n ov c n c ~o .E > oa u c a .E 0 .c m a o c m " c t L n E2 'g ` v - v $ ¢ m = ° 6a a m yo° c 'x « i v Lw s x Y oN m« . Uo ° E ,2 u o aYo m c w,v . « mmvN « mo . vvv :92 En m 3yo v ooY vyo .Emvn m a �. m- cn c � « oS « ovamL• v v - v « • Ec 3 u a u n n m, 1 � T • ,a ` , , v $ -=o «v E v« woLa s a; ro Pn gv2an y v - « io N u 74 0v nU0 v v .," _ ` c ` ° oa ° � ~ = y m riisa ' oma ocm . u o v5 v- o ' d =EE -°, 0 o n cv > w .c ` >. N v c a vm , m a v « E v v a ;i"' A il {c „ F• o E o -5 -g.- ' 75 O n: LoFvE8v �n'� lli IiD o m oc a « a v ai 9 a c ' � oo m m w co v m a f c > n m _m ,_al ,.. N - E ° -° - oaa, q , « 3 E oaEFn C c ,A.na $ � ` ce t" L v u o to o c n« c ° cvmc _ 1 E Y cH ` o n ° m - . m e N - ? «' ^w v y -, N -O c ,.:- g - -0- a Fooc c c of !` nm = va '" o a °% o °° y v v c m 'a^ v w _ ucv d N EE -0 vo u0 v g Y u •Ev vY c -cg E5m ° OEn ', ° .2 _ E a O c ' C= O N O L N 0 oO . c " „'§' N v C v E WcO ° . ac °m 0 c .m2 d E m = E rr wo 0v . woo 'aN au E - ° n m sc ° . o F. my c aa Nr av « N ti ov m 2 u w Q .n ESvc ° N U v ' « v w oc t o - c mmo «' o Y rn "' mc ,2° « w w g " 2awoEEoovE Ea, .m ° ,Fo « >v c as va - o 7„ 2_ L' a° � c •o o N0 a y v L o a A ocda 0o 0a o - = o 0v oQQ a a co ai °c - ° m E om iv « O. ,V 0., c CO.a °' v a m il, n N . u -' . al O. a n al QC .11 t° n as N O '- N N N N N N m m m m N Q 6 z o E v n v m Ill rq K w s W Wm Z m5. w rs�om U m U m o(7 O c E iv i8 w�crao 2 n m = Urn y3 m O) E U N U m W W pi e�ln6eyy I `a I l W d'> O VT ,L1' m Z c x m UN U © :c- 7 xy 1 o m 2-co Z I 1 Q f.t i 1 O0' p .,.2"..J " CD if) a) c L YJ ana6�apu!Ah — 1- — — — -k — — -�a I o R7 ., — 2g E Ii *O Urn U cC �� W €8 0 w—�zma o — m m o ya a a'w W � 8m>m m m a_ U Tc 6 v w m I b U U O O CL CI W F *L5' >_ — O N O W -8-E E £N m a a N U N g z W H mt E m w z v m o `o in W c".In m iz 1U c Q U'1-3 E- df4 I ' Q O LI- g {.1 1L a i m I 1 . �__ . .... a O (n W II _ -/- A_ 1 J d m o 1 II '' _ _ rn E F o — _ yam ` "_ Ia°'i - ©I Pr �- - j = Lt! 111��(1(flu i m o U 2P. m 2 a ..8.2 `EV `EVN C Z U m x 2 U U to c t a o d UN a N 0 O Y O 7.-^° !!! "..."(1) U a p Q a z E N O E cD o N w n o t- 0 w w .em w z ho W i; U W N 0 ..9..0 as n o E.R.t O o nWCI) `w a > N 0. to 15 o a) i2 15 cH C V $ a) n ❑ N L cn 2 o ` co m V. U v .a.)Um U C d 8 / w r, i -`i /w, ,i- u_ a — c w W w �� d ❑ o NU Q o „z 0 8 A' 2 w S CI II 0 E 2'E �8 O w 2 U m U(9 H J o U j ti �`�(((1(llu - co N O m y -J iA cd 45 Lil, U II ¢ 2 E m x 0 ,§ w r a ❑ ' d ®(p CO a wt a o ❑ `w x o' `o n w `a ❑ a z mg ,Il m c z x o w .