Loading...
HomeMy WebLinkAbout2022 12 12 Consent 304 - Trotwood Basketball Courts ITB #11-22 LH approval • CONSENT AGENDA ITEM 304 ,n m=ared CITY COMMISSION AGENDA I DECEMBER 12, 2022 REGULAR MEETING 1959 TITLE Trotwood Basketball Courts ITB #11-22 LH approval SUMMARY On May 23, 2022 the City Commission approved Agenda item 301 which gave authority to city staff to construct new Basketball courts in Trotwood park and further authorized a budget of$315,256. Engineers were hired to work through the Storm Water permit requirements and obtained approval from the St.John's River Water Management District. That permit was approved and received on October 3, 2022. ITB 11-22 LH was issued on November 16th, 2022 with responses due December 5th. The bids were opened and the lowest responsible bidder is Orange Avenue Enterprises, LLC with a bid of$ 130,929 (One hundred Thirty Thousand Nine Hundred and Twenty-Nine Dollars). RECOMMENDATION Staff recommends City Commission approve Orange Avenue Enterprises, LLC as the lowest responsive bidder to ITB 11-22 LH. The Bid amount is $130,929 (One Hundred Thirty Thousand Nine Hundred and Twenty Nine Dollars). This agenda item authorizes the City Manager and City Attorney to prepare and execute any and all applicable contract documents consistent with this agenda item. 72 IT IS THE BIDDERS RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE,DIVISION OF CORPORATIONS(www.sunbiz.org) Proof of corporate signer must be submitted with Proposal.If not submitted,proposer will be considered non-responsive.Use Sunbiz website screen shot or copy of Corporate Resolution. BIDDERNAME: ORANGE AVENUE ENTERPRISES, LLC TAX ID# SNN or Env: 20-4448375 PROPOSER ADDRESS: 801 W 1ST STREET,SAN FORD FL. 32771 PURCHASE ORDER ADDRESS: 801 W 1 ST STREET,SAN FORD FL. 32771 PHONE NUMBER: 321-926-3145 COMPANY WEBSITE: WWW.Orangeavenue.net COMPANY CONTACT (REP): Anthony Roy CONTACT EMAIL ADDRESS: OFFICE@ORANGEAVENUE.NET _ TOTAL BID AMOUNT: q `-3 o l g 2 NAME&TITLE: Anthony Roy, President SIGNATURE: 73 Contractor's Proiect Experience PROJECT NO. 1 Project Name: Water Reclamation Facility Owner: City Of Casselberry Reference Name: Tara Lamoureux Address: 95 Triplet Lake Drive Casselberry FL Phone Number: 407-262-7700 Ext. 1228 Email Address: tlamoureux(c)_casselberry.org Original Bid/Proposal: $ 365,000 Final Construction Cost: $365,000 Construction Completion Date (month/year): 07/12/2022 Was this project completed on schedule? Yes ✓ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes � No Project elements included (check all that apply): ❑ Demolition ld Architectural Ed Mechanical Elf Plumbing Ed Electrical I Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): S1 Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner ❑ Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Complete new construction of a small work room at Casselberry Water Reclaimation facility. 74 Contractor's Project Experience PROJECT NO. 2 Project Name: Sanford Park Restrooms Rehab Renovation Owner: City of Sanford Reference Name: gobert Beall Address: 300 N. Park Avenue Sanford, FL Phone Number: 407-677-5000 Ext. 5423 Email Address: Robertbeall(a)sanfordfl gov Original Bid/Proposal: $ 220,000 Final Construction Cost: $220,000 Construction Completion Date (month/year): 08/15/2022 Was this project completed on schedule? Yes ✓ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): ❑ Demolition ❑ Architectural Sd Mechanical 0 Plumbing Sd Electrical 0 Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner 9 Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Sanford bathroom renovation at multiple Sanford parks, that included new plumbing, new finishes, new roofing and new flooring and tiling of walls. 