Loading...
HomeMy WebLinkAbout2022 08 22 Consent 302 - Vendor Selection and Award for SR 434 Reclaimed Water Main Extension • CONSENT AGENDA ITEM 302 n, CITY COMMISSION AGENDA I AUGUST 22, 2022 REGULAR MEETING 1959 TITLE Vendor Selection and Award for SR 434 Reclaimed Water Main Extension SUMMARY The SR 434 Reclaimed Water Main Extension project includes the construction and installation of 9,900 LF 12-inch reclaimed water main along SR 434 connecting to the existing 12-inch reclaimed water main near Central Winds Drive, and additional connections to existing reclaimed systems at Bear Springs Drive, Michael Blake Boulevard, Eagle Wind Terrace, and Creeks Run Way. The intent is to convert high-water using areas from potable water to reclaimed water for irrigation. Additionally, the expansion will provide the ability to easily connect existing developments to the City's reclaimed system, as well as provide reclaimed water to future development. Request for Proposals (RFP) #03-22 JN for SR 434 Reclaimed Water Main Extension was advertised on June 08, 2022 and June 15, 2022, with a total of four (4) bids being received on July 8, 2022. An Advisory Selection Committee met on July 25, 2022 in a publicly advertised meeting to score the proposals based on the criteria within the Bid Documents. Pricing was then opened and added to the scores to give the total ranking. Below are the resulting scores (in alphabetical order): VENDOR ISCORE PRICING ADS, Inc. 74.33 $2,485,916 Amici Engineering 156.47 $3,634,463 Contractors DBE Management LLC dba 69.61 $2,683,797 DBE Utility Services Metro Equipment Service, 57.58 $3,156,240 Inc. / Corporation 1 RECOMMENDATION Staff recommends the City Commission award a contract to ADS, Inc. in the amount of$2,485,916, with an eight percent (8%) contingency amount of $198,873.28 (total amount of $2,684,789.28). Additionally, in the event an agreement with the first ranked proposer is unable to be completed, authorize the City Manager and City Attorney to negotiate with the second ranked proposer, which is DBE Management LLC dba DBE Utility Services in the amount of$2,683,797 with an eight percent (8%) contingency amount of $214,703.76 (total amount of $2,898,500.76). Authorization for the City Manager and City Attorney is requested to prepare and execute any and all applicable contract documents consistent with this Agenda item. 2 M ORIGINAL SR 434 Reclaimed Water Main Extension 000300-1 SECTION 000300 MANDATORY PROPOSAL FORMS (Mandatory Forms must be submitted with the proposal. Failure to submit forms may disqualify the proposer from the RFP.) PART ] GENERAL 1.01 Description The following Proposal is hereby made to the City of Winter Springs, hereafter called the OWNER. Proposal is submitted by: Legal Name (indicate whether sole proprietorship, partnership, or corporation): Metro Equipment Service, Inc. / Corporation Address: 9425 SW 72 Street, Suite 150 Miami, FL 33173 Contact Name: Jorge L. Godoy Contact Phone Number: 305-740-3303 Contact E-Mail Address: jfonte@mesinc.us 1.02The Undersigned: A. Acknowledges receipt of: I. Project Manual for SR 434 RECLAIMED WATER MAIN EXTENSION, February 2022. 2. Drawings for SR 434 RECLAIMED WATER MAIN EXTENSION, February 2022. 3. Addenda: Number 1 dated 06/13/2022 . Number_ dated 06/30/2022 Number 2 , dated 06/24/2022 B. Has examined the site and all RFP Documents and understands that in submitting his Proposal, he waives all right to plead any misunderstanding regarding the same. June 2022 Mandatory Proposal Forms SR 434 Reclaimed Water Main Extension 000300-2 C. Agrees: 1. To hold this Proposal open for 90 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this RFP at the prices quoted in my responsive proposal and in compliance with the RFP Documents. 3. To accept the provisions of the Instructions to Proposers. 4. To negotiate a contract with the OWNER incorporating the proposal prices, if selected on the basis of this Proposal. 5. To accomplish the work in accordance with the contract documents. 6. To complete the work within 240 calendar days of date of the Notice to Proceed(Final Completion). D. Certifies: 1. That all information contained in this bid/proposal is truthful to the best of my knowledge and belief. 2. That 1 am duly authorized to submit this bid/proposal on behalf of the vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarded the bid/proposal. 1.03 Stipulated Amount A. Base Bid Price I will provide the services under this project for a Total Base Bid Amount of- Ore f:hrr mtl�riUr ,�,» 1 au u�R: � ��;� .�,�u�u�lLkak�'' Dollars (s 3—� C y0• U(1 ). The Proposer hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER,at his sole option and discretion,may choose to add or deduct from the contract work at the unit prices set forth below. The Proposer shall be paid for actual quantities completed in accordance with the Contract Documents. The following is the order of precedence which will be used in case of conflicts within the Bid Submittal provided by each Proposer: Unit Price, Total Price,Total Base Bid (See attached Bid Tabulation). 1,04 Bid Submittals A. Bids must be submitted in triplicate on the Bid Form. B. i have attached the required Bid Security to this Bid. June 2022 Mandatory Proposal Forms LO SR 434 Reclaimed Water Main Extension 000300-3 C. I have attached all other Mandatory Forms in this Section. 1.05Submittal RESPECTFULLY SUBMITTED,signed and sealed this 8th day of July ,2022. Proposer By: Jorge L.Godoy Title President ATTEST: SECRETARY SEAL II June 2022 Mandatory Proposal Forms SR 434 Reclaimed Water Main Extension 000300-4 BID TABULATION The Proposer hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead,and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. ITEM# DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT General 1 Mobilization General Conditions LS 1 2 Maintenance of Traffic LS 1Oct).Lk> General Restoration -(Includes 3 grading, seeding,and mulching all LS 1 areas disturbed during construction, �Iv;��•(iU miscellaneous concrete) 4 Asphalt Restoration SY 333 $80.00 $26,640.00 5 Survey Layout& Record Drawings LS 1 $14,000.00 $14,400.00 6 Construction Testing(Pressure, LS 1 Bacteriological, Density Testing) $8.000.00 $5,000.00 Site Work 4" DR-11 HDPE Reclaimed Main 7 by Open Cut (including fittings, LF 300 I LTV vu j i 7 0U restraints, adapters, etc.) 4" DR-11 HDPE Reclaimed Main 8 by Directional Drill (including LF 380 ; if 'u,3bo-bv) fittings, restraints, adapters, etc.) -( 4" DR-11 HDPE Reclaimed Main 9 by Jack and Bore w/10" Steel LF 1004 (� l Casing(including fittings, .U0 - go 06o. 0o restraints, adapters,etc.) 8" DR-11 HDPE Reclaimed Main 10 by Open Cut (including fittings, LF 440 restraints, adapters,etc.) 8" DR-11 HDPE Reclaimed Main 11 by Jack and Bore w/ 14" Steel LF 100 Casing (including fittings, �� restraints, adapters,etc.) 12" DR 11 HDPE Reclaimed Main 12 by Open Cut (including fittings, LF 300 1"�1. 00r) 05 restraints, adapters, etc.) June 2022 Mandatory Proposal Forms ti SR 434 Reclaimed Water Main Extension 000300-5 12" DR-11 HDPE Reclaimed Main 13 by Directional Drill (including LF 9700 C fittings, restraints, adapters, etc.) D �y / 5070U 12" DR-11 HDPE Reclaimed Main 14 by Jack and Bore w/ 18" Steel [F 60 Casing (including fittings, Ov cbo-tx,.,, restraints, adapters,etc.) '�� i i5 4" Flow Meter EA 1 $9,000.00 $9,000.00 16 2" Air Release Valve w/manhole EA 9 , l U a)p. J vOoO.Ot7 17 3" Gate Valve EA 1 $2,000.00 $2,000.00 i8 4" Gate Valve EA 2 $4,000,00 $8,000.00 19 8" Gate Valve EA 2 $5,000.00 $10,000.00 20 12" Gate Valve EA 17 $6,000.00 $102,000.00 21 12"Stub-outs for Future EA 2 $1,500.00 $3,040.00 Connections 22 Connect to Existing 4" Reclaimed EA 1 $4,500.00 $4,500.00 Water Main 23 Connect to Existing 8" Reclaimed EA 1 $5,000.00 $5,000.00 Water Main 24 Connect to Existing 8" Reclaimed EA 1 $3,000.00 $3,000.00 Water Main Valve 25 Connect to Existing 12" EA i Reclaimed Water Main $5,500.00 $5,500,00 CONSTRUCTION GRAND TOTAL &z�U,CUJ TOTAL BID: I � (In Words $ '�, 1M1 Z-0.00 June 2022 Mandatory Proposal Forms 00 SR 434 Reclaimed Water Main Extension 000300-6 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not. bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: (a) Any amount if,at the time of bidding on, submitting a proposal for,or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if,at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and June 2022 Mandatory Proposal Forms SR 434 Reclaimed Water Main Extension 000300-7 c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the [ran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract, the Vendor, owners,or principals will immediately notify the City in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Pet oleum Energy S for List; engage in a boycott of Israel; or engage in business operations i uba or yria. (Authoriz d Signature) JoriGodoy.President (Printed Name and Title) Metro Equipment Service,Inc. (Name of Vendor) STATE OF Florida COUNTY OF Miami-L)ade The foregoing instrument was acknowledged before me by means of(/ )physical presence or (_) online notarization, this 8th day of July 2022, by Jorge L.Godoy the President of Metro Equipment Service Inc I a Corporation (�[} who is personally known to me or (_) who produced as identification. Notary Public Print Name: Rosa Martinez My Commission expires: September 9,2022 ' 130SA MARTINEZ i 5i::1C of Flor{ds-1`Sot,ry Public Cornmi;cion it GG 25615-4 1 ` my Commission Expirv, :f ,..' September 09. 2021 Y' June 2022 Mandatory Proposal Forms 0 SR 434 Reclaimed Water Main Extension 000300-8 NON-COLLUSION AND CONTINGENT FEES AFFADAVIT State of Florida County of Miami-Oade being first duly sworn,deposes and says that: ®/ is President Of Metro Equipment Service,Inc. the Proposer that has submitted the attached Bid/Proposal; ®/ Xe is fully informed respecting the preparation and contents of the attached Bid/Proposal and of all pertinent circumstances respecting such Bid/Proposal; Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal; Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired. connived or agreed, directly or indirectly with any other proposer, 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 refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer,firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposers,or to secure through any collusion, conspiracy,connivance or unlawful agreement any advantage against the City of Winter Springs or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owner's employees, or parties in interest, including this affiant; and The proposer nor any of its officers,partners,owners,agents,representatives,employees or parties in interest, including this affiant,have not employed or retained any company or person,other than a bona tide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person,company,corporation, individual,or firm, other than a bona fide employee working solely for the proposer any fee,commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision,the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or other ise r over, the full amount of such fee, commission, percentage, gift, or consideratiok (Authori4ed i nature) orge .Godo, Pr sident Printed Name and Title) Metro Equipment Service, Inc (Name of Vendor) June 2022 Mandatory Proposal Forms SR 434 Reclaimed Water Main Extension 000300-9 STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me by means of (_�) physical presence or (^) online notarization, this 8th day of July 2022, by Jorge L.Godoy the President of Metro Equipment Service,Inc a Corporation who is personally known to me or (_) who produced as identification. Z4�� Notary Public Print Name: Rosa Martinez My Commission expires: September 9.2022 RC}c�, fin j-RTID45 �iuta Op`AV PLq'� State Ut f•I6„ti3 GGt:umr�ti:a,on 'ston j 9. June 2022 Mandatory Proposal Forms N r SR 434 Reclaimed Water Main Extension 000300-10 DRUG-FREE WORKPLACE CERTIFICATION In accordance with Florida Statues 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedure for processing the bids will be followed if none of the tied vendors have a drug-free work place program. In order to have a drug-free workplace program, a business shall: a. 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. b. Inform employees about the danger of drug abuse in the workplace, the business's policy maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (a). d. In the statement specified in subsection (a), notify the employees that, as a condition of working on the commodities or contractual services that are under bid/proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender 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. e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement. I certify that this firm complies fully with the above requirements. Metro Equipment Service,Inc. { mpany) 1-1 Cs. em Pred. t I JZ ( g tore & Ti le) .lune 2022 Mandatory Proposal Forms M r SR 434 Reclaimed Water Main Extension 000300-11 CONFLICT OF INTEREST CERTIFICATION Before me, the undersigned authority, personally appeared,who was duly sworn,deposes, and states: I am the President of Metro Equipment Service.Inc with a local office in Miami,Florida and principal office in Miami.Florida City and State City and State The above-named entity is submitting an RFP for the City of Winter Springs described as: City of Winter Springs RFP #03-22 JN SR 434 RECLAIMED WATER MAIN EXTENSION The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge and thereof the following; a. The Affiant states that only one submittal for the above bid;`proposal is being submitted and that the above-named entity has no financial interest in other entities submitting bids for the same project. b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the entity's submittal for the above bid/proposal. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. c. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State,or Federal Agency. d. Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. e. I certify 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 of Winter Springs. f. I certify that no member of the entity's o%N nership or management, or staff has a vested interest in any aspect of the City of Winter Springs, June 2022 Mandatory Proposal Forms SR 434 Reclaimed Water Main Extension 000300-12 g. In the event that a conflict of interest is identified in the provision of services, 1. on behalf of the above-named entity, will immediately notify the City of Winter Springs. - Metro Equipment Service,Inc. 305-740-33031305-740-3305 { uth rized Signature) Name of Business Phone & Fax Number orge Godoy President 9425 SW 72 Street,Suite 150 Miami,FL 33173 ( rinted Name and Title) Business Mailing Address City, State, Zip June 2022 Mandatory Proposal Forms U) SR 434 Reclaimed Water Main Extension 000300-13 FLORIDA TRENCH SAFETY ACT CERTIFICATION Proposer acknowledges that the Bidder must comply with the Florida Trench Safety Act and applicable trench safety standards. Included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October I, 1990. The Proposer further identities the costs to be summarized below. The separate item identifying the cost of compliance with trench safety standards shall be based on the linear feet of trench to be excavated. The separate item for special shoring requirements, if any, shall be based on the square feet of shoring used. Every separate item shall indicate the specific method of compliance as well as the cost of that method. Item Trench Safety Unit of Unit Unit Cost Extended Cost Measure Description Measure 1 Box/Slope LS $35,00000 $35.000.00 This amount disclosed as the cost of compliance with the applicable trench safety requirement does not constitute the extent of the Contractor's obligation to comply with said standards. Contractor shall expend additional sums, at no additional cost to the OWNER (except as may otherwise be provided). which are necessary to so comply. Acceptance of the bid to which this certification and disclosure applies in no way represents that the OWNER or its representatives have evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the Proposer,as Contractor, of its sole responsibility to comply with the applicable trench safety requirements. Metro Equipment Service,Inc. Name of Firm / Au ori d Signature te: July a,2022 This document shall be submitted with the Proposal packet. Failure to complete the above may result in the bid being declared non-responsive. June 2022 Mandatory Proposal Forms CAD SR 434 Reclaimed Water Main Extension 000300-14 CERTIFICATION A: (Debarment,Suspension and other responsibility matters—Primary Covered Transactions) The prospective primary participant certifies to the best of its knowledge and belief that its principals: a. Are not presently debarred,suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification, or destruction of records, making false statements,or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b)of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State,or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification-LAI By signing and submitting this proposal, the prospective primary participant is providing the certification set out below; a. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous June 2022 Mandatory Proposal Forms ti SR 434 Reclaimed Water Main Extension 000300-15 certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. C. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions_ g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of'business dealings. i. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended. debarred, ineligible, or voluntarily excluded from participation in this June 2022 Mandatory Proposal Forms oD SR 434 Reclaimed Water Main Extension 000300-16 transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B: Debarment Sus ension Ineli ibili and Voluntary Exclusion—Lower Tier Covered Transactions) a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment,declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification(B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. The terms covered transaction, debarred,suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Co%erage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, Should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency %vith which this transaction originated. June 2022 Mandatory Proposal Forms CD SR 434 Reclaimed Water Main Extension 000300-17 e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title "Certification Regarding Debarment. Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction," without modification, in all lover tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible,or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. h. Except for transactions authorized under paragraph (S)of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Applicant: Metro Equipment Service,Inc Date: July 8.2022 Signature ofuthorize Certif Ing Official: Title: President END OF SECTION June 2022 Mandatory Proposal Forms Q N METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Minimum Construction Experience Qualifications T E D °a p N o m N y J ip tl 1p O O C U N `.� J d LL M DO N >a m O O Jp O M O N U a Q S� e J C L LL ft`)) O LL a- ELL O L= yaUQ0 r0n > > Opm `l' Jm Od O 100 J 00 J C M tfi C> O O LL 1� 0 0 LL r1 O p a O a x LL r O (J O! J V LL O J Q T V td O.N O C 10 J Y C O M C Q'E O U J Ol LL N LL p N S p d O N O y� C p O C 16 V N m O C O C 10 J CO? J E LL °)r C } N D o NO o 0 2 M E J 016 a c C>a o �7 d 0 7 a N DC Ol p V C O LL p 0 >.€ m y C U O 04 o6 m C O U M m 7 U Iff11 C C J C O L O Y1 A E'ro d N W C C C a m U m C LL C D M cm O U O J LL C a L L f� 'C N m ❑ 0 0 d c0 a c m J n oc'O to c m E o ?�` m e ro ro c 16 to ' U r d u �m 3 d U ON = X C N N Nm a C 0 y d N U lA U `d a0 C f6 X W U G C C N }> 11'i 3 V } O 3 N..d > d a C t W O� C 01 m 3 LL O M o V - E Q J j N O O LL C= U m C z J O Nd� C O N uu Q OF UN C 16 m 7U m!n 0 }'U 16 LL. N 'D 16 n d tw �,ty c� o m -- .N.> Uc Va ��°1-a U > E xcoow c� N m p o G�.1 wo c d� >a c o c a ao Niv dM a a0. d n�co O al C7 Eg� v m Uo LL E m O� SIN Un cN Xp $o N 1nam a10 .R 0.p.. d E O N T 71 C 4 J 7 ❑ d ❑ U 0 0�N N °l U X �- C d(n Q F- ❑ O m N N o o v co ❑ c O❑ 0.LL r` U d > p o = O b e V o 7 O a O m S T pJ a dQ a� o' = �U ?> 0 w� �S m 1Do�i� cLL �LL N C7 c�.� 62i MLL N c e6 W O LL a 0 n '> 1` CL of J c g ro�0� o 8 a ' U LL w LL 0 bo N _ E d'c z o a ❑ a o c E o J o. m m y! V Q J O O S> J UJ LL O 7 1� ty .d. LL C J T C O N 7 LL `� L6 O a O m O LL _a O Qi y «0 N m 1� J 7 N L D D Ql U CO J 0D C > d O O > S J�6 d ill C G N N C -Si 3: C pppp O O to D C C C G Y Cl)NO m °n J N N 1D 0p J O N �6 d 2 C 16 Q ?� O C ro M O N O N M m T(C:, 'co L m NLL� O n yy 0 1nLL MLL �= N C 7� .d.v `? U _N E d N d M S N d 0 O O--� d C > y 3 m O J O W N W O"'W >, 2 O U's U O L6 U U C O.R N O(A D J N Otr li O N(!j C O0 O O O O U ^l N V p Vi >• LL N N 7 COa 1`6- O 2 C Bo m c��, oda �� 2' �� 9U 0 1O m QOL �!g t 1?OU c o d AD ro°°a J 1vLL LL 0100 o>�a 1�U Uc 1.3 3dt_ 7�} a`di �o=V �O Q p d '/!U U O1 NNN O(A Q N 2 Q_1 N d }.7t NOU O a' m O QN 3 1S u 0: baa Uv(� pU m 3❑� �r� �toFO dao �S Viv iSD cMa UO E C) d � O O o o p o o p N (: '> N O ap pp O N O O O O l0 � w O i° 1D co rn O cliO N 04 O ' do O M t< O O O O (D 0� O� N 1� V 1� 4 10 1•� 10 (D N W O C co N aO V)V N C t0 ' tD Q � C> N 16 N N N ? /7 Qf IA 1q tN W to f/9 H9 1A f9 1A IA fA N � m m if a 4) O > Q o 4.6Od LL coZ LL N Z Z l0 d u N N 0 a v E Q 00 7 O E O t O Uu E m E 6i £ b � v v E S E E o W t f N 1 > m m m ♦J C N m 4-14 c > > lmO il Y E T m E T .O t2 00 1° 1 0 0 La. Q 0!N a0 V O O � 1.,1 U) N C V 61 1.•! n M ti V N <0 N T 1 Q 117 O O tf5 U) 1D O! }' Q C t?�yy9 M th N 1yn 1�D N (31 N N N fh US a1Dp N . N 1n to N O Uj m OU 00 cQi c4i oM O x OU 1'O-, O O OU t`rn� oM V (D c W V N ta1 Y p L p C ❑ C �6 m a Y 7 �6 7 y m Q L O O E Q > rD Og= a❑ E 'c 's m Y d v a y CK to a N `t Q C7 'o U Q. a °° n y m j 61 U N Cl V d 7 7 d C ad m 0 N ° N E ¢ Q c an d V m N m N C 0a D ❑ 16 o O dE m old 0❑ Y �' Y NO m m N o p do!0 m E 3 E M o a m r 6 E o L c L o v v m Q d YF F°- z YF �fn tiQ LLQ U � U N C m M O o f ' d E w o a E a o 1 o N in E m E a v a 7 a LL y� 6 Q1 {6 p ~ O m'7 O N d d a Do o- y o HU m �m c w �a E � � `r E1n m E m 0 y g1 d G {$0 d n o M Z Q' 1n C d • m 3 O 6! rL N 0. O` Q cu LL 0 o m � v E QQ O p 00 m 0. � E G in m a m y N 7 } > a O D C C LL O m Eo to co 0> v7 >.E vttn T o �� �U c � 0. ❑U 15 , E �y m > �- �w � Y "5 0, L Z .Ein d m d l J. 6! _ N L O L L O no N 16 oc y.oQ Mm >.HN 'cm cQ 7 5 c �. u .NE EE ; ' (7w cna 1°na XO VTi ina z E U)F,0 C7 O per = LL V) N m o o an d p 0 0 5 a o rn r M c N W U O O c m C MM (� O W mU 01O O U LL N t6 C p LL T X`p -J 3 W > L V O y ad a Z C <S C N O Q J p <O C a'a d a N a N c Q m o p M o L O 2 e X vi (fl aNi coo Of O (V O S tT Os x o LL ^ C O W O U � m 0 9 C Q • t0 m LL U N p LL ppJ LL m a ULLJ 8j 2 (O'I LD VO 'pOf Y 1n J ND J O O O C(n C N N 7 M d t0 J m 2 O £ N (n O N C] O ro £ oOp C C f7 LL N C.N p C tD? _~O N N N `y Ol C (p C N C 7 f l m �Tj a O '� U g O? C LL G 1� Q Ql N y {{DD L 2 U G ro C (yyn N O H S yy 7 O LL O J pp O a/ ri c a' 3 ro U d OI'> L la n C la al .� 7 J l0 M N as U T al m G m O C L aJ a - m o�S �'u or` C to a ao in o O n-Cu O U 2.c m c� ro �. �0 �`° N U N �FF NO �❑ b a - °�� N O LL >. O � j C Q (OO nOLL > p C O m a c C U) �O,.0 �Q> LL C Q C O C -LL rC J C a 0_O Q L z 2 c C a m N O ry J N m LL o ?i d m m O-O C O 3 y N U- m Q m j O a No•x �Ju E a ro Jo C u ❑ s °� E m y cn YVi �LL oo� d ooh �' m c rn�r°Q LL a (>av OLL = c d =❑ v c °� 7a V/ E1 N £ N 61 7 1p p J O'C Q/ O J .O. N_O !n O C O C > O L C1 O O Im O N �, a1 C W O O O. G m >V M Q N G m oocotL LL0G a oa L3 r- oQ a M$ a om > 2 UN 20 (oxL m 0� .Q c J N a T_m LL a0 a o o toy m.Q -q o �p O d W o c > ro� C� y � noo ao � o � i�aa ao YN�LL � gY cj� c aLL ,niiaa aLL � a > 3 .� E c o o.- a .n U o c > O J a 3 0 J Q 3 d a d p > m E ? o S ro a O ro o E y p w > c o 3 a o 2 co ❑ S o m °n ❑�` g N O a p m '.5 o-y Qy D 7 m a m ar c� �Q o N cr° m d } C O M m N U a C 0 C .0 N O p N tp Oro ip C a M. m a F fC"0) Ol D M C M O.c j O '= m C > O ._ In �0 LL m 0 0 Cr.0 J J l0 N O: m L C O'D J 0 O O 'L LL (9 O N Il N O C O O C O D U O J a0 L £'a O Q J 0 J C U C J a O ch y N J N O J O LL O L' LL O y LL C LL p LL a > LL "' O O yy n U N L N a L m O O J V U J J'N J LL J LL J {f)() > U C T N= (O m E O O U O- C N S O O O LL O N G N C_ ro C_ N �C, U O C N tl a O X O O O J N 19. O O td O O �-.a m O ...N M S J m N G Q)R � L ^ Q U C O of M O M U m O. C L M aJ m N O N 10 f6 d N Cy C VV M tp c M M c Q c> p c n c; ro G y c "> y o Q o `o O o Q� `o m s o c o U o 0 0 0 oLL o a 2 m a ^ c " U c y c c d c= c o J to 0 01 m 0 0- 2 0 <D a VLI a m C J m'O 1A 0 2 C O O O y O O O Ep O J O O o c LL £ ma N cMO �� �'u2M, =02'� LL � cpm S - �9 9 c O U 7 d N'D C N m p `N 2 0 m > C O @(� C �0 p V 7 (a N p N.6 m O y m C l(1 O LL > 2 [6 C O C O G 4 C LL O ai a O m c L T LL C> m m LL N U .L•• 7 y u1 D. u1 U1 N N V Ja cm LL m U J O _J N W=LL > ro C7 mJ _a� C J C C '� Cco G d C m C O C C V O O O O O O O O O O O O O L> (O d O 4 o O O a0 (I O O O O O O O C) Q 10 O a0 O (D O O O O f� M Q N O tor N t0 �,. l0 00 O M O) a0 f`') t0 ti n ' CD cy; m Q Q IA M O N U 00 9 � v r <D Q N m M m1A VC;) (D IQ N N Q tp - O M t0 h N r <O (D N N (V M b9 fA V� Vf fA E9 V) 1A ep 69 69 V) di W m m m a p C M tl Q O y� V QD75( O O c m D p u mm Qu -� Q O O c2 ❑ C O O U > D E - m C Gi Q o .4 C cc V O C V N O U o >, l\aJl E E (D ro £ `� ; c w c c c m a o 0 b 7 S2C 0 m L £ 7 ^I v 0. m E tco v id G £ V � o q N O N f� M f- N (NO tp O M co O fr 1� L N aJ 19 Ty Q1 if1 N Y'i O Q N N 1- S M N N n tD M tl W to O Q M Q In M N N h E M C � � 0) 10 M � ai ci n m N m Q o e i Q V co V In U OQ C N 1` N t0 N LO n • th 0) co U O C, O O Q U n roi r� e Q v o c R O p 0. c > £; � V m t m o ° Y w N m ( o in -C 0 CY) 7 co IL Q =�_ c 10> C Q a) Of to O E a) N vi J 2 U Q J Q m ro Z' j L c o0 cC e1J n y a m LL LL c t d Q1 O D ro 7 m C ti U w m m ° c '^ v Q c L a 21 m 7 m y m c 7 E ti o O U U m o m n .2 U m m n o m a N o t ❑O O a! 3 ❑❑ 0 0 0 0 m0 o Em o rn O Ea U S LL m U U U U O f C (n 10 (n N C a c C (n £ c 2 ° W v a> p m tacp d tCa aC V1 ) O T d O £ -° Q E E E o V N J C ani V C 3 > U > n m N al 0 o ro y o o £ N V) ani N a c M LL @ N n LL E £ o W 3 > E q a o O 2 r _ a _ Q 10 _Z, c m o Z. E y ❑ a> @ y > Z c � O E � Q o m c d o'm > u = (5 yca pp N ro d O U co } E d O C M W L N M Z O mai ° w mo m o o Om c L° c nnN o c LN C> o m M - C`n w yvl �}s n rn C ct� y c m 0 ami 0 U u v N o _ m m O no Ew v = m r v N N E c cO > O m 10 a uroi m `° r N m E t9 d m N a`�o m o N n o a m o (x o mt as u1U as Us U)C. IS C� 5 2 1 V) jua M c o w ,� - o J p `o o 0 n 4p' 00 �i o. o cx, J m v g v E 0 oCL M N N LL vi G ` Ian O cyi!� C �'� ro 8 O a ` LL `O 2 0 0 E 0 � O 0 0 v j u o m o o m e 2io 0 E arj ' -d O o o a LL d L and o �a LL VI C U Ol._. N N J m A m � E N y o c 2 J H ro m v� m�L ��'^ u � d N >. c N c 2' °o° _ �� c o. y� o cL 3 .x 0aw QU c a �0 w '^ a o w S v ar .X a N d 0 o y d ;r p V d`" O a o IL c civ d m e o f ra o mOa oN roa o Q �' c ro Ev �N c a. .cv cE S� om�' o4) cNU>-2 > om� o °� m3 a'7000� cp a�iQ v � E� ocr �o o rn - in� U �° a.� > u J c m Zz LL c m o �U. C CV m � o co co E 0 D ���jj O .0 c a �a o w, rn w J cQQ� 0, 0 _ o '> - vL VI J O S 0 C O LL C d > N c y N a E fn m y C CN7 c 0 O O 'o;Or 3 O C N p m e G G N O 41 01 '� N O _ w.