£= Um 2 UN O�-.. m OJ 1 a U a o' /_ O Gro a�pOP — N M v m `- J veemer �r� r o +` N .. K Y. r, x fl U N 2 v N tW / 5 g / -4 e. 0 2 x 2 z c w y x CD Z o c^ © ; _ r U U Cii L r °a F w m L� © E -0 C o U C U CC 2 c 2 t9 U y d '0 m 2x 1 N Uv x I `o m UN I O U W F WK O W H m ' IZ 7 c, L, W w ' II] = a I H N r U 0 w o " w >I d L.L o 2 o E u �I J❑O f 2x w 7,_ N O.' J Q 0Uo cx FDN m v c \ _ w n 0 L8 «x `om h So 0 O. w \ #774 -_ d I ll(��IU _.,�III,II„II„IIIIIII CAS 4B- N U ,2-wZ 2m i 1� \�_ O A -- i m S Jm p N m N zE m 3 w `m w U II Q E U, O m ❑ 0, 1— g c m . y w 8 d ❑ z-- ""--"' 1 2x N U CO c t o , Um L4 I' W _X Z 0a z _ W s; m W w rn u) o m � o -- C5 a� a) w d7 N r ❑ o L o o _ o c m m n N m m O. 2m ca E — E a ?d 2� 2,� 2el 8 U o `o I, oa2i om y �m Q' U U V l U(7 U y ,§A U m I F J I`n ©I r l© OY o w 0 - -_-._.._�._-._— N S _I 1 Z I J _ O © j I o U fX oa o o W CC L.L a 0) W IE 0 a rn 3 w I— I a s s o a125 o Zo U ❑ co ❑ la 15 tfr U m o w (§13 VO ; il/ Al Q ;;;;%l �01,,," p co NgY O y O s Lu Q .0 2 o _ O ice.-ff, p ❑ -' fn z t3 m iiiw m' z z o w x 0 O v t iftri) 4 CL U W U.1 C) 8'd laayg aas I I I N2' t J N t,' 1 C W A I 1 N N C t 1— I m i m °m I 1 v Uv1 c 2 ' Uin LiZ "= a cD m $ o I g9¢ CD a) CD C1) ft m m CU I mc2 LA.- al CD I E�m� jct w > U EY a � m - N o_ co m o s..l- -1- -I_.. or' v z qm cW mz o° `o m m U 2)�m `oz Um I U F W f CI w K I I 0 I 0, Y W H. 2 44 1 z—� — �.Y 7, a W W " a J -- II N- -- -jeo�a�auisanoxJ- - - -I- - - - n - dbe�aiawsawi;J - - -- _. in (O' m lz- "� 3 © CL O o K E [U...] .7_,j..,,,_,.,_,...,,.„,,.,,,,,,,..... 1 .' _F; I-- m m U g. a m t ............. / i 71 m oUtn a� ft U ,=9 w c 8-E,"2 ° m @ o U 3 t';. `oaa = m UxTv to 1-2 n m o oU U m E. ri c c U K n m O N gi y w N 0 61 'D U 11 ¢0 2 2 0 rn 0 w , Q. o ,2 0 LI m^ w Z yo z w w ¢ cl W ,- N - a ❑ x o rn `o c° J N m m L n w N to O N m ❑ t c v 2 y —i A 22 Uai UN U2 o Nm L-d laa4S oas L-d laa4S a0S B ,. I i r -1-� ,_,L8-' � ( z..1,-. ,,; '—(� _ L t� !� —I its..., I I o i m of _ vt N (6 .c � E a U N o m 10 : U N A .p U N a _ c U) y wo> I w a F m m o / / 2 f t,- I i _'>.6P eg l / ` Z Vtn 1.3.23f, -" N m UJ W �an m.. 22 m / / '4 <- LL-°2-c' =�z cgm 1 / I / t2 O H ai 0 f O aC) rt o CL / /,' r w I U_ 0 { allk r 0 W,-, `'�1 \ 1 I H_ 0 Id k — r J Q \ , — - -- _ I J 0 o - m O-- _ _ or 'O I ❑ I 2 m 5•Z U O Nm a a = o ❑ m = y `o 0 15 co to'. 2 ❑ t UN ra ...1 S U ti UN co Og CV m y N O b W a ❑ m 1- Y m I) 10 w o Z y" O w Um -- O N U ea N'' L i o l \�l / H U, I 1 w1 1 m ;J iv O 1 G L.'. 