75 Contractor's Project Experience PROJECT NO. 3 Project Name: Give Kids The World- Build out of G.K.T.W. Rockin Spa Owner: Give Kids The World Reference Name: Michael Bausman Address: 210 S Bass Road Kissimmee, FL Phone Number: 407-396-1144 EXT. 4240 Email Address: michaelbna gkth.org Original Bid/Proposal: $ 228,000 Final Construction Cost: $ 228.000 Construction Completion Date (month/year): Was this project completed on schedule? Yes�_ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): If Demolition ❑ Architectural ❑ Mechanical ❑ Plumbing ❑ Electrical 5d Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract Cid Multiple Concurrent Contracts with same Owner ❑ Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Build out of all new spa area with demo of the area, and then adding all new finishes. 76 Contractor's Project Experience PROJECT NO. 4 Project Name: Sanlando Bathroom Renovation Owner: Seminole County Reference Name: Carlo Scorpio Address: 401 W Highland St, Altamonte Springs, FL 32714 Phone Number: 386-624-5985 Email Address: N/A Original Bid/Proposal: $168,103.00 Final Construction Cost: $168,103.00 Construction Completion Date (month/year): 10/11/2022 Was this project completed on schedule? Yes No If No please explain. Final inspections and finishing tile work caused lroject to get extended Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): Rf Demolition Id Architectural ❑ Mechanical 21 Plumbing I( Electrical a Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner 9 Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) This was a complete bathroom renovation of the Sanlando park restrooms, we got all new plumbing, all new finishes, new flooring and new A/C connections in the bathrooms. 77 Contractor's Proiect Experience PROJECT NO. 5 Project Name: Winwood Park ADA Restroom Construction Owner: Seminole County Reference Name: Keith Welty Address: 961 Morse St Altamonte Springs, FL 32701 Phone Number: (407) 665-2175 Email Address: Rwelty@seminolecountyfl.gov Original Bid/Proposal: $ 165 000.00 Final Construction Cost: $165,000.00 Construction Completion Date (month/year): Was this project completed on schedule? Yes No If No please explain. Had to be extended because we needed to get Duke to move a power pole for our digging to be able to connect to the cities sewer connect. Also sewer connection caused problems and extension. Was this project completed in an occupied building or on an occupied campus? Yes V No Project elements included (check all that apply): ❑ Demolition 0 Architectural ❑ Mechanical d Plumbing Electrical I� Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner I Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Completely new bathroom built and connected to cities water and sewer connections. Made new building, new finishes, plumbing, electric, and concrete work. 78 PRE-QUALIFICATION CONTRACTOR QUESTIONNAIRE 1. Company legal name and address: ORANGE AVENUE ENTERPRISES, LLC 801 W 1ST STREET,SANFORD FL. 32771 Telephone: 321-926-3145 Email Address: OFFICE(�_)ORANGEAVENUE.NET 2. How many years has your firm been in business? 16 years 3. Previous Firm Name (if applicable): N/A 4. How many years had the previous firm been in business? 5. Has your organization ever been denied bonding? Yes No V 6. Has your organization been assessed liquidated damages on any projects within the past ten (10) years? Yes No If yes please explain: 7. Has your organization defaulted on any projects within the past 5 years? Yes No If yes please explain: 79 8. Give name and data about any construction projects the organization has failed to complete: N/A 9. Within the previous ten (10) years, has your Firm been denied a contract award on which you submitted the low bid in competitive bidding, or been refused prequalification? Yes No V 10. State the construction experience of principal member of your firm, state name, title, years construction experience, type of work, cost range, in what capacity? Anthony Roy has held a r,GC Jr cense o 900E with the State of Florida Prior to that he had 10 Years of residential construction enerlence In total,he has performed a wide range of projects including: residential including heavy remodeling and new construction.Commerical involving full scale extelor rehabs of buildings,hospitality sector including themed rides,restaurant build outs,hotel refresh,office and industrial remodeling or tenant improvement and lastly government capital projects. 