- j ` C N V U 0 f0 - m U m m O G7 m J VI S] N L CL c E c 0 o c 0 0. a a c c c 0 v c w c c o o c_ c o 2 E m 0 ` L° o ro 0 0)y " m 'a v M o o p c o roc m m c m n oro 8 w v W c vVl Q o � ENc - � I m L0) - `v �L° ��m � � 900 CL v nU E �� � vp m 01 m`o « y y u > c m w� C i0 N N 06 d N Q v �o��o `o o �`{> ... a E d cps 3N LL p p 2 c'E y w0 �° a ms `'o m N U 3 u 5 po p9 Q U) E O J C O LL N 01 O. N O U O c m m m d O O LL i0 'pC c in In -U. o a o °i`� 4' E C m c LL oo c o c o LL w n o cCt10 V U�SUN m CE. o d UO (L a- cLL CO @ LLE � .Q U v Z rn a� €C11xo d w 3� u� dloo o.o O m v ax OOLL��0 v L� Y � .Qv as ui iv0�0 o m o a cz o�In 10 000 c m a .c-a nc > O y IL w t O G d c _ o o C. 0 m m r a� > cn m`v U U o m 4) E K o m g x _ o A d m 4) aDio 0 0r5 m `o 0c�v�a E o 0 U`oc' 0 00 c m e w =F' tL a a `o'> > � cQ+ LL � 0 LL� � > LLc 0� E c' w- LLLL0 LL LLLL`ommm 0 amm Jnc �a LLc0 m m O J m U. N>J m W W '--� O LL LL m J O R 3 �, J LL J J J LL U(J Vt a P w w a E J l0 IA Q O E J C LL U)C LL a J D. V) N O _N J O O J N C J Q C p LL CL N O T d w i o o �M-=� o•�o p�N 3 Stn N �yp o oa o$o > w p `� S v 000 to w W N C N C C m C C E T O l '00 N (O'7 Op,02 Q -0 O LL y m ^x x Ql ro N {0 _ _ .G O. _ _ C d C L a } G E p C d lD O 3 O F mF O O m N N O N O O Q M O o O Q O C 0 x C O C.N m C D 10 0 Cc,,N b d O LL N m M C E c C LL c y c O C C C C O G ro C c c C U1 V�0 O j yt > j C O U S C w Q�ro .j O J O `Q p O c 0 0 0 0 G1 Co O y O O O_ 0 0 0 I"1 m �a m O O O LL C O w a £0 � .�� ty°C LL LL � in �� � '�� °E�o _�> o m� � �y 2 c >u! 3 c0 JJ c 8 i30 m N } LL J J O. D 10 O d CI O O w v E m c 2a N 3_ao o m mm m E A 3 c 5a a 9 m m c.N E • N .N2 ^ �o0o LL ro= G N m N_ N p 1/1 N N Q E N Vf VI N h N N d N N O O n a C ap C O O C O 10 N C C G d C O -Q O P G d X N ca O m X N N R Z n o.�LLU CN ro c0 c c cQg v �3 ro d o 0 0 0 0 0 8 0 0 o g M o cIop ori N m 0 0p o r- a C R D N b r N O O O In M O > O wo v v 0 V ID T cn N n 0) r I(1 N 8 0 7 N co N N f7 N V m m V1 /N Vi M M fA fA tO IA IH OA y9 � N y m b d n QE m m m m rn rn O c c oI `�i �' 1 m n V o a a Q' 0 0 0 ¢ lb 61 U Lc6 O C N V Q O D L V E u 7 cc rn o O m cc co •� //L,���� Y A L O d U b1 lE�` N �� cm la:/ (V O `C D o c N o (r 41y UUN > > E V Q N O er N M 01 r r IA n C> v m r n n Q> n In M Q N (7 O O 0) C7 fh rn m o n v a u� O O NCl E N N tMD co IPfi NO a0 Ia In m II j 7 Q LQ M b Z un c) IT In n n a to m co �..r W 01 Io nP V n C) (71 0 ; N O C IV 0) O p O V - y N µ 2 c m O O O I L LN n m m O c N >. .21 E a VR$ ro T d E L o N � LL •� U U � � `1 J m OpEl o w m W � m m od M �. an d o a LL U c = m v c U 3 E Vd o f m Y 0 M CX m 'o a c m v c n m Cc po o O m o 0 2 n' i o E pp E w n 0 0 o m c 0 0 = 0 0) E E `2 coo U rn N N C C O Ocu J U N O C L uj C O O £ N a N a > LL (V N c d O m E a Q Q Cl a N fC`6 LL 7 d N N E m E g v v v m C d N U ZO m o o 7 d o in N c v E c 3 a n 2 'a) MQ 0) � c i '0) o o � z C7 m v v cc ?? I`I 0 m 0) 7 .m ✓+4 L m ? O y ti L v u a w p2 m m 0 E N m } E L o O c d m y d ? o G1 c > T c z V) I m C H E y q C c m w E c a 12 cu o E E w W 1CG m rn 10 �o y Z'o m o > Eot a L� N m IO 0 c m O O m C N a d cc m e c a v c J Q Y c c v N a ro m m C 9 ro E zr nod na �3 H� o �_^ C�� � LL� LL rill It 00 o c Dow -j 3 _ o oc N roio p 3co. rn O2 (� ca m c - c on m Q VI a C O C t2 E m N O 9 Ln x N N N C y Q O c h V7 d U d w m S o ,� c o 'D 5 >. m -9-6. f0 5 S n o >n cV LL C 6 d m 03i>to'x 1v v vi o w. y m y p ro c U o � U U > �,=W ° o > m.... > - c > c c c u> o c X c G c > p a w m y N c o c c v w G 0 'w ° N'w rn p c._`o o y 0> - v a a a � c ° c QO N U tm0) W C � U E v S 101 O �LLN CN O C N a W TO a)2i ._t1 0 � mV Occcvm mcg E -`� 3c5m � �, Ute° � yJ O� xLLN b 5 �Uu 0 d rn v LL m'N o c S y v o y > p m c U ti o`v BED m B m y 4 d N m m U m > 2 91- cn y L 'y L Ql 0 y y c C O N 20 01 '> M S 0 p 0 LL O O , O C a X —A ; U '/1'a 0) O O.L 01 .-0-6 C C G 17 LL p a c G C H .� m r= O N E O CC m O N O._ O m G d V _ O LL O0 ti °' G c m o H c � > ma 000tL v 0 m m U vJiJ•m� O j.._�) C C) t3 °'x �'j �"� c m O >— (0 o ° mp E UpM1pod O Uo c a v Q C a p 0 = L 0(n J C) m a m E� LL O C O C p N m e m 4) c a W) V O m > L c J O C O C O R _ U aN Lu V)T` �O ��pg c �a� o yo � � E mm y� a�no02c OM'> O N G Q 3 m G Q O OM O V) m S O C f/ 0 Vf �LL o �UmoE ow am�mog0'> ;;O -� - a mwm N' Oc mO > �w G u J m ` '� to a F g g 0 c a 2° d c LL `d m U m m@ E o a0i W�0 m 3�U 2 0 9 X 0 4 0 0 otl ° o Z' c too yy o m W D > y� o a a U o G v, LL j LL c = LL Y m c m 0 m o n 4? U'� g 3E N y 0c1 a a m U c to a U U U N_o c 'c p U c U c Oct Vt�JO'c Ec c� d5 o c � n�c ry =C agp_ Oa (L c�U 0. E am: ro pp W V M m N O p 0> O C C 10 y pp 1A a C N V m ^ v.�O E a N N N O 0 O = G C W m V N O Q. N O C' d�p A_. N V d m C y M O d N m > C.1 c d E C C U O.� E N LL O. C m � 2 g pp m o m m E o m G m o o m cmi tCii••pp O D N m O O V O 0 C m L tLA c O U O m o m y m 0 0 0 Cp W N(n O LL O O O E LL N m C LL C C N a Z 2 J N —x E U G_� J O O J w 'a U(n LL LL LL O O O v. d J W J =oLL ri a �j J J J m �ry>> N c m y 2 J f0 c LL 7 N(D LL O o E C O1 CL > G O LL 00 U d O 031 O O v O O C C N f0 N N 0 O t0 ° c � y o$ �ya 'o rn Q'm E �' ° u°4{vu) vS pD -- c m �itgiq 00 > '> > Cl) N N r> L O Q) �Q U N m m E L Lo 0o N n iD'V Il m N N p O t0 c0 10— U�9 U U C N O N W G al 0 01 V d O C 41 LL N 32 0) O G C y O_1 p '�O O E O U > U U G C O O O O d > ._._ O O N 0 E C O C C 3 m m m C m ° d) �L N It O > C O O C a d u R G 0 0 0 J a_�i w ro m w Q rn N E '�jo.,O1 0 y o-1 c LL a'm a`� m �U 0 0 0 O 0 0 c GO LL 0 0 �LL JLLM�L�� c G o, x �N c°0 E o 3 c L^w c �oOC 01 cjy 2u DDS OU > a 8 a lc pJo NU J m a cC0 Z j N N m�> 4 C Q L 01 «0 In m M 0L) yy O C C .� N N N C «�LL LL �'1 O (1 C> C C C X O C y N N l` Q tT N > C H ^ x N M LL p 0.^ O R N N N m 10 tJp N M N 7 J -a OO O �2C7� d O O C O a m L C O m G`O W JLL QOUN C G G�� 3 0 0 C Vj C c -j 01 Q 00 O O O O O O L O O N — O tp O V O N O N r O C 0 ' O pa0p O Cl! d0 (V Cl! W N �O M M N In ap M m >p fA 6A EA fA b9 � 1q u4 69 �V (LN N O N .- QN N N N N N N N L C C O I] a G Q O Z ti to Q T " C C O d 6 v C V C C C c c � o m o o75 E E E 8 V W m VI /U.il X 'C U V O O E m E o° > ` > T r u m a� n m E x > _o a c m m p 0 o G v -0 c V a Cl) C. v n m O N r, aVp p3 c L O> V M N V O N Q N N N f7 Z O m O O Cl)0M M V V M N 000 to C) l+ U l0 o Q � O C d V L7 o D o m wu E E E a d 0. N > 0 2 v 00'> 0 d m 0 m a a O m 4 a6 L U LL Ol P m L m 0 d « m}) « Qm. E j 01 7 m C C C J O 0> U m 0 -mc c O 10U a E O U ¢ a rn c E d m 0 v 0 0 O cG U1 U LL U U U U Tc o S m m A 0 H M U U c OC X_ C N O y C p 0 1 T O N r m 0 0 v c to c 3 to W cm N y U) O Q O Z. O 0 CU. ; L OE1 N to J z d N E E N L �I > p O m L to a' U Z C LL 0 L6 U O d O U N o N E Y E o c o m E S �i c v d m� nU y � � mw g g > .0 mc v y 34 n a N N W c m V a E m Q m N 0> 0 M x o p CL as c9a 3 �w LLa U) W se - & 2 } / > \ | i ; ! f( \« \� : /]£ &/ E R)2[) » � �� E \ Cc zz§ > )j{ ( _ ]${ { | CL 'om i {t c \[])� g2\ CO LU ;« } m }to 0 352 (\{ 7 ®/22§ � ,( ! gaK CC > C() ƒ0$ IL )Os =% t 2 oW® / > CLJ \)- >3 ¥ ~f�$}\ /\\ )\§ ' {, , s - a . LL M 7, /® 22ZJ \B )o� $ a� F= as76 ]2)ƒJa £ 0 1 \I WC0L \\k}\j \mqi:LL\ )> LLLO » = % 0 £�0 0 f\m) __= § k ; ' \ � \ / \ � m 04 k04 v 7 } \ w \ \ c ] U G - � � § _ k � k � A J § e § a ) CL ƒ k � § \ 0 J G 6 / E CL C z E ƒ k k 3 § \ § } 0 / / ® ) CD N • ;LIN � 4 METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Equipment ti N N o Q �a r` Ln 0 0 000 000 o r` am O 0) rl N LD n QM 1-1 Ln Co p O O a N Ln M 00 -1 � tD O0 d O k.0 O O LL V O cN-I r-I 1-4 N O J m o D_ o ^ O 00 `Do m a LD Q m °�' N '^ rn x o 00 �^ 0 M 00 W (D m Cr C7 r� u o u � N u 0000 M CN o a0, LLDD LD o 00 m o 0 0 o tn Ln O n O O U'1 O N `� N > -� N I r -� > > > > O u Q. Z Y 000 LL V m LL N 2 O w Ix W p OW 0 p LU O O O O O N LL LL LL LL u LL `7 Ln > > > u r\ r, u r` (` Il- LL LL > LL r-r U -1 �H -I J > J J > J J J J u V] 0-40I Q. V �W a7 / Q OO O O O O O O m m m m m m a m > > > > > > > > a (6 IO (0 (Q {D rij (j] r0 L L L L L L L L L U V V V V V U V O/ 41 w OJ 4! 41 a/ 41 Q7W a) N N x x x x x x x x s L t v -0 -a 'D 'o 'D 'a 'D a .D V W W W W W LLI W w U V U m N ro m m ra m r0 r0 R 00 u V V V v v u u d c c O O O O O O O O O 03 775 75 -3 73 75 _ 773 J J J J J J J J J J C `Q ra m r0 f0 m m m f0 ~ ~ w 41 Q1 0J OJ 41 (i1 O1 OJ N t L L i L L L L Y Y Y L L t L t t L V V V A W rp O J m o O 0 V' U u NQ O lD 01 f� n r� t` O O O C:) Ln Lo Lr) LLI 00 O O Lf) rn O O u N O u 00 d 1:7M W N N 0_ H H J J J J J J J J J rli V 3 QLl `1 `1 iJ Q) L D41 OJ Q7 Q7 w D L L 2 W CU Q1 Q7 U1 o O o 6 O !E - Oai 0 N a c c c c _> c E E E O o 0 0 0 0 0 0 0 0 0 0 0 0 0 v v v o 0 0 0 0 0 0 0 0 m > _ �[ > > > > > > > > > > > > U m ^ O lD W V lD N N lD 00 M M N N 0 Ln O N O O O O O O N O O r-I r-1 e-1 rr H O O O O O cr } O O O O O O O O O O O O O O O O O O O O O C r. V Ln l.0 r� 00 m ° c-I N r\ CO Ln I'D 01 O M cT r-I ' y ti ti 'A .--i N ri N L OJ a+ C 61 Q CT W O L CV G co ra N r� r- r� rl d MO Q r, O N Lf)00 m M cn N Ln m M m Ln M M ry N V1 � 00 a0 m p O o pMi O 0 0 J O w N N Q ox m u o rn } LO v OD m L d O d r-I N U' Y CrLLJ N 1— M O 00 M LL LL Vhf Y Y Y N - > < lD U M cr � 11 T M > > N t�i1 V1 O 00 00 00 00 14 LL T O O O O 00 0) Ol iD O O O N M O o 0 N 0 O O o 00 r' vrn M LU M 00 00 O 0 O N N M M M O O O O O CD oo 00 O o H O0H0r- F-- r; - O t -4 -1 z m Q ¢ Q o < U o 0 0 r- 2 Q Q W m 10 U I U u V M U w -4 .4 .--i r1 F- U U N O r.r O a U- a v a a� v v F. o O o o 0 E E E sa W �+ ro ry r0 r0 r0 O d D L Q CO m m m m N L al a7 aJ ` v d v 0 v `w v d a " O O O O O O O M a O O O O O i i i L i O d D Y Y Y Y Y O O O O Oq O `y N y v U u u u N O C C C C C �' +-� ++ +� a+ M V 0 o O O O m m m m m m ry r0 > > > > > > > O b Oj H H F- H c 0 is a m o ro m m m ro m ra m oc 0: L cC0: ' i i L ; c c c c c x x x x x x x c c c c °1 a n' ai w °- Q p tc! w w w to w w O O O O Y a0 m E E E E E c c c c c 'c 'c v aD a, a, n A V CC b v U V v U n n C W ar F- d x o= s u a Q a O w o0 0 O O O O- O 000 00 00 00 v1 � r--i .-r O N 61 m co O � r-I r, -1 -1 O O O O 0 O 0 3 d W ui u7 M N M M M I CO M I M I M M M I M M M Co I CO m I Ln 1 N N I N I N M d 3 w 3 `1 di1 N ai a 4 al ry ro ra rp ra co ro rc m ro aJ aJ a) _ O O d o d Q a Q Q Q CL Q cu a 'a o. 'n L r t t > t +% :% F' :j w a) .(V E Q v N v `al N O ra r0 Q r0 ro ra r0 O o O 0 m m ro v o 0 o O > o u U u u u u u m m m v, u u u u m M N N rn O 11) u1 O 00 C O ct I'D U'1 d h M r Q O r` N —4 ti c--I O O -1 O —4 O 1-1 O O O O r-r a-i c-I O O U O O O O O O O O O O O O O O O O O O 0 O O C V E N V V1 lD M 01 M I" 00 O r-r N Ln V lD 1� Ol rl O 00 N y N N N N N N M N N M M M M M M M M v C M aJ G� r.. Lri aJ Qc 6. V CJ CD N o Q rn - a xs ; N N N N pp L N = LD Ln n N 10 1(D m Y a � a V w 1-1 C CO a O O O O O O L L Lei i m10 M1 I Q� v 6Li y N A G Q x 3 3 3 3 3 Ln w � 3 Ln o r, O Ln Ln m M N U LL a � c o ,M o ra : c c c cu C a ry o Li ro f0 O O O 3 3 3 ni m z z z u f0 0 0 0 0 � } 0 0 0 0 0 N N Ln �o m •� y v v v v � L +' 6J ar C 6� a w 0 L �d G 0 M r Aloe % rA METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Client References _ Cl) 4 # $ § / & 414 a ) _ a & - ` tj » E \ / k \ 0 G w k ƒ » / k / ° uj « ; » _ o $ / k \ \ \ \ w E \ .0 / / - ml m @ A - G $ \ § § G ¥ \/ g r \ 7 z Ln - @ T � / T 17 � \ I ° § \ 7 k k \ J § 7 £ r- � m » r t k \ ) »_ OD\ \ co_ k d k @ 2 i k Vk / 2 / \ § ) � 0 ƒ 3 (U ƒ ] f 5 » [ � . , \ ' t LLI c ± k a ® &\ \ 7m- LU $ ƒ 2 $ x m ( « / U E \ Z / < \ j < \ UD- / ± ° � / _2 » � © $ U > ° � ~ ® � \ \ / ] % \ ^ r 0 « q Q 5 2 < m § m o G vi ! 2 cu $ £ CO e 2 » _ t / © 2 \ \ ± $ / ` 3 / j » , / e 4 § \ { U- V 0 m } » \ # k { \ \ a o § z Ln \ / \ ƒ � } } om \ o / / \ _ m / ¥ m � _ / ƒ § ± \ 6 p co \ & n 2 \ \ E $ § E o \ / \ _a , / \ g ° » \ \ ° 4 k / f m { � ƒ 2 6 ƒ 7 £ > / } \ \ ƒ V & t \ cto ƒ / \ / / J $ / % / e \ / � N M METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension METRO EQUIPMENT General Experience _ Cl) W ° n o `v a v c Y°y o M `o c E c m a E Y c > v > LL o V) ao o > 0. U LL rU. J0 U >vpE o > c`+ a c Z C) c j a y y L �7i 3 c 3 n c n d oro v a �a`a 'v o m N L°c CO N•�E° O N !� m x 3G 2yyN LL o (UD m am e3 > V �c't0u > to Uo z O V m > E 12 (z roN Er cCN — °E °n J 0 .� m y3 LL. l0 Ti o m t0 0 ;0 Z m y ro c y o m O a m c y E iv D U J o U IL E a o YI ¢ U �" o. ro d to v c`� a a ro a8!a r w 0.g IWi oo? m 0 o v N m n > > o o y w 0 m > p m o o avQ 5 h � u cc c m yr we c 3 LL etl � m LL LL m v ao � c Uv � � c aye �� � a �a a a ° H ag �J a rn = o0c Uy > m Vm � " c ooh Z 4� 4n v m Cl a d - LL y > a 2' > U m 0. O m E 0 O E N c J 0. LL pp d > > (0 4 O (O m 1p Q Oa N In a> j,� L 7 M 7 m O N N N O Q D a 0 a w CL IL Cl) m O M N U m E N a oro C A 0. m°6 S o Y W � E �°6 W '° > `o> c - `O c L' w m N rn d o o m �c o N E O¢ O O LL `O 7 m O g > `O C O IL N Z O O U 'j O O O LL LL LL JaC CN ILD CO LL 3 LL M OJU Jm Jm LL@ LL LD ° LL LL m QJQ N O O N O a 0 > C O w �a U C J E W f0 C S y O N OOp > J N O LL C Q1 J Q> J O� EO (pp N Soy O0 — �a j p O L Rfr Q 2. O p CR rVOi ° rL S G �' O 1�0 10 O Q� � � m �D= G C O pp O N N m v 3 Q N f7 L lL D O r N m U f0 N N Q C to J Q 0. Q ON O O j °~O C p U O N dS'? O O O 0 ed C(n O� C O C L' O m O� COO o� w,o ,co_ $ oLL � oI° o o OHIO o o ,o'co c o �� 0Y� oW c _0.gE, m °' 0 o m cS Q O 1S 1S LL c J m� 2 �� � ° L 2•x m E '� c y N� 2 N LL O n o o c d J a O ?i y .N '^ Cl a u A m aI S MoD yoc '3V m0 E Qc� c foam �v2 o � -E E N N N N N S m N U N ° ry N Y N ° y 3 0 > N N m V N p N Sin c S =(p � � ca ��i UtA' SO SIL lC v LLUF > c� N car c U o ca > c L (o (o N o 0 o rn o Q o 1A O O O S O O O (O S O W O u'1 O Q p N �Wp S coN O tD W N N Ute") r0 �O M O ' y M. f`") W tl 61 r O N N N O r N f") In N M �A (") a0 N_ O 4i M W �Wp ^ N_ �D n N LO •7 1� O+ Q Y/ V m ('7 11f tD M N f") c7 O CNS N O O O a O V) V) EA di V) 03 Vi V) b9 69 V) V) f9 fA ffl 4f Vi Vi }r V N m m _W O Q C � �p W O� pp N N N Cl) p a1 O 61 C? O o 4 O O Q O O P 4 M o O c a rn c> d rn a c m w a m 4 0 > ¢ 0 ¢ ¢ ¢ ¢ co ¢ LL O Z o> o CPrn rn rn C � cm 0 a,a a 1 D D N —_ a o IC 4a 410 N a N m N a N� N a E o f o f o f o f o f " E o o a E W c A c m c cc m c 0 c m '� m u ° c m U E E E E E E E E E E E m m E E v0 C) o {n oZ o ' oZ oz o ' Z; 7 c ° o m aT m Q� '> U '> U > u > U "> U > U > > > V W U 1pA O 1p� O O n V Q N Q Q �^ co O N R �'1 a0 N W N Q N Q 4Y Q W Q lfl O W v O 10 c�1 �O O N O> U>O> N T N 6Wt N O Q Q In IT M C-4 T N W M M 1N T L O O (OO °O (OO (WOO W T M OO O (D rj N N O W W n N OI N O> N O N 01 N T 1� r 1� 47? n fD O a0 N a0 W n Q t0 O 2 QQ Q Q Q (O N O) r N ^N (O n N CP co Kl CD N l0 6 a7'n (D N �t"i � (A (L1 Ut1 N tD lh O> O �v T N O O ID) O O W O W O W O O O O W O n m W r 1t) p }r .Z (7 r O r O n t'1 T O 0) 13 C7 m r M Lh O r M t.I r M C y OU OU OV -d U OU O O O 00 O .0 U roi T O m0) O O OU N N N N N !J 0 0 o o Q N a K x Gj o a} V O c m c c m b U Y c q� < 4 c _ e ro m m o T `� m ¢ ¢ ¢ `r9 a m L Ol a> al w O C 0. 