03- m 1 _ p w O x 1 0 U N o c 2 0 2 ,' wa ~n> m p yON c o d a ' j _ v m N O Q m a m g.$ UN N a) ' om2� � a) (II .=UV i`n U U 4l -o C — E -- m g ° Q' m N _ • \ • — - Y -- t '-r/ A w I f // �� \ _ a 01 Q ^mss \ '$ x acv / o m U c d J U m c \ c mw w n \ O w c o� .\ �\ a xu To j a —— pm pa\ w F- f0 gi wfU a \"::,"\"::,"> � p IZMWW � n f va m It N," - ro LT:m ai; g 2 'a to i. \4 r U 1 '>2 Ii–4 4N o 4%..V mz ° 1 x u U� 0CI) W :,4, ;;T,.=' i - > o 2, i Y 1 1 E o g n 1 ly I m 12 E --1o 0 U[t s m i1 1 1 k 1 I 0 1 9-d laa4S aaS m 9-d laa4S aaS W 1 'o rn Y p 0 cm t y m 22 N ato U m z a Ti •1 r 8 "Z OD m UuO m m N b J0) p c Ut U II Q n zE Up y r nw p F d LT; C :CA W �� A 2 wp '2' LU ,e2m z m • W c— C E — UJ 00 a � CD Um O _W am CO co LT 2 Ucn U I m j F N 7 r WaO aW 0 a mwo O P. O p N= a N L jL 0 '2 iO imc m 0On U m cp o CC 2,0 -a -0 c6 N 1 1 I �~ Oo (6 i N cC = I l i- -- 1 °i I•t _ _ - - - _ _I 4,- 1_ - --- _ _doo1 eJawsanoJ P�I tca N ,� - F I I 4.y - -m LL _ - __- O rte:N • a m W 1— 2,T203 Z 2,T2 03 E w W " m�N a 1 m H di g- .. wpm N8 U O I m z A'o 3 v U w O Q 11 N t `m LLQ �_ 40'E O w ' O m Um C7 K ~ Q J o 0 o Or U I I I I I w I a i I Q kt o S n 1 I S-d laaLIS aaS m rn 2 o c N O N m y m , p c yN W Um U(4 1 ku W W g- .2N Z wU W 21 N . a, W V_ S 0 0 U a) O tea` o a)o m � I 0 ` ` CD a) m E a a) `ma) m 0 to 2 N . EO j P mN E- m a v « N N vm ma -m aa mo o g; Em m mrjm° cc m uN vcEm mEa N E c_ m O g5 Im v_ m H b '.2 o o co m= m z m E s u m.0 c>2 a`a9a-t3Oamm QEN'sNm ¢r«« 2-5.4..�N N Zm.Krn m 01 "O1 0>>m n 'ymn a no o aoM m Ky Nm . pmo 9.1 sa Ce y O 5 ,8 °5!=� y EoN 1mmOg- ti moa VOOO NnNc - to.-.21 n mg., WL p N v OL pn_00 -9.5, 2 ,. '' 0 3 yy m=a a . 5 Nao N N O DOOO 0m2- $�S3 Nyn -oW? R cI 221, 2g � tcg c :11( wd 0)a E.g O ilig Eyc < yea c - W ~ tL mE &..05 T.. Z Eccm «.0vmNEe` .P. , awU 'N w w mIn� m =ymNcOp > NmmoOW�tN 9 °Ocm m mm «oxw �pLL�m 1-...- O c __o com . =4.L Niaim_m T �m= 3r19 .° m H p mg.- Fc a � H FmQ2VJnn 22n U Q 8vN ,- m , 0 0 00 i O W '- OL w }' J H I U t > °3rd - �_E vi. - lM C] C7 -�s _ - p d N m \\ oLLg w4 n oa!t gm1v ~° 4 F m j - \ _ ,�m,-s `cm oEoc rnO$ � tp p � -m ao c d� m .y II mtP o --c=° gQdm.cE m cc m0 0 i� yOS .91 m°L° mZZ m� Wdi. Ycir°��mommt • \ \1�` ���\_ cae' m it it °.'2 t.tnnm )1«8tm �.��� � _ E > A=e� c.j=ammmcmE.288t cm �a O W y y o Q w-N m E p 0=m'd ..r U LI '12' m T c tm « ZPliFf n K = \ o ih EES .-a-"mN3m8vw$a Wv m a W C m 0-0 N O O-m O 6 1) L 0 C« O i) r Ev N,, 9y°Z, mnL mE W � c m > \ iV iv iv «Io m m c m`�°y v c°E E m W C L m .t_. O w l N g.P p C«_m O.