11. Has your organization's General/Building Contractor's license ever been revoked? Yes No V 12. Has your organization ever been found non-responsible and subsequently denied work? Yes No V 13. Has your organization been cited by OSHA and subsequently fined over 5 times in the past 2 years? Yes No V 80 SUPPLEMENTAL INFORMATION 1. Current President or Chief Executive Officer: Anthony Roy 2. Years in that position: 16 years 3. Number of permanent employees: 4 4. Give any special qualifications/certifications of firm members (i.e. registered engineer, surveyor, etc.): Anthony Roy has a general contractor license and a roofing license. 5. Give total contract value of work accomplished by your organization in the last 3 years: 2019 $ 2.65 million 2020 $ 1.7 milion 2021$ 1.5 million 6. Give contract value of work on going currently or pending award to your organization: On-going: $ 1.1 million Pending award: $ 950,000 PROPOSED PROJECT MANAGER INFORMATION List the name, qualifications and background of your proposed Project Manager for this project. Include the names and addresses of companies he/she has been affiliated with in the last ten (10) years. Michael Rice, Senior Project Manager for Orange Avenue holds an Engineering Degree from University of Central Florida. He's been involved in numerous Commercial and Municipality Projects during his time with Orange Avenue. 81 REFERENCE INFORMATION FORM BID#:11-22 LH TROTWOOD PARK BASETBALL COURTS SITE WORK Organization: Contact Person: Address: l S (t- `�l�-�' �r•�L City: CC-�$SAK State: Zip: -2-161 Phone Number: Project Cost: 3 CS Date Performed: Z I lzl 2a2^i t Organization: Contact Person: Address: 301) dJ A-, City: State: Zip: -37--7-7( Phone Number: K- �71 S r`l23 Project Cost Date Performed: C�I l 5- Organization: Organization: �q-�,�;,1 e .t•��-•i __ Contact Person: p� Address: �(�.� (�s e City: M� � State: Zip: 32?of v Phone Number: t 67 ) L Z�-)S Project Cost: Date Performed: /o 12,%-1� Representative Typed Name/Title Anthony Roy President Representative Signature Firm ORANGE AVENUE ENTERPRISES,LLC 82 INSURANCE REQUIREMENT FORM Insurance Type Required Limits Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Worker's Compensation Statutory Limits 4/ Employer's Liability $1,000,000 each accident,single limit per occurrence Commercial General $1,000,000 single limit per occurrence Liability $3,000,000 aggregate for Bodily Injury Liability&Property Damage Liability. 4/ (Occurrence Form) This shall include Premises and Operations; Independent Contractors; Products patterned after the current &Completed Operations&Contractual Liability. ISO form To the maximum extent permitted by Florida law,the ContractorNendor/Consultant shall indemnify and hold harmless City of Winter •/ Indemnification Springs,its officers and employees from any and all liabilities,damages, losses and costs,including,but not limited to,reasonable attorneys' fees and paralegals' fees,to the extent caused by the negligence,recklessness,or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. •/ Automobile Liability $1,000,000 each person;Bodily Injury&Property Damage, Owned/Non- owned/Hired;Automobile Included. O Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as "Additional Insured"on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty(30)days cancellation notice required. The undersigned firm agrees to obtain prior to award if selected insurance as stated above. ORANGE AVENUE ENTERPRISES, LLC Bidder Authorized Signature President Officer Title 12/05/2022 Date 83 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 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 Iran 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 Petroleum Energy Sector List; engage in a boycott of Israel;or engage in business operations in Cuba or Syria. (Authorized Signature) Anthony Roy,President (Printed Name and Title) ORANGE AVENUE ENTERPRISES, LLC (Name of Vendor) STATE OF F JC)r r a(cA - COUNTY OF S e M/ri o(iG The foregoing instrument was acknowledged before me by means of(_2!L physical presence or(_�online notarization, this _44-6day of Del,-2022,by p