0. m L N O d N C N N O 2 E A/ Gr G' o ° o ° o ° o ° o Z m O O o O LL o w y °�0 a a>i y (� C� LL o LL Z Z Z Z > e o Z > p > 20 c o Z ° � u � � � rim o c c , c m ° � � m ym �' m aa>> w a >U > U U jU > V � W W -C)s LL >U �U ->U U D_ Y jU L L 0 cc 0 c v v c a` c v m at ma! and iu nom m °> v o o a (D � a> 4 my a> aci N E E E E a c c m U m E aQ rn-9 on E U m E 3r � a >ir � r o m m C7 m ¢ a> m v ym ym m a a v y � � c m� c �D c o a a s a c a a o n J E E L° c a Cl- 5' g -� c o m - o c d m m a, ro d m m m a> an d o 0 o Q m a> w >.o y a, S O y 00 0a o Eo0 00 U. LL (L C) LL opo �.�� YL op� EY? � d 00 A 3 _m 3 m 3 n m 3 (Eo 3 Z T Z_' �_ m 3 a L c r c �_ S n an d �U �( 00 Ill ~2 In V U U U U �fn IiQU ZUU � (n0 US L) m > Y co o c o f7'i) Z D cm m to ti Z 'a Q ro 0 > V) a m oa r n =v; 2 L Ncc E -E r-- N ¢ u N v `c c c 30 3 ` u a CL H m W aci n m e LLYy m o N a>N N - C 7 ;: *9 U M G N O G U m d n vc a° rn o d EZ a) 0)0) o Ew d y m Z.to v O Q '^ O y > > c > Z U > c ; ^ Id d d m e V - m m Y ° E o a Cly c o ro aI U in Z 3CL " 0 c 0 c U rn w a o U a� E v E c E v € > m n .Qj is v `o U U v n d a O .m Zo y ¢ CX d LL ZD >.a U A> > o _ M� N > � ,� o w� a m�� �� j Z � � a C7 c^ Nin °M ° adv ° N m m'a E .6 � c y ° g c mo ° v o� o G 0' o w N E o� v � � c� a c Z � �'o (u(n � c G >_ v c aci > > °`o .a aEi O ¢ (Ea !3 o m �c c E o v a m o m m m a> m m m(n a n rn m LL c N c ° w rn m'� c ami = ami v m E amid D O m o c .o c m Q - Q c� '0 U> E n NT tYn Za8 a C�U O O> c o W O Ii 2 Vi ILS 5 -C It 0 Cl) ai �- m tL a W ey) 4 0 o= w w p C c io'c d > c0 D X .Q a N N � io y a > 9 j O m L bw o rn U p v 2 a �i < L o c � M DU cq� _ 03 N ay L Ji9N c o E LL 0 3 m v m fp O N u c p �_ r o J f � d o o c d m g- c 0 NN� fnCS OO LL LLS NL fDaO -,Co CU) m O m > f1`r O cp E 0 N J J > O 7 O m I� q O m 0 2 � a m 0 o a m o U. c E g c LO g 0 LL O a'c c N o f v O rn LLfn o m pJ gm� � J o YO - N otn -� �i W Ty m o o U2 v p �rn 4 c�� 3c c4i _$ o D_ c '� p o� `�� a � !vyz u. ao ` c N 4 'a m c O c `* c rn O c m d H Q m a m m o rn v o D o c E m pm LL D L C C N C Q L f6 N a p '2 L C LL D C a E fD J LL co c V o.m c Cl p -��i 0 m 5 c LL D'� a � c m e J N •m❑o tL J O J � Eco D5 _q c q ac J o h LL 0 0 Z m C)a: oo vi p V Q LL a 2 `� m m c E .n.N c po 'v U ar (DC4 y�° () co C a C LL a d N G t] O N Vl Q C l0.�d 00 m fpm J N } m U VJ o ro �a s= aLuv a � v aEET `o_ N � a az ao3 gv a n a o LLo b € ;.a � �' 2D aNE a_ of oa p ° o m v ou o E �o o o E fn n x o m O m CN d o o v c U) 2 m vo mo c 3 vvQ ff�io O o- tL 0 0 LL O m C U m d 3 m 0 M LL m 0 O p > Mom m LL LL y Q LL 0 -jJ LL p Lp C•p C O 0 �' LL LL 00 LL J L LL LL ,7, IL J Q J C J pl J L IA m > J J 1y J m Q _p1 J J J CD, N m O jp O Qx N 7 ip m p0� mLL �vcL LL O m� y Nm ft� m T Ocq LL � N� t0 O N N m U lh tD r L C d J > J O G N N D VS N C n L ^ C � O O O O O m O O m d' O d�.O O O O' O p 0 U O a n 0 N D O U O C a s O N c G o ov o E N g ri ED m o o�' o ro ou o ofo oD z o 0 o'm� m c o 0 E m, D._ c _ C4 M J ._ m o `c L _ g o LL 3 o Z5 2 S m 2 v a y o m 2 sa _� 1 pc 9 j S° S m u !3 m LL JS 2 2 C fp 10 E C W G Vi C L R y O m m N m N m U m L_ L N N m .4-.1 J O a' m N N 0 0.0 U m n C QQ11 cp m CL O v C C L C m C O C C Cm N G m.y� L 1N. C??R N Q O C > O O — 3 U U Of —Ul U _fd 0 G ?N (") d a IQ U O O O O O O fv O V) O O Z �, o 0 o N O o O o S o M $ o o ? o m c0 N N In d' O O O O O q'� fn n O O f� N f0 N O N •t 0 N V) O O O fn N co N N f� w � C j0 O N N 1� n f- 7 r m O n V) N m N M 0 > to v M cl0 O c0 O co tO N N O N tpO V N f� N O N fD Q C14 m f'1 (h V) N fb0 f0 N O fn O /V cn T fA 4H M V! V) w fA ffi In W W, fA to ffl !9 /n Np b9 l9 0. 0 n o c oc t � 0 4 0 s o 4 o v' 0 0 o n o U v n n > > n > > > > > > 4 a > > n a � � Q EE > > N OU O O O O O n > m j U V cn L Of Of c O W 0 h N 6 pi NfT m 13 C m m E D W m E lJ V G N El_ fEp G h n E E 0 G E c E E d o o o " o do d v £ oz m `02 v oZ a U J Gl m tV O 3 E U C p> U N y Y Y > U d > U > U m V t0 V O N m V1 O O f0� f~0 O t� O^ V O Q 0 O N N r- O N W N (p N O 10 p _ O; V Or N - C N W CO N N N N fD N GO 10 T T m v 10 m m m f0 co n N a0 O f0 O N f0 N m N N O M Q fj N O H t0 O f0 V) f0 Q tm0 t00 N N m Q VJ f� fq N V) V) m C) m f'7 N m l0 N m l0 h l0 fD Q V7 h 6 cn v v n v ui ph foS n n n o fi fh u5 0 .j7j M 111) m Om � m m (OrlN ('7co m N' CO N 00 M M f.4j m0, cn OM m Q U 0 0 0 U O 0 U U U 0 0 O U 0 .00 O U U U O U 0 N C m N O a N N v 0 Q C > C N C a D DC C V m NC O p q m N O L pl C 01 N N G V C C m S] a`r d LL o m UO Y _ c�z a a� a tLL 0 cm 0 u- p a O g 3 y E T p Z o 2 > > c m b 2 o d E E m u Fi a c m 5 u @ 4 m v m _ °t5 aC a od oa T otl vv o D `v p v c Q m D p m ;� v v o m y m y m � � J J c c C c � a � a t c n as 10 �_ o c 00 LL o Y .0 fi LL z Z Vl p0 p0 LL p0 00 O v O E k M 0 0 3 10 0 0 0 0 o p o d E y E O o E v m p v o o Z 2 y y m a3 m = m an d m m d a �n iv cv LL a iv iv v m c)m O �cn U v w � a 6 01 t LL E N N yy C C > D m N N m 3 N Ic C N N C a) a s fn m v v w v c v_ rn d m m U)a v d m 0 fD R > fn v 4. a n w 3 O co N v > a m m V C m L Q LL Uf M= C N C `O C G m E (uU Q a! L C d C m T O O_ W O E yo L° m c c g` m o v12 vm d m m �0 U c Uo A r- E m E ul a o p m U N L vLm, o ? i- Z v m __ 0 v v e N N Lu C p 5 m C u o E u o O <Eo E E a' J v ,M in m rn E�n rLL LL LL E a m c > c v c e om ° D > r°x �m m c a'a C) a m c d� Op 4 v v H ~ d u c o C c x 3 E O v y d U Y< m m w an d d o . m m o m a g 6 = O 'o v - w m c m �U > 3 mQ a N � m m �'b v v u m N o D ii ccp E r� Q E �o c a o n n ' > > m R U vim a a v o o o ami L co m i0 10 f_E4 to c c c m c n h w c m c � m m °-��ip U m 4) a �U a In N LLo LLJ af� n h LL _ 00 _3O E .9 c_ 0 m w ama -i CO us M .0 O N 0. O U U N J E lD `0 0 LL m O C G £ m Q a eco ° d 0) a Va o orai pm ° EL° J L O c O > E $ y `o v N o d o L $ o LL d J $ H c a E LL o a o v S'vo a6 0°Q U N } etety�pp� m O J LL m LL O O 7 LL '`OphLL N LL. p In S 0 m C a d Oe fD d O O J C� E ppCN E O O 0 O C; E LL J m N (O C LL G Q J Ql ~ C v U U m O O 7 ° N O C a C U U M M N .2 =V C d C p o U 0 7 m o m 4�'0� a ° v o._ c m c me m iUuo .c LL eTO CD 2 r V)N m o� O cE m U� m O EoU fl. N T W C c Z:',� r M SZ A t m pI 0 Q O O a fn 0 N C > N d �. a0 m m O w >J m (L _ .S� h C �p O d LLN EO W H �O HQ '> U cc N (0 Na N A C "N C LL E Q J^ j (n O.O LL c T y n U S � vp o c c J ce6Q o o mN c m C) G a LL m m �U)m m } a m 4 yo m g' MLL > -�'' 9 vi , > jJ O a v m n o Z'`o ae U Vaa Lo �0,, EQ aJ ca c £ m a ovpi d 0 o E mLL U o o aUV ENE /6 N V e0 LL j to V ecSN S 7 C U m o �i. J O n. — roJ aLL oaa d In 0 0 L o a� p m IL o '� ; °<no o^ �tO d �m m 7 oa o m o T p 'v.�OT LL eo n m LL Xv H �� n rn� amici N mQ aq rn `5 �2 o> LU LL S m J O m C J N C c O O LL T C to U O LL a- 0) O aLU > O LL m j N NO Cl (D pN LLO O E N m OT a� r oa �^ L O 0 > JV7a � O J a a 't a y J LL LL c C O N 7 J LL `� O O S a O LL O C N L O L U oo Q J J p m m L U O J m yl p o T _ 4 O TJ C N_ C_ > m O >LL O p N O O 0 0 N Of r m y m O m Y O Cl) O M O f1-- N J O C C O U L L LL 2 O U• S O rL m O = C C O v G Qt 0 0 0 Y E SOT O m 6 O O J m c > ; O J O W O W O C G J ` 'y O m m U C m S C C C 0 (� j LL Z y O C N - 0(l m C C O C a N Q 2m onLL = � yam a e � L o 0 o m o m N o ro oQ o❑ N J O U N E mug c o U ° c $ 1�LL >o o m�� o °oQ m ,�� n baa 2� J �co zT �= c �°a0 >,� c�_ anin 2 mJQ E c �v�a m u .4_'� Q $L v L (SUV c - >> a m mm � 0 0 O c N m m O m mX m 'n l`'7 m m to m .n ° m .,f ... C p m N U U C)LL m-Y w V U c Ka m CN c c CLL —LL QN N U a.0. UQC7 U m c �On O O p O O O p O O pp O N O O O V 0 O N O O O O O O O m O m O O S O O NO O O (D .A O N O a0 a0 O N O y .0 N N IA O O CU O m it'i tD � (A O C (p ap eh .D e o o n o ao o 8 0 0 O > to In o ri .fi vi C, ^ o m ^ .0 m p IT .o N w .A M U O O .D N M M Cl! Q .D Vi .0 ^ r (D p ^ (O N Q W co eA N N N N V M N 69 IA to (A Vi W M 69 69 .A W r � l0 O p 4 q R c 4 4 q m g o o 0 c (.> m Y) �i a (dr' c �' ci v c a i O O O O Q O -7i 0 0 Ii `-° z (i to z 'o di v E CL o C > 7 U o rn Q E E m u _r oo EE yy7 N� b ppy`` yE yU C m >` m 7 V a Y LU co 02 c 7 > C > Y Z > m o+ g N Y O E rn £ v �c .r`ai (�j a, p (n m o Q N N.D (y ^ U') ^ In N V p (") 00)c0 4 O ~O .- N - ` ((1 LO Q' (p It) N p N Q N p O ^ m ^ A m(� o fl ^ n (oma mrn c bH eui �rn ^ y $ n ^ .a O O ' 4 (D .D Or M O O V V O (9 V f7 Q (D I? N O fp ((p N N N(D (.y(ij N V q l?aD m N [V O N N W O N INA N CO 00 m w O lU N O O 00 .D� OOi N O � N N 7 ° ^ (� (a (n (D ^ ^o ^ 16(b n rn r, (n eT Uh u5 .h N a'rn (n O OU n co OUv OU (p•7ep•� O O V 06 epr,roi roi O x OU � C O 21 C L 1 N O C ° m b O U _Nry c _N c m y N z � 5 00 n co vw� Ov�orn �CZ ' cc N E .E m 7o o a gLL T 0= 2 O GQQo E � Y cmm oQ' o ° 7)� U ,mc 4 m m U m V m op a v c v $ °n c m ms m D m m m m m a m c o .n.Y >. p oR t m m O a IV m p o m m ma a >m m o 2 mX ° ° O m Hc V o o 00 O - o n 0-0 m m o too m � m rn -E E m E ' E m E L E A m 0 d m m aCi O O m N $ N N O 4 N QI ivu�o (v v > � Ino �V1Y <n as Y � r z Y � c m U O > m G. _ 0 c c _ E _ O U N _ N «0 R C } O C aI N C(� el G c O r7 m 2 m e E mErn y E aGi o a o LL J) Lm m o °O U ° E m cr CL H ° 4 y Ica vo�o dLLo zo a d o ~U ° 2 m c Z m a LLJ o a E m o V V n o N E �3 V 3 4-0 o 3 o4 u ^ LN.nOymrn UmA) nmm > m�0vm Q oy enym �m~•m J.n Un7 LL mm Ca c. yLc O o OaE mmb W Qo W . oLL t d IDa ` p c > f o o> NE E Om 1N E nJ o mmE S ( W > m >v mO ° mm L 0 O m a m m y E L mm n O O N C m O S m O O J � N (naaoo V)a' (naU J_ U' W (nam V7a Yaen Ina z g U7 C a lA O LL m am/ LL M N C « L (V h r D O M �Ua o N JL^ n c � Jc 5 � M ° mc a cvi`° > c as a m $'m v J m € 'm o > o m U m c c Q G 0.x J o IrA O a c fD r y LL c o c N LL H a J a y c Q �° oma c) 2 > o ? so.2 rnomr�.10 � n om� P o ov v11 c � m T@ cD m LL > > LC C 2( O O? S 2 °F� G J N LL N f0 J O O c o o n N a_a•€ N o-.. m li v c u o Q m In E o N E J LL u C C J C N a p L 0 C Q N GI c4 rL C m V O ul e8 co m 8 C C O a N o dmE'm x ° 8m _ o u-0u_�o. tA0 J c .nd o c� D o rnm o a�� >^.Np N om" y d ov ,� E c dam` Nm L ao � Z cvo � o O N O 0 N N m > N ° x co•f/N 2 O Q � C d mL. j �_ (� U >b•O p m r VCC . a Nla o CV K • '� Un ad O C a_ _q 01 •a C a > d o w VIS 70 r L (/1 o v o G1 N V 7 N N m LL o N O J . (� U m�i� c'a o zI orN c (n nom C J c 'o m �,o x mu) o m d a 7 vin nm --j rn m U a F--LL n U> E N m m yy x m y m .�p J J u y N p 2 J H o c cD ° Q N >� o�pya as c m h o« 3 °1toQ v g MLLa�o' y on o c �r`o CL (� ?N x p 'n Oy O O DC G y m UI (�D C.0 }KO o O J O G1 C (O N a^ E O'Q G J U o C 7 •,t 2 O O N o m N O O N a C UI �0 p Or m O U oaNN o 8 x �U E y �`.- c wN O~ U oma„ u) N p �'T U _ d o-�oo O a'� iam o 0 oa Uio o rn>• ccp E oa Z « o❑ a� c mL U o _� v a `>0 E 3'a CLL m Z N LL N o 7 O•n U C _� w pSi co LL C o 5 > N u V ? 2 n o o c E o o > o _o o o-` '� N °D v N N o a m o c E�— a v (�Cy N N o o o c IL 7 r •a N J N ._ O C — C m{6 LL C Cr LL'� N m a— w'C J n>T J O a N� a C $O 'a o m O YO m N J 7 C J L' ` C G LL C M a J o > � ='co— « $p 2 o �' — m -�m > p ❑'N m o y g oo E ? OV G.' U O Vi E d N N M=N o J V N C N (� 3 2 N> O LL 'f0 L a c > m U v N E x u a c D_? co E > u m:. o(n— a u m .Lu � � o> mp � a as `oa ZG._ `off oor. �a '� —_ o � c L o NU � � a oa c y� o ° oa c� me c ° a mp cwF c d H =p y� o.5 a( o J oa c G O m u- N O o Vl(A m ma.%ro>� a m u ; > 5 m J4�>cgi d =a °' d $ m�D ii cE lo=N� �oZ8a ,f,a NU w rn ami a aja « —I aa(Uj omi Q:LL m Coa m o c —o to 5 eco Nz S Sv,'v z� FMa 5c75 �� o �3 Uo E E� c°,�a rn ` R m o 0 0 o rn o o $ m $ O N O O O IA ap w cy OI o (.- IA N O N In 7- O ClLo Q ' �D the fppm C I!') If) O (V O m cO O N M O N .1 (A v) ffl 69 69 h9 (n fA fA 69 IA n d m (v a O E N r M m C > V > O O U O � Z O (u o w (n O O LL (� Q Z (n Z y c� m o D N � £ o 1 ppE E E v vm ui V N U O E C m N m > > Q >S2 co rn N a _ OQ n M N m n W N N N C-4 N coK O W V INA• q Ori O M 0/O O>O tOD IA I7 O N (D r r r N • r N r N OI to cn a M �M O O M O� N M M c m O Co w V a > > a L 04 E y o a> v Q > >• > ami EM V o u7 o U o a h 7 7 7 ob m y 1 o m , ? a o mac � o Q m C 3 w Q O o C a N m U L q y r N 3 n m C N a C > T N m G o m N p y 4 E N L Y >, o N N R N 7 O O o .0 LL N p 7 = Y L' X 00 (/7 C O 0 0 � Q m C m'c'D oca G _ 10 0 ow o5 o m t° 0 -2 >. -Z vL �N � a LLQ (n � �a -Y DLLa v LLQ ( a7 v M M M a O w r ?' a v°', o f E� m o N Lo m N n in c a) 5 c n a NLL a d a N r E m w c N E cr c > c N o °'� u y o m H v c d v a d w - n v m >o c d m� aE y n o EM y� m in a3 n '� > G 'c Z m n y E 6 ° LL LL n p n L a N > D a m a E cn E Q u gN co ao Z' u3� mn m N E amm = a > � — o mo O � co U m �, o co d N N UU ?sv O w _ N - v o c Y m m c �•sc 0 5 y 2 v� N O O O Y N Y C () N ly Q U V Poo aUU7 U U as p O LLLT ON wFU LL(n 0(n aa` ti LL o m M 01O O a U. 7 K o d E LL 3 2 U C? J(n d o 4)M L c.c J O (p c y Ny d 9 C J y W � > C N N N{ (n ll O m d fn(D cm O O U f`7 O m O. V C '2 G d ` LL 7 X y (m 0 ❑ X C ?? O lD 3 O Vi O 'y-• L O C M 0 LL p�O O V O N O U N 'D-Cl m o> _ Q D O X 0) N m y N V C U 11 C LL LL �' L Cl O LL Cl)tD c 'c CO -0 C d I] N S O N O > ❑ L3 v W J LL!