`d y d d0�°m3n,P,a`; NmE==LmmE n = in im co nmmnnm°u3mmmc E.2m 3Ea d / m`c N L p m 2 `m E m c o N d y : 03 3 n d E°m o.N d m c m m cmi v r@�t o • O m m t. W lL m O m O a o 0 d N E kr) E- w mom ° illliAgtm=m w 'm 3 a 3 g ''''L:: Ii dN m :'-;%:'�E:-' vi F a`I O U lC m m Q H Q a . .N w- = N z o E m C11 N Ce aw 3^ mi >, -m w 2L p 4 w Mill I m' -mWy N cm N,, a . 1 m 8',';', °f & .§ m i w w -O a m '0 I; 8 8 m 1 ,E6-'a E m n `V, ,„ a ~ VV NEN vi rW I zialmiffiagr -E E - 3 m- 2. n � Mali m U c.2m o• a P a car `o s a m c m m m ~ ` $o; m m 3 ��1 1 3 f . �3 3 a m m A�• T m mEm�momlln ii s w nm°2maa m m z z w n v .m w 0 t °3 .O _mss O• 0 = CD 5 QJ a>LY 0 a) a) (a Em a) 0 a> c m m' m m m r - . > E IS ; m t E. L L . - V i # - ilk - a l °� m °m a - 8� F- • v W a m o n`m • 'o - 22 U c .. o z y c B am° Ec y c m o ft Zm 5 A . m m 2m of t0 0,F; F A m $ mn° FU7 E3 a •vi IA u `m t n x F' n °1 gg s to, m g;•s z• .5n n r y t_a .r ds `mZ m 8 `m8 8 s 3 ° 77, .E. rm° ,Z 3a yo m m o ° m 3c o' m E c 3 m c w a E m a 5 c & am m w • w E E a g m m 3 • K _ <E a g g 8=a . a In P.. •-. mm 2`m°u ~ F cam •c W eco v°ii z ma am a ° a i `-' i n-_ _ Z mv� z �_ l $ ~ I l i ; a L=m w 2LLm m E y ' > - r- o m� 0 6 ai n W m rn p_ �/ p Will' Zm • ' • z U m a `1 LL Q U,r T 33233 4 ~~3 0 o m E ,,N ,,i43 ��vn LU LL 0 0 Lu J _TiH §a U g° m2 V' E ~E 5 3 v Ei o f r'j g 2 + r 3 m n° G od w V'/��//////���' C7 w °' m m a 10 -. r• te• / 1Ii, ' mm NEILT da- Im .5-2-E3 LD n / / oc°'a' t-E-g aoy3 rn r\% IL `� di N a- n w c 2 o N a s m �g J w • ' @ O QuF nw3 Em¢`maU � w m a f' z 01 m < LC m. w z o m n m 0 z Wa% Z ZV_2:W w U CO I J, W ilw 0 CD U a) (5' to d > In O OL — cz 0 a) NfX 0 N N d (>6 0 `mcCCS d �> C /(`,`j, =6 iiu o� m 0 m a cc >m 1 s. ��I.a k'> .o E ig N $ c m o am m= yi�`i , 2vi .�..iG 12. o w cc w m. vIW.9f VA c E- z t` d ISG; Z m E W w E M 2 b �yT m o ¢m �� rn o K U U=0 - (I Q Q OU 7 o L c m m O 0 E � m Ori ° lz E.Aa� E1 w §m6' Um ii. 0 O w gy m ~ / J 1— _ m -14 = E! U ...0 E a > wm .-8 i 2 0.„ x `° ` K ?c1 = o � n621 i /\ a mg 2g 2E m >a»e 0 z o ' Pa -Si m g ..,..�, %= � 21, m0 NE y EC mg12 rg 1$d ar. ` ,1,", 6' ° o n n ° ° i 111 \ !2, <A \ 44,...VUOlitkOi Q ZU, \111111KU.Parit O Et C 0 Z t w aVC oU trill n0 \' K Or Ws .i 3U . . \�� otoii _,t-5_,t-5 Jill `ma>ii .; › FUm mA- ' m E. c > o FLU> Nv 0 oN ni of vi w v ti a a U Q L N In Z ° E"i Z. N N °mom w m O W N W z 0ado wpm c aom w wQ Ti �w_z 0,-6 p Od W Ny0 OW2W C 24 48vxn�? a oU s o 1d 2 E a °2- '2! 225 e m m-= W �V > c a r ,-, to z' y t 2.48 8 L _• 47r ▪ WwC >c o•.