D V the P%e.s;4n+ of Orq me,Aym"c ,SSS ,a l 1 who is pers nally kn wn to me or who produced as identification. MIcMAEI J RICE ` Notary Pubk SUto a P7o�tda Notary Public r I '� * CoAxnistbn No.NN 2WS .I Eon YI0M Print Name: My Commission Expires: `f/a0 �ad 84 NON-COLLUSION AFFIDAVID OF PRIME RESPONDENT STATE OF Florida ) COUNTY OF Seminole ) Anthony Roy ,being duly sworn, deposes and says that: (1)He/she is President of ORANGE AVENUE ENTERPRISES,LLC Title Firm/Company The respondent that has submitted the attached response. (2) lie/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4)Neither the said respondent nor any of its officers,partners, owners, agent representatives,employees or parties in interest including this affiant,has in any way,colluded, conspired,or agreed,directly or indirectly, with any other respondent,firm or person,to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner,directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder,firm or person to fix the price or prices in the attached solicitation or of any other respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion,conspiracy,connivance or unlawful Agreement any advantage against the City of Winter Springs,Florida,or any person interested in the proposed Agreement. (5)The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion,conspiracy,or unlawful Agreement on the part of the proposer or any of its agents,representatives,owners, employees, or parties of interest, including affiant. 6L,—" President (Signed) (Title) STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was acknowledged before me this e&m6e.— 5:aW by444�pei 0 V , who is personally known to me or who has produced as identification and who did(did not)take an oath. IC-c cmc. (Signature of Notary Public) t l l C e-- (Name of Notary Typed,Printed or Stamped)Notary Public a S35 1 ?j (Commission Number) MICHAEL J RICE # * Notary Public,State Of Florida Commission No.HH 255513 My Commission Expires:4/2012026 85 DRUG FREE WORKPLACE FORM The undersigned proposer,in accordance with Florida Statute 287.087 hereby certifies that ORANGE AVENUE ENTERPRISES, LLC does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug- free workplace, any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under contract,employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to,any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. ORANGE AVENUE ENTERPRISES, LLC Company Name: Authorized Signature: Anthony Roy Print Name: President Title: 11/28/2022 Date: 86 VERIFICATION OF EMPLOYMENT STATUS USING E-VERIFY The undersigned proposer,in accordance with Florida Statute 448.09 and 448.095 hereby certifies that ORANGE AVENUE ENTERPRISES, LLC IS: (Name of Business) 1. Currently registered with the U.S. Department of Homeland Security's E-Verify system,and is compliant with the requirements of Sections 448.09 and 448.095,Florida Statutes. 2. Has not had any contracts terminated as a result of violations of Sections 448.09 or 448.095,Florida Statutes,that prohibit it from contracting with a public agency. 3. Aware that if it enters into an agreement with a subcontractor, an express provision shall be included in all of its subcontracts requiring subcontractors,who perform work or provide services pursuant to the contract,to use the E-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the contract term. 4. Aware that any subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with,or subcontract with an unauthorized alien, and the contractor understands it shall maintain any such affidavits for the duration of the contract,and the contract with the subcontractor must be immediately terminated if the City has a good faith belief that the subcontractor knowingly violated Section 448.09(1), Florida Statutes. 