� Q V J$ N ? M N� y� � ° � � E `og<n c � N � v � � U?U�ia� r � m2 o0E H rno C ` IA In N _❑ N C N `y O - QVVQC� 1� U N _ C p❑o U'1 y 1D m `y DI c t O LL C m g trO O d ^ O c y O a U Q. iNioo °0 C LL S c n Q N � C O RvU a« CO� oQ m v ' T3 y a u� o mU 3 �v)M 06 vIW u 3 m c C an d D�7 L m N O X C VJ C C C W uj VI C N `- in 0 N co O m U y N N£ a " ❑ a C a 10 O a N >' O N W O C�' a Y Y m^ tD O J N > N Oa O N 7 6 U C Q L L Vl S d m c V F- f0 O C m .mD «O O� C O j G 4 a O N C W V 77 O 47 Ol L_ O m lV/1 m LL O d D m LL C m w Q O G W y LL m CL ? E u ° ii r o 3 c c Fa y E a .� LL m v ° O u w .1 o f6 fM•) N v N U m m o u rn G `� Jp -� c a V O! o (D U c m y c «a O 0 t0 Q N X N Sr U x v.O J LL c LL y " O c m U d) O O '� C C p Q a'ca M p qq CO ~ V �,O.` C L 01 (n CL H m cp N d C N d N 4 N�aa O F L m LL m � 2 O y Ol y m.DLL a) _ O �O S p O d d ">0 LL _c m� 2`O c «U o O � � O H 3 g m't cpp d m Ow p c o o�LL a L) 0 E > � IO ❑ � J d m > y c o `° `° = E QL'(.� m o E N ar >E a o L (D O N (7 3 0 m m c m p o o M M sl {mC o o 'c c Q' LL m u ID p c O � Q `Ooh>m `O D>.j M U m N `� C N �°p a G_ M (D m 0 V> N O O U 2 N m LL a LL L lN C L C O O L m C LL O C ° c O V N p d m 0 o o ° N Q C J LL i LoO J O L' ° m O .0 LL O lL y U LL a J U 2 lL l.-4.❑ J m LL �O QQ O O E C LL LL O U LL c J .E J._ LL O 01. J H- p ❑ J c� o o u U.n �i E rn Y o m o a .O a U c c LL o G c (ti ❑ o °U min rMi 2aS y m o mN _N N S oo �� °nvL Ou �-� aN� N awl �_CD 2 W v v c C a y _ G D c _ > g O L_VI M a ra N C 01 M m N v m tp (n m m d N C N O ° w ° O o c °U m o c v aMi « ozi o axi > M o ; v o E o❑ o c U C(O c U L m(� C > t0 Y O C C G C N C= V V- C w G C O C = C O O O b N 0012 0 2 1� o y 61 C O 3 O W L d m J O(n O C O O N N C G R m /0 Vi X �A 4) - O O E 01 O m C (DLL nVI Cy O CO 42 O C C m ` m U N Q m D N N N C H a Y > _M T ?N y O m '> G 0 LL . a C ,a O N L m y N O C Q� G O (U� '� .mr. o m O 2 U c m 0 N 3-- V1 m N LL m N N m yy E V1 7 C O C a N.L app O 4 N m VN NIL O O/11 p m C N L' Dm LL In> m In LL C J U co rM N d c M Y c O o LL Z cc) a o H o c LL -� c �_ o i° o0 o c 'N pZ p 0 0 C) 0 o Z'A ° m o G o '0._ C C G 6 N O Qp c 0 C 'o d C m C LL m U .O y a) VI C m C �7 m N O N N 3 U O'C N J N' LL m m 0 C i O Cb5 LL a 'D g E `° E '> °� � ami ` c° Z' N �No _ E d,f c c 0 U T coOL C c oU ro N > c�i W a o �C7 y ° m - N c o o <oo E o a m o rt°i o a''c o 0- c v o. G o Lmi U n u o m o 2 o 1.0 SQ 3 c C d oU up �'�j t;L)c oN� C N 2 Zg _9?>>m!2 o m� p �� c rn co � c o mLLa �aH �� co CLU)— q- boa ca ' N 'a 07a J m o 2.' m N v cvr1Oi c� my g' MLL cm C c0 •= Q fJ r� c .� E a U m ro m a) ro a r'n n E° o �'� �' c 00 ''a N rn o U = g m y L c a� n v a LL r) r D a C) m O'_ N O Q U T G O C W jn p C J O c0 > N p M a LL in u O ro 2 LL w °m dN � � € �n. yc m'� Svc C7 c� c Nmin > n w'_'�'iJwc gry� p '> N— c n o 1>2 m c) O N 0-LL v oo v n '" 0. F G °' E U d '2 a n0 `�i" aJ rnU �'n�0. `oaU p^ =m ro O N g 0 to y t O d{9 n> tea = p r m a UNC ¢ 0.w roOv`Oi =O IL M G_ ti U m E H a W p O N �i �O V a fV y Tr N 7 C Q C N O M Q o N � > U O m A'a 9 o U v O c c `t'U 02 y o m �- o L = n in `o ° c - rn a o p N N o U U °m LL o 0 4" _ ro LL O Y] LL C Or LL Q 2 �N D LL> > LL �J O LL _�. C O IL .0 O O ��� O7u C)IL n � > 'Ofi N O pOp"K N C C;, LL C E N QQJ LL LL C O O O a N O O E J@ m G C p J C a 'A c a a '�) ox)16 M O d ('/i0 O CO C R v >�> G N m O- - 00 C 2-D Q- 'O C ° � E 'O M� 'O N m} Ol @� O N C 2 2 O O O D D O V O CO 0. O o 0 O E O O c�' y(p O 3 O a� j 0^ L O O m O O m N N C C ry 'j G - - Z`O C LL c C y C- c N D M c C Cla CLL c LL C E � m of m � of —° �pu LL oJo om0D o rnmD ° E On `o mJ g ? Jga 10 m 'S v c f0 12, .5 .�3 m an d rn m '� .� o,m$'' m o m o U. LL m > ° m n t S o c ✓ m o m a U m e La m E ro c m.rtc c y o m N=6 ti J J C m C N aJ c > N> N m O N N R N m N ` N N Q N d C,0 co O"i m 0. U� v o ca S Es E �� a �co� 0o U')o �[]o SOuoirNi V 0 0 o p o 0 0 0 G oo p g o O O O O N Ci M 'n r . � Ci UN') O 1� O lA OI ' N f �D Obi O,N N a�0 N O N l0 00 (7 O Q 1� tG QC, cq N Cl) N N N O N '7 N N W V) M ut V) VI V) V1 V) MVi Vi U4 19 09 N d d h m 6 n a E — m m Q. a ci Y to cn O O ¢ p > Q o L c c u o E c c� E° $ 0 0 u O u E > m 0 E m m 3 v o O C O O 'fl U E N > E 0 E m = O o N ^V V f7 W M C) a0 V 10O r Eo, p6 N nyy 'n 10 t° N N N Y 6 O tD O O '(l O C) C) CD C O Q N tYn N N 4 'gyp00 N p' L G ro C a a O a t '� > j a z m D 4 0 a) (0 LL 0 L E OE C' c caC xmm o 0-� o CY) G J n° C_jo, am o U m o. mOL E m 0 0 O a) LL 3 O o Q 00 O 0 0. O m o m o o O_ .� _ g w 9 y l o _ o N m Z 2 m ro m c N a > � U) U Ua o U U r0 O ern and U cr L y 7 CL W o Z 'p c p rn O > W O > a1 O ._ m ` M SS@N y N ra V)( n c m y N LL 06 o E m a '� D a v) c C� w U 3 cl 4) E E m '" ?' " w m aci G O G m C p ° a) d N m L ro V y E .Z = rn Em m a m Ti U o gaECD m > r - a U N a) U > 2 O s ° c c o c m 3 m e a e o n p �_ Z c o m N Cl Z o m E "@ ro n o f U m e N N o v' ¢N� a' D 0. E L N d '§2 Z E a, ar C C j N v! C m cO v "' W 4! O a, C ? > m m 0 C C O O y v G D m = 2 C N_N E > U 0 C ydC, mo L) Zo � w 'GoS a, 10Eu ¢ 2a Yo Co n in d v > n c E d > E m t G a y m y 0. E D m LL u p � 0C n s E cn'" m U)3 0a' w z-� 3:c m2 a) Cl) LL N N Q YJ a } m Y C O U O LLCo 8 a a2 LL o ¢E�� �(/J � N y O O O y J N N A d L V 0 0 y 3 y 4 N O m Y Y Q1 O a n O if]0 C c N $ O m E w d m v' to aXi m o v c m a o X y Z, O p OH V d O O c� m -� > a >7 J N C O O O D C o U c 7 > = ra Qj C 16 L w 4:. L ? O O J L O - O N N Uro u o. > o LL in U Z Z LL o I m m N t- c m y c c u -� c m d a d ,� N u m rn d _ c ova o ro �a �°o a m m U o'a'oo a p O E o c c �i v E m y c cN� c o Q a Q Q g S c o o E t "5 o _ yy o N al> o ro m E 'c 'c 'C m m o m a a LL _N y 9 a m a s = .c c`o d c d N c c '_o w a n m m m J t� Q N m 4 n Q r`°i c ,o a �a C oro c c c m L rn .m"� c o = m A p C U) . gym mH ;Jo C,4 2 =a8 y m h m N c � � '9 0 0I LL C) 'C 'C .'•° n' l`U 02 of w c t�p m. O_O c m m N `uo D '� .' >> m c m m c c o P N U C LL - L m LL C J ? 'moi N N 30 N C a O >�.�> of no ai E d c UO d o aEi d OM aaLL c CLL ci � g a N ca u a. % �. g cv O�a�oi p a T 0 M OLL^ O p G O�UJ ^ N.� N N 'Q '- O O U- C m E C L .E a +mmmo c o m M yZ m o)y m 0) . a g� M�iv Uryry o m v v m E O p M fn E O C O O co O a b N O O N U N O O N C C O y u U N = Z F,- ibC LL C O J E A'- -- LL LL O LL L L Ic O� LL LL O m m f6 O m = `O m r2 p-I O LL LL > > -� LL J A Z. V C C V C m J J LL U U VI y 1] N Ifl O J m N N UI A N " J O W C N 10 Mm LO m rm C 0. CN O� dM NO LL' N a) ft OJ O NCI ILI0 0 �2 V D .� .� N OLL m M _ _ _ o N _ T R _�_ 0) r C O w c Q ? O N O O n> O p O Q 4 O �N11 C O d C d c C LL C C O U O O O N ?S m C U a D C d L L C C .7 C a m C m S O r d O = O O C C C C N N O O j a5 O C ' C 0 o =_o o '� _o b o d m o d o E E E o o 0 0 o N M S K o mm ,ga y U 'eco �' a ro ro m in 'S o 1° Q C B .� v to a a o m c c .x m n <o m m LL �o`r m a �a70 d m �o m ro ro �m ro c S S M o ry N al N N E N N Q O N O C N Jf E N E E N E E N LL N N N y m'x n C k U N m C O C O C m d C O Y C J C G G Q m of O $ LL LL LL m U O > a) �j' pp O O O O O O L u7 O m m O m O o O O O Obi a00 o p p C 6 CliM 1 Cl O-n C > m U) N m m p VV V O> tpj N 01 m f` O N 1� Ol t[7 ti O_ Ol N m Q O W O N N M N UO M Q Q a a N N m fA fH lA to 1H M M M k9 to to to Vl 1A 1A b9 d N Ql m m m m m c i o, = T m i7 m V Q Q 2 Q Z 4 D d Z O V V O N ch m O Q a CO m O 00 a _ E Y O C of Of a O O m o d E E u rn E M E Em m it] Ud @J c N �U A NN' L m 7 y O c C ' N N ) N > O E m E Y O > > D U d tm U_ 0 m N M am M Cl) M m n m m co M un m V h m M O M N M d m O O O O M N t0 V O �p� M m co P (j 1`. N 3 m In w N cliO N N 1A O M m m C� Ot q aQ0 Q 10 tp N W U Z m CQ d N M M M O o� t0 Ol d 01 m N N M (`7 O OI N N N 0 � V R O 10 O N m m m a C .� N c U �l) m C y N d z T m y 3 C O ` O O 3 c j C a 2 In (/1 V7 U N co LL V m ro w N a a N N N ro v o a Y E Y = G "C > m N m A Y D U z U UIc U Y J CO m I- F- K W m � n c ob aE o o m x Y u LL A o y` a m m Z' v m L" inN a N Q) O O V 2m O m ] O N_ N N C V) _ N m Y Y E C L m O a O O O N w 9 C C J J C J C E L C m o y N T w m cu > a o6 O Q E N LL m is o U Q aa) 0 E o C) o .� u a> c E a a o 0 3 0 o �� m d T `� m ani m ani m y o o `0 t ani = = m y m y c y 2 m a3i v U > O U CI 0 (I cn C7 v> a U �u) O U U CI S CI x O O CI N _N U E m O W Ev p VN1 Q' U LL >O m m N Q m N a1 E: N C a w a) G E p CN E CL E E d ai R m in N �' H U Q Q = = p G y N O J J J O, Cf Q LLU d a) d O = z N O m O O O O m N LL C m CJ C C VJ o n a a x N Z r a a > p E m_m a o 0 0 a, o D c v d o o. d o N d = N N h T O U N al (O C y ?' to C m a/ N O ? N E x y y o al c d' c o U > a� Y Y E c >m z !n al D D N Y Y Y O N U D O m m N J J E CM m= m > m A O j m m m m D a) m nC 0 E v T T U Q R a N N U m N C r U In C x m m > .c 'Cc n m a, m E U E d 0 n 3 c ro H a/ m m o o N `v 4 cna 3 �a J J m �c�I cn 0 �^ 0C� c7 cI a v � �LLf _ _ O c LL O O Q@c LL�V U D o�Nc 30 n LL�7 goal D 56 c �LvoaJ O❑ .2a o LL c oU ° 3 - Q 0. c 0yoc V LL �a v m v>U)';< Z Z'oN m y N U J G2(n v mm5 v L C O LL t` � � a C C v M N L 0 pp Ol'p c o N > C C N L ❑ LL C: rn c o Ow c o F a e � o-m � v g via L c C @N 'c 0.pU E L �_o = _ N = E v g c rn d 'N o c m a m T m o 3 LL °� Y n� > c o o'N p.5 n v g N@ a m v v > = 'j C C N N m 01 O LL �O— N Q G C d U y U C = C ac _ SL N m m m m 4) m (.) . 0. c m > m n 0d Cf0 c c c G c v m N d m 0 v > a'o -2 0- W m 3X LL X Q �� t Em c 0 0 0 +� N oar cL a� � o�tn v JO u E ��� v 0 N y m U'm mroLL c � m� @ a 00ag o ` mti � �o �O h U}9•? v D OLL m C p N 0. r2 LL O U N O E J m ro G O v Q 2tll C C_ 7 a N O O O m to S N C V m `p N O V F- ip N n C 0 ri LL E U o, U c - - U c 3 m oo W m _c v c n u `° � - ❑9 O. U m is O m N N LL Y _ O m O n O Qj .d o-v 0. n a m p'' m y a u W J c LL LL � m U c O g'> m n O > N N A A y E :0 O p p m Y m w C M O m L N O N RX O c pp N S M . N N G 7 N LL L ❑ L O U N J G E C d C h 01 C IL m L E_ C C C d J 19 N L p p)m N � p y C c O Gl Q ro m y N C 01 tO M — 1N0 YO °� m ro C G G 7— LL aEWOL n p > > c c c c d �� ne. �� � � 0- C, 9m N oNy� � @ 7� LL c 0 0 0 0 o Q a o N�pp a o N N c p u v S O❑M N O O .� � D 4 0 J C U m J ° y a E J y h o v `° U N p pp�� m 7 '1•! C y LL S C m M V Ol N N R N C D'0 N Cl)C m M O M m Q Ol 6l a u m`� ?m p 0 O M N O OL.. N N N N gp!9 '- N Z.N VI M N O v U O..- Q U p 61 O LL Y X Y Y m G .R O O.X O ro Q N O C LL N O G d C 3 C G O L w d C C L C N C N c `O M L G N - m m c O uull a O 7 C O LL O 0 D @ m m m C LL O L O J O '^ N m O V N.0 N m H W J O C Q =o❑ m m m m - a�— J .g O �o LL a p o c v - �•a �' U.N �oo �yLL mT c c c c v �'y.cS mr � c c`>o _�. m u cU m -N'w x L N C N m m m m m p O. m N N C N m = X m v y U U U U N U 0,2-6 c CLL o m o `�C7 v c N N E o N O S O O O OO O ap O p O Q N O O 6 V Q N O M D p O A C m t0 f`J lA N O O O O m V V Q) n N n O O) N U W O QOi _N O M ID pmp c0 Vl fA fA b9 fA In {A W fA Ui r d d TO a Q G 01 01 O� 01 01 01 O� Of p� G O U 7 N m > c o a Q c Q Z LL o � o V ro N L a m D c m E `6 0 E R 0 0 0 m m o @ m � N o L G E L° E E E N ro 0 E E IEp m D E m O u O n In ' M N N M M M c0 w 0 Q M M M C� n n n n a N N O� QI ay1 W O N 6 N N O C N OI Q� N <O lO M M N z M h T z M O M MO N n N N Q aCDco 0 0 U O C C E m 0 p m N l>b N p E E N c c c v � a z, H H > N N m E E x v o c c a E w m LLJ CCJ U Z Z -mi -mi Q Am m m @ D D O C WN IL LL LL � O @ N � � D D Q1 E m 7 J m C V M S. T J J G C C Vj2` 'lj' 10 �2 Z C O 77 @ �i LL O U U m aci v v v o E o E o 'p o o c co 0 U stn U U U U O p` p` �Up a y u ❑G 4 M in d S @ Q 6m C N x d 02 N N C m -m 0. L v v v v Q c Z a s m m E y o _ Z v J aJi U o d m CN m 01 N Q J@ d N N E c o v Y o D E > a a N - m Y m N O m— >O U LL tC a C J J Y C 7 J @ m C.0 m m > {0O W L m Y2p m J J m v p m 3 ❑ G U N y d O O O Y N 02 3 d N u « V N L JC U1 4U. lL LLL U U J 2 U U LL' a H F } — TMI U J L p Ul > O c a O W >O 1>a C a0 > p Y <a w Vl p 0 c D n c .0 4. N u� m vi o 0 E > 2� o E � �` gc—ro� �N vro c o > 9 �`o mN > > a3 � � m r Z o o N E c y E c ; o c o U c Y U U > a) `-9 w W m y = c m O LL ^ c m o c rn y o y c a ro o r z rn 0 C ° ° y 0 ai o mm w 0.m - 0 m o E E W Ec m u� �cocco M u y E � E £ m Q y U ° `9JU NmN 002 'cai�=a � c o �`D roe c=._ c N_o cFo a o a, > ro c a U y v y m c^a m y 40 N m M N U O 2 tl ro Z a1 m M O 'r 'y O y 0 m C C N L a cm > > o 'C 3 m y N m N E n y g¢ �i ; u m'y 6 &L a .co c c m =LL a d° E O c c m> ° ar E c iv+L«-U �i c O1G v O d a= 0 rov c � ov �LL O= 'm to c o y LL y U o— m 3 Q ¢ u7 E c > K p o LL w�c cc m U m o m c C E E j.c LL c m N t�a y a o o a� 0)c N �'U M r o y Lip ro 0 c J m u E�U o M N 0 d c o O 0 ryry 3 a cq p.^ � 3 S d E c 3 c m c >a m n o E cL o c.c > coo c d �a> m 3 U >49 ° U `� y 0 Cn— o tC a1 c 'm O c °�N g N C m W 0 a J V O m 7 m C O d mroMLLmUcRv roa� c3y._ o -5 7E m' tom > o ?� maN �+ '�o U •= cn> c H> o � m� c n (� °'dar .co 0y �oyv �Y � 0 c � m u E0LL - o5a���` ornmx— rnU Z syZ` 9� �oS � ° 2 � co " ocn � a o ' u� oo2c° C �o C O ro a m `1 Cn G/ m 1] fO O N C c > N d a 0 o m in 'N i s n .c 'c o ro E COc y c 0 y io 0 5 _' Cl. g 3 r LL M o o i� p � c`O u o d o o H �' '�'n— E m e �' v- LL ro m L° E o ar d .�0 m U ro C o T m6W ELL �;� m— N o m w too C ' 6 m wp >U�a >X 0 4KUo c y m y '> '� LL > t5 m 6� u 0 o y v a d c c a d M o = c y V p O^ V O N'J C W m v m O O U 5 y U— 7 E y N O m U._ C UJ O U U U N C v' O C O U c m c 0 � o'm M o �.? � c m m 0 a > S o v o �'v v c' 2> > co U a a a a� `—�- c o p m 0 > cc > LL a A a > a 75 .- = LL E O d J.� m E m v o'c a. c y ,c m a W u G O.c c" d '� m e m i o E>0 0 M o c y m y w m .n c 2,o LL c.X v ro i'j d 0 0 y iv N fV y 0 c o m ro d o o U o a o o a m °— a a E y M m O 0 d N m > c E E c c roc o moo u`o 0 M 3 > v c c J a d o rn a c _m 3 o c ro m�` _ Yt c o y o c c m y `o`o`o o — L <° o LL d - o o v c 4 m E z ro. f-- m m LL E c LL ro g o n i LL LL LL '� w y' a LL ccn- m "U aca m= g o m m mLL y E " Q o J o o Ja�2 = QCO� J ..JJ m0 00 d p.o �� o E E W t N m p> oo c vo o of o 0 o a c d a i s oLL 3 O u w � 3w o 0�0 0_ c �_ m cum a y m 0 (D O y• N N m Y C m M Q� C a(6 E .