- 63 Ch mEN eN00Wd W0roa ▪ 228LW x'2C y o' c cAnmmOWWW N cON.U N rno `o EWcWW N O N 2O EW Lj0JaU yaL• W lJLhih9j!m^ aW0m_ d y >-O 9z o Nu rOW N > cLLa Wm lON . = E•om_0No0 0x aiv £ E 2ti.WEm� cm 0wE 0 W= ArnWi2OdatntCa 23I a ya p p 48 W- c a W 2=cRLW-o LnnW n 2 2 U O 1- E0al- o.na 3v7 W EU` rnFu N W Q z ,, N 48 O t0 7 C , r.-: •O I N > O CD O o a)eC 0 se a) a) N (Q a) A °-5' 'a-)> a) E a CC'O 0 g o2l a) Wim° f u c 'm E as t C a a) - --- grit \ \ Ailb...4.4-. lip �‘ iauEf ' oNm- W . o ig c' . Wm W •• vE a an d y L N1- litet �v• Q� fN E caaEa Uc 11,-410 '` 88.e 02 w W o Id ,--:;:t:: f �a�O E d a m WJ ZmV , � ` mcy�Om W W mvn�� 1.. :v NWEaoN� E E : !LI mC Ce fe Xi mx H .4 m maN Uom w � nW OK » K aN H O w , J 1r3 re; 3 YB D N %\ $° U „V itt, uJ j -VI E & '§.0 - L.........„„t, - ro it. as as W Z urn .�.r 3 11.111.111111. thUG , ,, _ m m csJ / a 2- ,)•4, '� 2 N ri vi w `m (ff/// r v m Z o E w n o %Ni, w` m .e/ n ai It—' LL C Z \� Z f ` lb am Z- mi = o m • U m ,, m W c'g m m oUS mm'r// � mm j j C N . 1 oa.S 1y, � m mA^ �c Emm Uom • en- 1.0 m O T --4—------ '° m w W V/A co M EN II ui �'` 'I 1', m .,-201 a . p• U m 7k ..- r m ;Tdoo-P.E non rl � W O U v yLL 7r r6 Z- F 3 Nm a0(p .O U n o. 3 E_. �° N 2 ri of o w _ 2°.- x zc m jt� fn 'J mULLY Q 2 CD 0 CD 15 WCe 0 -,7 8. 3v m Em N O1 mcm c '' `m v — e y c B O> c ¢`�„ _ o c my x m E 0 .v n m.m. N m a c m m xN .EE �, 'l0 0 mow` omf = of u vc m`o m y Oo C a« m • �c Z 3Zao S U $ 2.47., a d � - ,E d c ! H] 1i to E>f: g M 8 2 cc v mam n �gbm0o; djan .mO o0?7soE noan d Um m=nDNs Om NE EGm m U Cnc UN" m-ym nm cm=— mmOC NW N ujc O �mo N�- Nnnmmmm9N E3 N mm m3 om— a Em Cl) y �" m E $ v arZ ZD ° 2...._ cmm = nE wLMo vW E rt QZ w m vLLo acv « coSW aoo yo_. s (7) -c:3‘ U H o-i $ . mw i4 ` 5m mm m m $ 0 '- Em c= cEomU ki m m m n mL a N 8 SZ LLJ ~ <o cn ng '� v � _ mCm▪nmLdmct9 / Liaw2 od cm da cvEdE_ •NLIJ mns .1 mo F O� 2vc av'O �d_ mm $a n$H - U Q " g Tmm� a =O8� oZ • wmdidcacZm'mtmj Q2.af mxUnmaN3 o0 0 am �'` a7k IL-v Nm ` z . ..icri v vro 663 NNW M3IVM am L.L. a Co U) 0 w HJ I 3 m c D o 7^ • N q O -80 -8 u L A- 3 f'2”.8 w o a l J Huh— -2:g m -t,T ...‘, :~.-:: # A a.un ta. .' ; Mg .6 F,118, -22q, ' 3.4t\t‘ , o_,IC III \\ „:„ /i. i C LN x m Vm 7a4_ mm ya o.x Q > m5 m??'a,m3 m oI a 6 m ° Eqmamo y / I- ° Dm `anum > o ' ui L 8s� a a z vv Nm m z m^ — _ m N E A/ cL re W ., W z = z W =J m E EE n rEc ;! I _O ! =8 m I n . O a F t W I a t m Lu o Y o E m 1-,,, g ; , c o N v 3 0 - ; , a s o n ; ; `N Z m r 0 °) E, x n 3 3 00 Ex U UI y m w y i`. HI L � c -Eim 9 a U QQi U 4 m z ® © z O cn a O O c, �E 0 O) CO C $ ra Q U �1 v g m 8$3 0` E 11 __L_,-- ,_ p :2' .8,- u m t m o IB .a m E CC m a4' ,IS E rn^_m AWE tem S. m a'vmi�' opt U m..y ¢ Edo ak H =w; �2`—' p m L° 2 m` m `m `a,a inU� E o>o yw a Ea' .EP710ct E n'o o K m -v c E m E 2 a d 5 m m=m o ig W m S m O E 8 s U E ` cN a `o Qummrn'Ka�nE >N nu-''mmn2og �Z E O i .