5. Aware that in the event the City has a good faith belief that the contractor has knowingly violated Section 448.09 (1),Florida Statutes,the City shall terminate the contract, and the contractor may not be awarded a public contract for a period of at least one(1)year after the date of termination. The contractor may be held liable for any additional costs incurred by the City as a result of termination of the contract. As the person authorized to sign the statement,I certify that this business complies fully with the above requirements ORANGE AVENUE ENTERPRISES, LLC Company Name: Authorized Signature: ORANGE AVENUE ENTERPRISES,LLC Anthony Roy Print Name: President Title: 11/28/2022 Date: 87 FLORIDA TRENCH SAFETY ACT CERTIFICATION Bidder 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 1, 1990. The bidder further identifies 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 Measure Unit of Unit Unit Cost Extended Description Measure Cost A N/A B C D 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. The 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 bidder, as Contractor,of its sole responsibility to comply with the applicable trench safety requirements. ORANGE AVENUE ENTERPRISES, LLC Name of Firm Authorized Signature 11/28/2022 Date 88 BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation,performance of all operations relative to performance 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. SITE WORK Item No. Description TOTAL 1 GENERAL CONDITIONS Mobilization -115-0 Portalets Pre-Construction Video $-p .f Insurance Permits Survey Layouts as Builds Superintendent -3 2 :r.m Density Testing rO Maintenance of Traffic As Necessary) Grub GENERAL CONDITIONS TOTAL: 2 EROSION CONTROL Management, Coordination of SWPPP _ Slit Fence Inlet Protection Cb EROSION CONTROL TOTAL: 3 EARTHWORK Excavate basketball stockpile and haul off G �� Import Fill Milling Exiting Asphalt (3 1.9 L9 EARTHWORK TOTAL: Y2 ZS-- 4 CONCRETE & SOD 4" Sidewalk SOD in pond and around courts and sidewalk _ CONCRETE& SOD TOTAL: -3q 7-7q 89 5 SUBGRADE FOR COURTS & SIDEWALKS 12" Stabilized Subgrade 06" Lime Rock Base �o SUBGRADE FOR COURTS & SIDEWALKS TOTAL: 2 S (a Sub-Total 0 2 TOTAL BID: Sa,�,.Z I DOLLARS (In Words) $ 90 BID#- 11-22LH Trotwood Park Basketball Court Site Work December 5, 2022 PROPOSED JOB SCHEDULE Week One- Site Mobilization/Toilet/Dumpsters/Silt Fencing/Protection Week Two-Clearing/grubbing/exporting fill Week Three-Concrete Slab Prep/importing fill/limerock/Grading Week Four-Concrete/Sod Week Five-Demobilization of site 91 620 N.Wymore Road,Suite 200 FLORIDA SURETY BONDS, INC. Mait1407-�86327 0 Fax 407-786-7766 888-786-BOND (2663) Fax 888-718-BOND (2663) www. FloridaSuretyBonds.corn December 1, 2022 RE: Orange Avenue Enterprises LLC Bonding Letter To Whom It May Concern, It is a privilege to be the surety agents for Orange Avenue Enterprises LLC. Bonds are currently written through United States Fire Insurance Company which is A.M. Best Rated "A, XIV" and has a U.S. Treasury Listing of$ 169,690,000.00. Orange Avenue Enterprises LLC is an outstanding contractor and we hold them in the highest regard. We are extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming projects. We usually anticipate no difficulties in providing surety bonds for Orange Avenue Enterprises LLC in $750,000 single, $1,500,000 aggregate range. These limits are merely guidelines and can be extended subject to underwriting which includes surety review of the contract terms, pertinent bond forms and general financial reporting at the time of said request. This letter is not an assumption of liability or a commitment to provide any bonds unless all underwriting requirements including contract, bond form and financing review are met prior to issuing any bonds. Neither our agency, nor the surety is liable for any damages relating to this letter or project. Should you have any questions, please do not hesitate to contact me. My email is sarah@floridasuretybonds.com and my direct line is 407-755-6353. Best regards, C�)a'va-"c ;' Sarah K. O'Linn Vice President, Florida Surety Bonds 92 W N n a �ro J n� •p� N N n m N m 0o Oa � W m m Cj w 0 c7 z z ooaa 0 0c� aa 1 , ■ f. 1,*;:: � a Z 47:;.. a �' ®• a a 7 m . .;'::: • • H 93 ORANGE AVENUE co�s .ti,�ao.