� O I e C M fn V O❑ N C M Q p� > > > _ N ¢1 ro W U C�p C O O M Ol U N C N m G E 2" `~O_�t6 w CLO E �O`Q LL m U"p C �D�O c0 C r U V o v N N v> E m e o ,,; _o ro D d rod roc c m O to 0 H °LL ° ~> c U y g v o 0 0 0 d' c a'a. o o,� o w U o > cV LL.E) d c D m o o w y ro 0 y m O J a o °a � `w d C7 c c c O'�O O `d�' c d c o E > ' _ 3 �Jng uL ? � � m. ; FltiE > cm rn in > 000Qrog om 2 L d m N E v N—Y c yE.o �° 9 'c o m g 9 > a o0 co >r J m d m 0 m m y y u m o U Q to m N y C g O m n L a C ym m N M O ` Q1 C L o m O C LL LL U m Ln m QI n OI of > G V1 X y M LL O O m N N y m m O A y> N M c >o Ccn off .- ¢ m Uc rnm m y5 c`o roL c0 m c oW G .- JtL ao Vin c c cpg ??o o c� C0. c Q; �Vp y $ g o o g o 0 0 0 L O 6 ti N N O •+ Q N N 0 O O N A O ; O O N 1A V O^ m N N 6�i N m 10 M 69 fA V3 to try Vi V3 IA 1H 40 r d m N R 0- ECD - O EN O O O N N N N N N N U m c a c m o a v a a o z i 2 to ° rn c c o 0 o u NCc lzi c u £ to E v — o m E E US a U ` ^ — r a o 0 C U E > rn c °v c 03 tp O m C 0 C � Y L N O O 7 n > U o 7� C, m v ago rn W M M CO M ppA 7 4 v N A rn v c4 am c� Z w n to Y O� wA V OM N a0 O O� f.7 C — c U a ° O m a 3 E E E E c 72 C c o o L m o, i 0) a O d � Y � a aS 41 v c � o c v L• a E a U 0 a o n w o 0 U O O O tj Q Q o m 0 m v z � w o `o o Z cLg U to U U U U Di q c LL k %{ //- >-.i "� mC kk3 ,± \ � { 22r o2 �}§ {}} L_0> )j\ fG ` C40— )) \ ` ALL �> �( m � . k�9 �bf¥ jam} j(4 E>CL oC, {» -j �-b ® ! §g _ ,a . §%$ if} o 2 \_ L � LL §/ -f] ® IU, 60 / c t00 CL - 2a\ ' / 02 LL C5 \\\k\\ -i »� gC,\) 1-2i :. :\/k �0 \ + \ [} R 2� ))\» ]\)} £� o0L / d) \ j \ 0 > \ \cli CIA IN { 2 kE 2 \ \ w § � ) } u 6 - � } \ e 2 = � � ) § E § � \ } ) ! 3 ca ■ co ` } T g 0 ƒ 0 \ O t o kLL ) � § U)o 2 /®J C. \ CL X31 \ 277 @ s \ \\ \ \ \ 0£ 3 1 of o M METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Certificate of Status State of Florida Department of State I certify from the records of this office that METRO EQUIPMENT SERVICE, INC. is a corporation organized under the laws of the State of Florida, filed on May 28, 1987. The document number of this corporation is M52969. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on April 28, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given wider mss hand and the Great Seal of the State of Florida at Tallahassee, lite Capital, this the Twenty-eighth day of April, 2022 e Secretary of Slate Tracking Number: 7317421935CC To authenticate this certificate,visit the follo%ing site,enter this number,and then follow flit instructions displayed. https://services.sunbiz.org/Filings;CertificateOiStatus/CertiricateAuthentication L0 � � 1 METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Project Manager cfl Daniel Gonzalez 3227 SW 99"Place Miami, FL 33165-786-663-2811 -dg,:-mesin,-.us Senior Project Manager OVERVIEW Mr. Gonzalez has over 16 years of experience in the fields of residential construction, water, wastewater, reuse, and other utility construction. During his time with Metro Equipment he has estimated, managed, and successfully completed numerous projects for MDWASD. Mr. Gonzalez is experienced with project acquisition, estimating, contract negotiations, project management, design build, efficiently and effectively resolving unforeseen circumstances that may affect the completion of a project, and project closeout. Mr. Gonzalez as developed a good working relationship with many MDWASD employees and understands how to communicate effectively within the parameters established by the county to ensure the project is completed on time and on budget. KE • Construction Management • Good interpersonal and oral • Project Acquisitions&Estimating communication skills • Project scheduling,submittals, pay • Understanding of blueprints plans and requisitions,coordination of sub design principles contractors&field crews . Good monitoring for quality management • Construction Management and • Strong ability to manage and oversee pipe Inspections of sewer systems, crews,grading crews, foreman, equipment, manholes, and pump stations • Strong understanding of building subcontractors,and materials on project • Familiar with MDWASD staff, processes regulations and laws and procedures • Excellent written communication skills • Over 10 years of Experience • Extensive knowledge of all construction subtrades for effective monitoring PROJECT EXPERIENCE Florida Keys Aqueduct Authority/FKAA Project#1154-17 —Grassy Key Transmission Main Replacement Project Completion: Not Started Project Role: Project Manager Value:$8,288,357.00 This project consists of replacing an approximately 2 miles long of a 30" Ductile Iron Transmission Main with a 30" Steel Transmission main from approximately mile marker 58 to mile marker 60 alongside the Overseas Highway (US-1), replacing two pressure reducing/metering vaults, and installing two (2) 6-inch HDPE directionally drilled pipelines crossing the Overseas Highway. Orange County, Florida/Tealwood Cove, Lakewood Forrest Water and Wastewater Systems Project Completion:05/2020 Principal Role: Project Manager Value:$2,109,057.30 The project consisted in the installation of 5,400 LF of 8" PVC& DIP Water Main, 6 Fire Hydrants and 164 water service connections.The project also included the installation 255 LF of 8" Gravity sewer main, 14 gravity sewer main point repairs, installation of 2 Sanitary Sewer Manholes, installation of 7 gravity sewer laterals and the rehabilitation of existing 8"gravity sewer pipe with a 8" CIPP liner. Orange County, Florida/PS 3728 Rocket Blvd and Central Florida Parkway Improvements Project Completion:03/2020 Principal Role:Project Manager Value: $2,918,261,.14 The project consisted in the rehabilitation of three duplex Pump Stations, the installation of 2325 LF of 8" HDPE Force Main via Directional Drill,the installation of 832 LF of 8" PVC Force Main via Open cut,the installation of 705 LF of 12"& 10" P:VC Sanitary Gravity Sewer main (including three Manholes), the rehabilitation of existing ti Daniel Gonzalez Senior Project Manager 12"gravity sewer with a 12"CIPP liner, the installation of five 48" Fiberglass Manhole inserts and six connections to the existing Force Mains Miami-Dade Water&Sewer Department/5-919 Installation of 14" Nominal Pipe size HDPE Sewage Force Main Canal Crossing(C-102N)via Horizontal Directional Drill at Old Dixie Highway&North of SW 232 Street Project Completion: Ongoing Project Role: Project Manager Value:$516,594.00 This project consists of completing the final design and furnishing and installing a 14" Nominal Pipe Size (DIPS OD) DR-11.0, PE 4710 HDPE pipe employing horizontal direction drilling method under Canal C-102N culvert right-of- way under Old Dixie Hwy north of SW 232nd Street. Collier County Ware Sewer District/Western Force Main Interconnect Project Completion:Ongoing Project Role:Project Manager Value:$3,293,020.00 This project consists of construction of 8,200(+/-) linear feet of 24" HDPE Force Main to the North of Golden Gate Parkway with miscellaneous connections, construction of 650(+/-) linear feet of 12" Force Main on Wyndemere Maintenance Road to the existing Pump Station 110.00 and the rehabilitation of Pump Station 110.00 City of Orlando/Raleigh Street Sanitary Sewer Replacement Project Completion:Ongoing Project Role: Project Manager Value:$1,877,774.07 This project consists of the removal and replacement of the existing gravity sewer system along Raleigh Street & Kirkman Road and shall include removing approximately 2,800 LF of the existing 8" PVC gravity sewer system and replacing with 12" and 15" SDR 26 PVC gravity sewer pipe. This project also includes construction of four (4) new 48" sanitary sewer manholes and rehabilitation of(7)existing 48" sanitary sewer manholes. City of Cape Coral/FGUA Transmission Main Project Completion:08/01/2019 Project Role: Project Manager Value:$8,568,517.25 Open cut installation of 16,300 Lf of 24" dia DIP pipe, Horizontal Directional Drilling 4,300 LF of 30" HDPE pipe, install 11,000 LF of 4-way fiber optic conduit, and installation of an additional 8" pump and pipe improvements to the Entrada Pump Station. Orange County, Florida/University Drive Emergency Project Completion:07/01/2019 Project Role:Project Manager Value:$1,355,355.16 This project consists of an Emergency Gravity Repair of a gravity system located at the intersection of Rouse Road and University Boulevard.The construction consists of the installation of+SS LF of 12"gravity sewer, removal of+ 55 LF of gravity sewer, removal of two manholes, installation of one HDPE lined manhole.This project includes the removal and replacement of asphalt pavement, curbing, sodding, landscape restoration, and surfacing. It also includes maintenance of traffic(MOT). Miami-Dade Water&Sewer Department/ Emergency Directional Drill to Install Water Main crossing the Florida Turnpike at NW 207 Street to Replace the Existing Deteriorated 10-inch Crossing Project Completion:09/2018 Project Role:Project Manager Value:$662,679.53 The project consisted of designing and constructing a 14" HDPE Horizontal Direction Drill(H00)crossing under the Florida Turnpike and a 10" DIP via open cut to replace a deteriorated 10" Water Main. Metro designed the Horizontal Directional Drill Plan and obtained the necessary permits from all the governing agencies having jurisdiction such as DERM, FOOT, Miami-Dade Water and Sewer Dept, among others. Miami-Dade Water&Sewer Department/ 72" Plugs Pump Station 2 Project Completion:4/23/2018 Project Role: Project Manager Value:$241,900.00 Emergency Repairs on 72 inch Interceptor at Pump Station #t2 00 Daniel Gonzalez Senior Project Manager City of Bartow/Wabash Sewer Replacement Project Completion:08/2017 Project Role: Project Manager Value:$2,396,635.00 Construction of 24" & 30" gravity sewer main to replace 3,450 feet of existing 24" pipe on Wabash Street. Replacement of manholes, 260" casings installed under CSX track & US 17 abandonment of existing pipe and structures. Orange County,Florida/Innovation Place(Storey Park) Project Completion:06/30/2017 Project Role:Project Manager Value:$3,595,278.00 Installation of approximately 4,230 LF of 30" watermain, 4,215 LF of 20" Wastewater Force Main, 320 LF of 54" Jack and Bore and 320 LF of 36"Jack and Bore Poole& Kent/Broward County Pump Station 450 Project Completion:6/29/2017 Project Role:Project Manager Value:$78,750.00 Installation of tapping sleeve City of St. Petersburg/Tierra Verde Bridge Utilities Replacement Project Completion:06/2017 Project Rale:Project Manager Value:$2,132,158.00 2,800 LF of 12" PVC Force Main and 2,000 LF, 16"/8"/8" HDPE bundle via HDD under intercoastal waterway City of Oakland Park/Bid Package#10,Water Main,Force Main Drainage Improvement Project Completion:06/2017 Project Role:Project Manager Value:$8,205,195.00 Installation of water mains, drainage and force mains. 2 lift stations and directional drill. 4" DIP Water Main —200 LF, 6" DIP Water Main — 11,800 LF, 8" DIP Water Main — 8,515 LF, 6" PVC Water Main — 1,280 LF, 330 water services. 12" DIP Force Main — 2,935 LF, 16" DIP Force Main —480 LF, 16" DIP Force Main —480 LF, 20" DIP Force Main—5,360 LF, 24" HDPE with 36" HDPE casing pipe, H.D.D—500 LF, 24" HDPE—320 LF, 2 Lift Stations. Orange County, Florida/Shenandoah Park Water and Waste Water Improvement Project Completion:06/2017 Project Role: Project Manager Value:$3,898,980.00 6,800 LF of 8" PVC Water Main, 2,500 LF of 6" PVC Water Main, 2,400 LF of 6" PVC Force Main and approximately 17,000 LF of CIPP lining of the existing 8"gravity sewer main and 63 6'/4' laterals. Village of Bal Harbour/Sanitary Sewer Improvement Project Phase One Project Completion:06/2017 Project Role:Project Manager Value:$2,948,730.00 Installation of new submersible pump station, demolition of existing dry pit pump station. The project also included remediation of existing contaminated soil within the project area. Orange County, Florida/Westwood Blvd 24"Water Main Project Project Completion:05/2017 Project Role: Project Manager Value:$2,747,391.00 Installation of 6,300 LF of 24" DIP WM on heavily congested Westwood Blvd. from Central Florida Parkway to International Drive in Orlando, Florida. Miami-Dade Water&Sewer Department/ Emergency Pump Station 200 New Gravity Sanitary Sewer Project Completion:01/2017 Project Role: Project Manager Value:$3,104,785.00 Installation of approximately 1,300 LF of 42" DIP Gravity sewer with 9 manholes. Bergeron Land Development/West Avenue Neighborhood Improvement Project Completion: 12/2016 Project Role: Project Manager Value: $2,842,970.00 Re-insert the existing in-line tide flex valve into the new 24" HDPE pipe and installing the manatee grate without modification to the existing sea wall. Installation of storm water,sanitary sewer and water main. rn It Daniel Gonzalez Senior Project Manager Hillsborough County/Northdale Reclaimed Water Transmission Main Replacement Project Completion:08/2016 Project Role: Project Manager Value:$2,984,564.00 Installation of 9,100 LF of 12" reclaim water main. Also, installation of 2,450 LF of 8" reclaim water main. Installation of 3,900 LF of 12" sanitary sewer force main. TOHO Water Authority/Simpson Road 30"Water Main Project Completion:07/2016 Project Role: Project Manager Value:$2,724,195.00 Construct approximately 3,850 feet of 30" &480 LF of 24" Water Main Orange County, Florida/International Drive South Force Main and Reclaimed Water Main Improvements Project Completion:05/2016 Project Role: Project Manager Value:$6,363,930.30 Demolition of PS#3597. Installation of 5,500 LF of 30" PVC, 3,500 LF of 24" and 2,600 LF of 20" PVC Force Main. Installation of 11,400 LF of 24" DIP. 301 LF of 36" casing via jack and bore, 100' of 24" HDPE via HDD & 200' of HDPE via HDD. City of Homestead/Influent Gravity Interceptor Project Completion:04/2016 Project Role: Project Manager Value:$1,682,380.00 Installation of 2,400 LF of 36" DIP Gravity interceptor along SW 328 St including open cut crossing of US-1. 