\ v iil iti m me0cmEanco'vy d U�� w U �j0'n mL?N0mym o' _ W H �a I -t m c y m m E m I W co E. ��I\ ~ n o ail 1111,11!1M11 w III E M 7'=--'2'-' =- c m LI "� a A :612:1eYE='i'8`mSP-'mU c O mm y w m n ° -mnm in 3°o�8 mmm�°oc ' ` C mo a v �I. , U min Din <m�N a¢'wmm m5LL0 Q o�� m e nl m z - c� a Low rr O a W °D © 0 5:42 0 VJ w J IIB,Peg Wuall bulppag wild r w ........ D �:' U ��I �omE 6-27: / e_ �� iv E ' Em°m Hoa.lt .o iii% j=_ 14: °yEcP- mmm` fi v —..n («�otri� t�' 'i7m z - - '_-_- . A ! tm \m � ' _ �' � • j,5 �tt aEVF dm`m Nmg E c• = 02, g,7e/§P744 le•11JUb cry IM /� �Z , � nE'. Um�w.. .. -E LL N Q r C EN Z ml ?gQ U oEc (Lig E n Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank George Oliver, III, District 4 ocoee florida October 8,2018 ADDENDUM NO: ONE(1) CITY OF OCOEE Windermere Groves Reclaimed Water Retrofit Bid ITB19-001 This addendum shall answer all questions received for the Windermere Groves Reclaimed Water Retrofit Bid ITB19-001. 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. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Will the contractor have to install meters and meter boxes? Al. No, the contractor is responsible for bringing the service including the curb stop to near the Right of Way line which shall be tied to a stake adjacent to the existing water meter for the City to install the meter and meter box. Please refer to Section 03020 Specific Description of Method of Payment pages 11 and 12. Q2. Will the contractor need to mill or resurface any asphalt that is removed? A2. No, the contractor shall replace removed asphalt in accordance to "Open Cut — Flexible Pavement Replacement"detail on plan sheet GD6. Q3. Is there any way to get elevations for existing utilities? A3. Yes, subdivision plans for existing utilities will be available to the contractor awarded the project. Q4. When is it expected to receive the Notice of Award for Bid and Notice to Proceed? A4. The Notice of Award for Bid is expected to be sent in November and Notice to Proceed in December. VecR0450.)(±, Vanessa Anthony Purchasing Technician 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