17-5' Diameter precast manholes, FDOT crossing, 4,000 SY of mill and overlay and 3,600 SY of road reconstruction. Miami-Dade Water&Sewer/Emergency Repair Contracts Project Duration:2001-present Project Role: Project Manager Value:$3,500,000.00 Approximately 14 Emergency Repair projects performed by Metro since year 2001 for Miami-Dade Water and Sewer Department.Scope ranged from replacement of damaged 36" WM to 96" PCCP Force Main. Miami-Dade Water & Sewer Department/ Furnish and Install 36" HDPE & 30" DIP Water Main in NE 79 St Causeway Project Completion: 11/2015 Project Role: Project Manager Value:$1,850,508.00 Installation of approximately 1,050 LF of 36" HDPE via HDD under Biscayne Bay at North Bay Village. Installation of approximately 180 LF of 30" DIP WM to connect to existing 30" WM at two locations utilizing a quadruple 30" line-stop arrangement. Cut in a 30" BFV in a 30" cast iron water main. 8"water main turbine meter assembly with bypass. Miami-Dade Water&Sewer Department/Emergency Repair of 72" PCCP Force Main Project Completion: 11/2015 Project Role:Project Manager Value:$494,770.00 Removal and replacement of 72-inch pre-stressed concrete pipe for sewage force main damaged by core drilling at SW 147"'terrace and sw 77 avenue. City of Orlando/Dahlia Drive Sanitary Sewer Improvements Project Completion:04/2016 Project Role: Project Manager Value:$1,540,257.00 Installation of 3,300 LF of 15"/10"/8" PVC Sanitary Sewer including replacement of existing VCP sewer systems City of Clearwater/Idlewild,The Mall Sanitary Sewer and Woodlawn Stormwater Improvements Project Completion:06/2015 Project Role: Project Manager Value:$6,530,378.80 Installation of 20,450 LF 8" PVC, 900 LF 10" PVC & 725 LF 12" PVC Gravity Sewer piping, 89 manholes, 460 sewer service laterals including abandoning of existing septic tanks at private property. Also approximately 4,000 LF of 1S"—42" RCP storm sewer piping, 41 storm sewer structures. Miami-Dade Water&Sewer/Emergency—Replacement of two 60" PCCP Force Main at SW 92 Ave&SW 28 Tr. Project Completion:03/2015 Project Role: Project Manager Value: $312,953.00 Emergency repair of two (2) 60" PCCP Force Main located at SW 92 Ave & SW 28 Tr. In Miami, Florida. O L0 Danie Gonzalez Senior Project Manager City of Dania Beach/Southeast Storm Water Drainage Project Phase 1 Project Completion: 12/2014 Project Role: Project Manager Value:$1,2S9,000.00 Refurbish existing Meadowbrook drainage pump station including new 60 HP 24" Angled Line shaft Pumps. Replacement of 1,056 LF of 30" HDPE Force Main, 240 LF of 30" DIP Force Main. Installation of 50 LF 48" RCP and 350 LF 36" RCP drainage pipe. City of Margate/City of Margate Sanitary Force Main Installation Project Completion: 12/2014 Project Role:Project Manager Value:$1,449,895.00 Installation of 3,300 LF of 20" DIP Force Main, 650 LF of 6" DIP FM, 135 LF of 36" Steel Casing Jack and Bore under FOOT ROW and 950 LF of 20" HDPE via HDD. Hillsborough County/SR 674 Force Main,Clubhouse to South County Water Treatment Plant Project Completion:08/2014 Project Role:Project Manager Value:$6,183,138.00 Installation of 10,200 LF of 30" DIP Force Main, 2,200 LF of 6" Fusible PVC via HDD, 420 LF 48" Steel casing microtunnel under 1-75 and 260 LF 48" Steel casing microtunnel under SR674. The project also included approximately 17,000 SY of Roadway reconstruction. Florida Keys Aqueduct Authority/Duck Key Utility Improvement Phase 1-7 Project Completion:09/2013 Project Role: Project Manager Value:$13,679,778 Phase 1-3: Installation of Gravity Sewer, Reclaimed Water Main, Force main, Potable Water Main, and Pump Stations in Duck Key, FL. Phase 4-6: Installation of 11,300' of 8" Gravity Sewer with 53 Manholes, and 151 Gravity Sewer Laterals. Two Duplex Lift Station, One Triplex Lift Station. 3 Shallow Injection Wells permitted through SFWMD for Dewatering. 4,800' LF of 2" through 4" PVC Force main, 9,650' LF of 4" and 6" Reclaimed water main with 135 service. 12,500' LF of 4" through 8" Water Main with 14 Fire Hydrants, and 118 Water Services. One Curved Bridge crossing with 3 different Utilities Installed with Stainless Steel pipe. The project also required completed roadway reconstruction. Phase 7: Installation of 3,310' of 8" Gravity Sewer with 11 Manholes, and 40 Gravity Sewer Laterals. One Duplex Lift Station, 1 Shallow Injection Well permitted through SFWMD for Dewatering. 6,680' LF of 2" through 4" PVC Force main, 2760' LF of 4" through 8" Water Main with 5 Fire Hydrants, and 33 Water Services. The project also required completed roadway reconstruction in the amount of 6,100 SY and a complete overlay of the Duck Key Island in the amount of 57,600 SY. The project also included the installation of 29 Simplex Grinder Stations, 1 Duplex Grinder station, and 29 Lateral Kit Assemblies. City of Sunrise/Park City Water Main Replacement, Project#408-6129-536.65.02 Project Completion: 08/2013 Project Role: Project Manager Value: $4,746,150.00 Installation of 1,250 LF PVC, 5,300 LF 8" PVC, 11,300 LF 6" PVC & 15,100 LF 4" PVC Potable Water Mains, Fire Hydrants, and 2,149 service connections conversions from rear to front of property. Installations of 2,917 LF of 6" PVC Reclaimed Water piping. Installation of 2,305 LF of 4" and 8" PVC Force Main piping. Installation of 690 LF of 12" DIP Force Main and grouting and abandoning approximately 6,700 LF of existing asbestos concrete potable water main piping. Daniel Gonzalez Senior Project Manager Miami-Dade Water &Sewer Department/Furnish and Install 24", 16" & 12"Sanitary Sewer in SW 13 Ave from SW 7 St.to SW 4 St-Contract 5-835 Project Completion:04/2013 Project Role: Project Manager Value:$1,712,527.18 Construction of 1,363 LF of 24", 1,085 LF of 16" DIP & 1,000 LF of 12" DIP Gravity Sewer pipe including, 11 manholes and 108 service laterals at major arterial roadways in central metropolitan City of Miami. Florida Keys Aqueduct Authority/ Eden Pines, Pine Channel Estates Tropical Key Colony/Beach Dr. Distribution Upgrade Project Completion: 11/2012 Project Role: Project Manager Value:$2,634,600.15 Installation of 710 LF 8" PVC, 20,610 LF 6" PVC & 10,100 LF 4" PVC Water Main, Two Bridge Crossings, 712 Water Services City of Hollywood/Distribution Piping Upgrade for Short Term Scenario South 35`h Ave from Hollywood Blvd.to Washington St. Project Completion: 10/2011 Project role:Project Manager Value:$916,689.50 Installation of 3,000' of 24" and 30" Water Main. Approximately 400 LF of 30" HDPE via HDD under FDOT ROW. Including roadway reconstruction. Included a 30"x24"tap into an operational 30" PCCP Transmission Main. Florida Keys Aqueduct Authority/City of Marathon Water Distribution Main Project Completion:02/2011 Project Role: Project Manager Value:$2,507,000.00 Installation of Distribution Watermain 14,700 LF of 12" C900 PVC, 2,410 LF DIP, 1,310 LF 8" C900 PVC, 920 LF 6" C900 PVC including hydrants, 57 water services, and connections to existing mains. Work performed on Overseas Highway in the City of Marathon. Town of Davie,AECOM/Town of Davie Water&Waste Water System Expansion Project Completion: 12/2011 Project Role: Project Manager Value:$1,387,192.00 Installation of yard piping and offsite piping to wells. Sizes vary from 24" to 10" pipe and materials vary between HDPE, PVC, and DIP. Miami-Dade Water& Sewer Department/ South District Wastewater Treatment Plant - Effluent Pump Station Piping-Contract 5-817 Project Completion: 11/2011 Project Role: Project Manager Value:$907,672.00 Installation of 225' LF of 60" PCCP, 2 cut in 72"x60" connection to existing 72" PCCP, installing 70' LF of 72" PCCP, connection of the 60" PCCP to existing Effluent Pump Station Wet Well, Install 115 LF of 90" PCCP, 5 - 60" Butterfly Valves, 1 -42" BFV, 2 -36" BFV, installation of a 72" x 24" TS&V, and the installation of 72" x 30" TS&V. Installation of 440 LF of 42" DIP Force Main and 70 LF of 24" DIP Force Main, Key Largo Wastewater Treatment District/South Transmission Main Project Completion: 11/2011 Project Role: Project Manager Value:$3,790,000.00 N W) Dan el Gonzalez Senior Project Manager Installation of 30,000 LF of 4" — 16" PVC FM via Open Cut, 31,000 LF of 8" to 18" HDPE FM via Slip lining through an existing decommissioned 30" DIP WM, 261 LF HDPE HDD, 250 LF HDPE HDD, 354 LF HDPE HDD & 76 LF HDPE HDD FM via HDD Key Largo Waste Water Treatment District/Vacuum Sewer Collection System Project Completion: 11/2011 Project Role: Project Manager Value:$17,277,889.21 Construction of over 100,000 LF of Vacuum Sewer Collection system from 4" to 12" PVC pipe, 674 Vacuum Pits, 2100 cleanout; and 45,640' LF of 6" Gravity Sewer Laterals. Miami-Dade County Poole&Kent/South District Wastewater Treatment Plant Chlorine Tank Contract S-812 Project Completion:01/2011 Project Role: Project Manager Value:$1,785,368.36 Installation of 232 LF of 120" PCCP, 310 LF of 108" PCCP, 560 LF of 96" PCCP, 120 LF of 84" PCCP, 160 LF of 72" PCCP and 320 LF of 60" PCCP Force Main. Miami-Dade Water and Sewer Department, Poole & Kent/ South District Wastewater Treatment Plant HLD upgrade MGD Filter System—Contract S-805 Project Completion:06/2009 Project Role: Project Manager Value:$1,485,115.00 Installation of 234 LF of 120" PCCP, 394 LF OF 108" PCCP, 97S LF LF OF 96" PCCP, 122 LF OF 84" PCCP, 139 LF OF 72" PCCP and 393 LF OF 60" PCCP Force Main. Miami-Dade Water&Sewer Department/Alexander Orr Water Treatment Plant —96" PCCP Filter Interconnect —Contract W-895 Project Completion: 2009 Project Role: Project Manager Value:$2,012,982.00 Construction of 170 LF of 96" PCCP WM and three 96" Butterfly Valves. City of Miramar/fast Miramar Water Main Improvements Project Completion: 2009 Project Role: Project Manager Value:$1,514,377.05 Installation of approximately 3,420 LF 12" DIP WM, 1,000 LF 8" PVC WM, 18,000 LF 6" PVC WM, 248 Water Services and 280 LF 14"/10" HDPE Directional Drill. Included complete roadway restoration in residential area. Miami-Dade Water & Sewer Department/ South District Wastewater Treatment Plant HLD Upgrade to 285 MGD—Yard Piping—Contract S-813 Project Completion:04/2009 Project Role: Project Manager Value: $8,967,000.00 Installation of 1,154 LF of 120" PCCP, 642 LF 108" PCCP, 616 LF of 96", 234 LF of 84" PCCP, 2,847 LF of 48" DIP, 315 LF of 36" DIP Force Main. Village of Key Biscayne/Zone 1 and Zone 4 Water Main Replacement and Sanitary Sewer Project Project Completion: 12/2009 Project Role: Project Manager Value:$6,300,00.00 M Daniel Gonzalez Senior Project Manager Replacement of 18,882 LF of 8" to 12" Gravity Sewer, 86 precast manholes, Replacement of a Duplex Sanitary Sewer Lift Station. Replacement of existing AC WM with 22,400 LF of 8" Water Main including 165 water services and fire hydrants. Miami-Dade County Park Department/Black Point Marina Sewer Connection Project Completion: 2008 Project Role:Project Manager Value:$1,092,220.00 Sanitary Sewer improvement City of Ft. Lauderdale/imperial Point large Water Mains --Phase i Project Completion:2009 Project Role: Project Manager Value:$3,186,525.00 Installation of 232 LF of 9,750 LF of 16" DIP WM and 1,265 LF of 10" DIP WM in the Imperial Point residential neighborhood. Project included full restoration of NE 56 St. Miami-Dade Water&Sewer Department/Installation of 42", 36", 24" &36" Raw Water Mains for South Miami Heights—Contract W-861 Project Completion:2008 Project Role: Project Manager Value:$3,668,758.60 Installation of 740 LF of 42", 2,600 LF of 36", 4,000 LF of 24" and 3,200 LF 16" C-905 PVC Raw Water Transmission Mains for South Miami Heights treatment plant Miami-Dade Water and Sewer Department/Emergency P0112 Project Duration: 1 Month Project Role: Project Manager Emergency repair to route 2 48" concrete Water Main at SW 87 ave and between SW 179 St and SW 180 St by dig and replace. Miami-Dade Water and Sewer Department/Emergency P0114 Project Duration: 1 Month Project Role: Project Manager Emergency Construction of 4 access MH structures on existing 96" pre-stressed concrete Water Main on SW 72 ST at SW 107 AVE, 113 Court, 117 AVE,and 1181h Ave. Miami-Dade Water and Sewer Department/Emergency Repair to 96"Concrete Water Main Project Duration: 1 Month Project Role:Project Manager The project consists of removal and replacement of one 20-foot length of 96" pre-stressed concrete water main at SW 72nd Street and SW 109,h Avenue. Miami-Dade Water and Sewer Department/Turnberry Way Project#130066 Project Duration: 1 Month Project Role: Project Manager Installation of 8" DIP and HDD approximately 600 LF of 10" HDPE Miami-Dade Water and Sewer Department/ Emergency Repair Rehab 72" Gravity Sewer Project Duration: 1 Month Project Role:Project Manager The project consists of removal and replacement of one 20-foot length of 96-inch pry!-stressed concrete water main at SW 72nd Street and SW 109`h Avenue. t SEW r y METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Project Schedule g - I ---- - - . } % § 2 2 �$ � - ; � ! & . 9 \ E w § . . z q � 9 ! uiw I + 0 - | !m @ ! w c . \ | � \ � \ � | Ca ! � \ � \ CD L0 MOOk Mw ' I METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Project Approach ti u7 CITY OF WINTER SPRINGS SR 434 RECLAIMED WATER MAIN EXTENSION Project Annroach The Bidder must submit a narrative presenting an approach and understanding of the project that addresses all of the following items: a) Overall project approach for successful completion • Metro Equipment Service Inc. (METRO) will assign a very seasoned project manager and a field crew with extensive experience in underground water and sewer construction projects for municipalities in the State of Florida. • Cooperation and coordination with the City staff : Metro prides itself on its ability to work well with all of the Municipal agencies we work with. We accomplish this by developing a good working relationship with the project personnel and keep the lines of communication open. A successful project requires both sides to work together and we feel that we do that well. b) Risk plan for the following • Work next to the wall at Creek's Run : METRO will utilize the smallest excavation equipment possible for pipe installation within this area. Other protective measures will be used as required based upon actual soil conditions in this area. • Mitigating the congestion in the utility corridor : METRO will perform the required preliminary exploratory excavation activities with sufficient time ahead of the scheduled pipe installation in order to provide the City and the Engineer of Record with actual information regarding any potential conflicts of existing utilities with the proposed pipeline. This proactive approach will allow the City/EOR to consider any adjustment/redesign with adequate time to address the situation. • Managing the work performed in front of The Rize apartment building : Good communication with the Property Owners and Stakeholders is key to the success of any project. Prior to the start of construction, METRO recommends that all parties with an interest to the project be invited to the pre-construction meeting and establish a good line of communication to provide weekly updates on the status of the project and a means for stakeholders to express any concerns they may have. Advance notice and active communications with The Rize Home Owners Association will be a priority for METRO's management team for the smooth and successful work in this area of the project. • Restoration/preservation of the stamped concrete, brick pavers,and the archway in front of The Rize apartments : METRO will utilize the smallest excavation equipment possible for pipe installation within this area. Other protective measures will be used as required based upon actual soil conditions in this area. c) Emergency plan based on potential risk : METRO, if awarded the project, will provide the City with the commitment and the ability to provide the City with emergency support if required. METRO has staff available 24- hours a day. In the event of an emergency, an emergency contact list will be provided with the contact information for the Superintendent, Project Manager, Operations Manager, and President for the City to contact 24 hours a day. 00 Ln d) Approach to maintain existing landscaping along SR 424 median and right-of-way to the extent possible and proposal for restoration of damaged landscaping : METRO will utilize the smallest excavation equipment possible for pipe installation within this area. Other protective measures will be used as required based upon actual soil conditions in this area. Any damaged landscaping will be restored to pre-existing conditions. e) Staging Plan : METRO will seek any available empty lot in the vicinity of the project areas to as a staging area for materials and equipment required for the project. METRO will enter into a written agreement for use of the property with the property owner. A copy of this Agreement can be provide to the City upon request. lap 1 METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension List of Subcontractors 0 co CITY OF WINTER SPRINGS SR 434 RECLAIMED WATER MAIN EXTENSION List of Subcontractors Subcontractor Name Scope of Work Amount Centerline Directional Drilling Services, Inc. Directional Drill Subcontractor Qualifications : See attached information. i cfl CITY OF WINTER SPRINGS SR 434 RECLAIMED WATER MAIN EXTENSION List of Subcontractors Subcontractor Name Scope of Work Amount Centerline Directional Drilling Services, Inc. Directional Drill $ xxxxxxxxxxxx Subcontractor Qualifications : See attached information. N CID CEN"IFTRUNE E MW Directional Drilling Servsc:,:, im P. 0. Box 2705—La Belle, FL 33975 ---Office: 863-674-0913 —Fax: 863-674-0912 License#CUC 1225062 Email: cdirectionaldrilling@hotmail.com Qualifications Centerline Directional Drilling Service, Inc., has over 20 years of experience in horizontal directional drilling. Lauro Acevedo is the project manager and superintendent, putting his outmost attention to details in a project. The knowledge and experience we have gained through our diverse projects has given us the confidence and experience to handle any job. Centerline Directional Drilling Service, Inc. is fully geared to handle all aspects of a drilling operation. Centerline has a variety of drill rigs ranging from 36,000 lbs to 440,000 lbs, and have all of the necessary support equipment needed to ensure a clean and timely operation. Below is a list of equipment that is owned by Centerline Directional Drilling Service, Inc.These items were and can be utilized to complete HDD scope of works. • American Auger DD-660T • 1998 American Auger 440T • 2015 Vermeer D330 X 500 • 2007 Tulsa TT660 Mud Pump MP660 Serial# 070216 o 600 gallons per minute • 2003 John Deere 35CTS Mini Excavator 2004 John Deere 310G Backhoe Loader • 2015 Vermeer R9 X 12T—Owned Attached you will find Mr. Acevedo's resume and Centerline's qualifications. Sincerely, Centerline Directional Drilling Service, Inc. co CD Lauro Acevedo PO Box 2705 LaBelle, FL 33975 ♦ cdirectionaldrilling@hotmail.com ♦Phone(863)674.0913 PRESIDENT - PROJECT MANAGER Strategic planning • Directional Boring• Underground Utility An Accomplished President with a distinguished 18-year career as the visionary engaging leader of Centerline Directional Drilling Service,Inc.and Project Manager for Accurate Drilling Systems,Inc. Extensive experience in operational coordination,underground utility contracts,and strategic planning.Executive thinker skilled at navigating complex situations,identifying efficient improvements, and next level success growth. Professional Experience ACCURATE DRILLING SYSTEMS 1997-PRESENT Project Manager • Operations Director • Supervisor Job Coordinator CENTERLINE DIRECTIONAL DRILLING SERVICE, INC. 1999-PRESENT Founder & President Lead Operational Officer and Strategic Director of directional utility contracts • Over 10 years' experience in • (440T American Augers Drill Machine) underground drilling • Foreman • CDL Driver • Supervisor • Machine Operator • Job Coordinator • Forklift • Project Manager • Backhoe • Locate for underground utility tickets • Vermeer Machines(underground directional drilling) Certifications & Training • ITE Training with Sunshine State One • (PPE) Personal Protection Equipment Call of Florida . Fire • HDPE Pipe Fusion Training • Driving • First-aid&CPR . Excavation • Job safety Training . &More... • Weather References Name Company Phone John Zorehof Hypower, Inc. (954)917-1439 Benny Puentes Underground Utilities Services, (941)922-6706 Inc. Juan Barreneche Southern Underground Industries (954)6504699 It co CO o O O O C14 04 C14 cq 4 CSV c\7 h n O04N N N N U CS Q1 0- O U m 04 a p s O 0 LO N O' N �j z UE NQ oYZo amCL coco U zz � � Uj d LU CL aw ao o � �° CSU � a r= � _ _ 0 LL U- LL LL LL LL LL = LL LL m U- -) J 1,1.• LL J J J QJ J lL QJ (n Ci.l Ca n d O O "/ 0 O O Q V� 10Cl)ch N N o Q co U a a a ° a o c c c c d N O O a U W a N N OO NN N Q 00 aQ oa) oa) om .!= t-- .6 4) o 0 o co0 00 o o0vo y oo N m oo m 10 m m Cl) m m c7 m N m v 'a E 730 O C • ooi a6 o ` `0 . ' E> o o N odn Z 30. c � aTQ � oa) >, a) - rn ° o uQ � Y' oY > � � Qm Cn x O p 0 0 O a , O O O •1 0 0 o O 7 p C a N N O z cocooV ° U � � `nca u m Um LLo lnJ i5 ir0: � 3 c I _ � _ c N C O _ N E O N O O 0 V Q O c i a o c O u is ) u c as o > co "� � � QN c) N � ar N Ln `n Q v c E o 10 u 04 U N o O O O, ' co p v O O 0 N CQ P u cy` c U (N. O n V U `0 Q _� O M N p, cc N 'C' c Ln t7 c C L) w � C') C) M � U onc° U aD N N a 0 g u D d C N N N N O O C O O c Q O DO m n- Q� d a = � '< (Lj C C Q — p t d p N O N U z a d )zU ? z , m N d) C u LL u u a U c o O C ,0 O� T c 10 N 0 ? o _ 0) O O C c in N .0 � 7 C) d > NV c 0 Cl) N N M _ a all O �; V ^ 'D W ch O q) o- A O J c 11 ch C d co O C10 C) M v' LL c O d N coce) = A LL O la %n N LL U LL U Q LL C L ko ) U 5 n J L J p X L O Ol LL o v T LU C, U- > � o U- - OU ° oma u a� U = o 30 � u \ p 0 0V)Ol CL F= Eo u � �, t om m om , okl) oo ^ Q z � ._ a� cv3 (� a � a o � oQ o 00 oo co CE) 'o C: 0, ° a r. N Q• Y I, � U.. O- (n LO co 2 10 n (D 0 U k 0 f c c \ \ \ c 0 \ \ \ / . \ \ { ( % ƒ � _$ 0 7065 E ° - f § / L � m Lu C, Q) ! ) \ - \ c � = f � e o � � » f © a LL- m: LU 2 Q- 8 . 0 � � 2 ° m » - § ® J / ® f O c � £ = - o9u = 6r = -i C) = 7 $ o - ; = y c : ; o : � _ _ 2 5 C14 " » � k@ � em � o °° � oc ® u � S0 a � \ � � 'tCN 5C Cl:C4. L) 2 ƒ k £ ^ 4 U- LL => % e - 5 & 0 ! / / /�/ ck » » � / � 0 \ ) S § \ § / § E - 2Sk \ d ! q / �\ % 't -J - u3uououn � oncmc .goo © \ \ -Cb \ \ \ r / I-- c') o r e « o q e - » a- D w D > LLE / _ / 2 b kd f / c 0 = y CL © ( / / k % » / $ % \ 3 2 � 4U- E \ � ■ _ { . . 5f 20 a - 2 c -6 = O e B o - � z � » - » @ / $ \ E $ 2 / i o ±O § I [ \ fgkb © � § k LU 0) .0 -VU b � \ U-Q— D \ £ / fk ƒ 2i ƒ / kCmaU-ov § E u _§ '§ § - :E 76 4 & k 0 0 \ / � $ $ $ D % D � @ ■ c 6 to & J G7 �- % to % \ / a V) \ \ /7 2 � 2 / $ o / ° § c § c E ( 0 ƒ D \ j \ / \ V; D D E $ b { \ / / _ @ k D co 7 • c \ 0 0 \ o v \ ƒ / ƒ_ uk 2 ) \ — § & 2 \ { ® / / 7 / 2 § 7 / \ 2 6 / \ + k ® < 2 § % ƒ \ \ ( ƒ \ \ _ ƒ / \ \ § / £ > e E o f » S / @ - (n E = Q ^ « 9 3d � = o 2g % \ $ \ � % \ \ » » 23 a22 � � / \ \ \ / 7 \ cqE o � U ■ � O t 2 / R / - y/LC Im £ § 7 § § c\ 'o 'D --, \ § o £ \ % / cc ac - , mak £ » * U- u $ (D U- U- U- 5 m m . e U- / G \ to -4 / Gg \ / \ \ / 7 \ 2 £ 2 $ G2 £ i / g 2 2 = / 7 ƒ y 20 > \ Ln \ 22 \ i k \ 6d ± ± U U ƒ \ R § 2: 2 } } � ? ' b � $ \ i2i ƒ i $ % \ \ C:) \ V _ ± k\ k c % c I c » [ f c @ p ® Doa � � 2 g ». 0 � - £ � D '0 b c { k � § (u 0) / 7 2k / / � � / � � / � kU � e ƒ RG 0 2 0 ƒ » c £ / \ ° $ ) £ & e O E ° b ° s ` G - 2 [ 3 E\ o k _ u u c & a o = £ & » f � $ & c t g Q _ = o o % toe e > 0 7 ± ƒ% _ / ° @ e o 0 o g o IU � � LLw » & wU � � U » 3 / < a7, Ct w / U £ � « U E % b E & o 0 \ \ c $ c » » o = o = ® < § 2 \ \ \ \ \ j \ \ % co � 0 / } / \ / � / \ / � U') \ c � %0o10 o n ¥ n ¥ o o ^/ 'oE CO0 < E __\ % 9 c 00 0) G � ® ® E Q LO LO a 2 k @ o / § $ \ � o / m o c e c c E c c @ a o j / j \ / ƒ / ƒ $ 0 / Li ) \ } k \ 2 / \ 2 \ \ \ \ \ § § _ � % / % 7 2 § \ 7 - Cl) $ 2 \ U \ 3g f fCL2 { \ £ £ \ j 2 \ � » ■ 2 � = p 2 � e t / P c e U o £ U o £ \ [ a n E » o E _ u » g e o @ \ 2 »\ 2 \ @ 2 w\ g / 2 2 ° § ° 2 o s w U o 5 * Q o \ E = y E o 34G \ / ee /4Qu- gE E eE c g ) o m •- o § o § - o o - o o - nE ma) Ems ± § \ � E � � 2 IUmt ) to @ X42 » 9 \ � ° � � § 7 � h / 7 / 0 co C', Q1 @n4 0 _ = � ne = CL ti cfl r � METRO EQUIPMENT SERVICE, INC. City of Winter Springs SR 434 Reclaimed Water Main Extension Bid Bond eo co SR 434 Reclaimed Water Main Extension 000410-1 SECTION 00410 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Metro Equipment Service,Inc. as Principal, and 'Travelers Casualty and Surely Company of Aferica Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Five Percent of Amount Bid------------- Dollars ($ 513 --- 1 for the payments of which,well and truly to be made, we hereby jointly and severally bind ourselves,our heirs,executors,administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF WINTER SPRINGS a certain Bid,attached hereto and hereby made a part hereof to enter into a contract in writing, for the Work described as: SR 434 Reclaimed Water Main Extension NOW, THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same,or in the alternate,if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that, at minimum, includes the terms of the Form of Agreement attached hereto(properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF,the above bounded parties have executed this instrument under their several seals this 7th day of July , 20 22 , the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Met r Equipment Service,li ti f/ rinci al) (Seal) June 2022 Bid Bond Form CD SR 434 Reclaimed Water Main Extension 000410-2 (Witness) (Title) 9425 SW 72 Street,Ste. 150,Miami, FL 33173 (Address) Travelers Casualty and Surety Company o1 America (Surety) (Seal) '4 Nielson,Attorney in fact fitness) � e One Tower Square,Hartford,CT 06183 (Address END OF SECTION June 2022 Bid Bond Form 0 ti Travelers Casualty and Surety Company of America A01k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make constitute and appoint CHARLES D NIELSON of MIAMI LAKES . Florida their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 21st day of April. 2021. •' icow State of Connecticut By' City of Hartford ss Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. r`i-1111N ►MS IN WITNESS WHEREOF,I hereunto set my hand and official seal 11'/ a 4 My Commission expires the 30th day of June, 2026 * .� vuwc UAnna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows. RESOLVED, that the Chairman the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seat with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory 'n the nature of a bond, recognizance or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance. contract of indemnity, or writing obligatory in the nature of a bond, recognizance or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal. if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate nr their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Ass!stant Vice President, any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I Kevin E. Hughes the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 7th day of July 2022 . A AT am 001« h Kevin E. Hughey,Assi tan;Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttoiney is attached.