� Company Name: Orange Avenue Enterprises, LLC. Street and Mailing 801 West 1st St. Address: City,State,Zip: Sanford, FL.32771 Phone: 321.926.3145 Fax: Email: office@orangeavenue.net Website: www.orangeavenue.net Company Structure: Corporation Date of Incorporation: November 30, 2005 State of Incorporation: Florida Work: General Contractor, Roofing Contractor Commercial&Municipal License: State Certified General Contractor#CGC1512126 State Certified Roofing Contractor#CCC1328212 Insured: General Liability—$1M each occurrence/$2M aggregate Worker's Comp—$1M each per statute Umbrella—$51VI each occurrence/$5M aggregate Automobile—$1M combined single limit Pollution -$1M each condition/$1M aggregate Bonding: Bond Capacity-$1.5M Florida Surety Bonds, Inc. Insurance Agent: LRA Insurance, Inc. Work Jurisdiction: Entire state of Florida 15 years in business as Orange Avenue Enterprises, LLC. Organization Information: President/Owner: Anthony Roy 407.617.0156 Anthony@orangeavenue.net 94 ion�� ORANGEAVENUE C... tio" Rnotiaag Average annual revenue (last 5 years) $2,387,569 Experience See attachment"A" Major Projects See attachment"B" Subcontractor References See attachment "C" Client References See attachment"D" Vendor References See attachment"E" Bank References Available upon request Additional Lines of Credit Available upon request Claims and Suits Has OA ever failed to complete any work awarded? No Are there any judgments,claims, arbitration proceedings or suits No pending against OA? Has OA filed any lawsuit or requested arbitration with regard to No constructions contracts within the past 5 years? Has any officer or principal ever of OA been an officer or principal No of another organization when it failed to complete a construction contract in the past 5 years? 95 Al nV Orange Avenue ORANGEAVENUE Abilities Attachment "A" Areas of Expertise: Full-service Interior and Exterior Renovations New Construction Interior/Exterior Painting Soffit,Stucco,and Siding replacement Fire/Flood damage Miscellaneous small projects Roof epairs&New Roofing Tenant Build Out Concrete Caulking n Backer Rod —waterproofing and Sealant Services: Design Build Pre-construction Services Development Services General Contractor Remodeling Owner's Representation Property Maintenance Construction Management Roofing Industries: New Construction Retirement homes/Assisted living facilities Municipality Hospitality Restaurants Salons Office Building Muted Use Retail/Residential Self-performed Expertise: Demolition Concrete Masonry Carpentry Metal Framing Drywall and Finishing Doors and Windows Flooring Acoustical Ceilings 96 _ lD lD lD l0 l0 lD lD l0 O^ l0 lD l0 lD O c L L 0 a W Ln 4- Ln CU J ++ O O O 0O 0 M to Ql T w O o d 2 m V r O O Ln O O m m � �4 n m O O A a� ; m o o Ln r` N m rn * m O o rn tr I N� 4r o C 0 0 o C 0 0 0 0 `^ 0 0 0 0 N Ol +r 0 00 Ol 00 m N 00 N L!1 Lr) m Ol N rn ul Q0 V C ci Q N N N c I co l!l m M 0) 0 4A `� U c (10f0 +� f � N C) Q O L- CL CL L- 0 0 C� G L a v v c o 0 O = _ c � t t c a a 0- -0 -0 Q o } o T o O ° 0 2 Q O O m _L c m -M Q c N U m m O dA y L O Q m O `" m Ln a a 2 a � c t N m 4- to cc w oC m o3 4 0 w a 0. 4-1N v o >- > m fC O m U W (U —j m C7 oC U F- 2i 6 0 4- 0 Ln 1A u Q S a i txo a 16 0 0y bz Q- 0 c o ani COCU U 0 a - o ° w ca Y u a 3 a = L E •� o ,a •o >. m m m c to a oc o +1 c ° Ln o ° d w Ln m n ° ami E o f m M :° a n � mcr O CO O U = :L' EL ` '^ Q. m m E U c CL Cl c > a 0 o n U m Q ° L m V �, s a o + u > n a o m u a a O o a 2 cC m m m n Q 4- o 5 m c Y m O m a t c a; m CL U m U U F- O 0 U m U 97 aJ v 3 o .o L6 c c � Oa N o Q --I �o Q rn `^ L O V) CU `) \ v aj L O Q aj N or_ O) Ln O N r, N L _r_ r I, Ln o0 m .6 O v Gul 1.0 oo0 .^-i v T +' a H oo ry rn m O O LO N N m N � Q m m n m m > rnr-� m � � Ho .-goo 00 r- ct v J L1 CQ C (O Lj J H V- Ln L1 N J Z O Q e3: 0 O `^ �L- O (n d0 L l0 c U Y > -6O O U x 06' Lri m W N LI) I- c m 00 O Q o r-J o " N Z o x x W V v 2 m m N 00 O O M co a 0 a o 13 a E =5ra c N L CLO Q CL C 7 Co V -u L c m 7 N L Q m U N F- 98 v c 0 Q. u O U u C N N �+ \ c v of Z Vv� m � v, a, c c •� W v u u L N 01 01 '6 .s a � 'o o _ L a a a m a, — D_ 4° ° -W CL o •Q •Q •Q cn a U U U U N � O V � C C W L1 +-1 LL LL J J ? O W LL U- J V Cl LL Q L. %+- C Q1 O O u Q =C (a E to to L co Ol tA O U E j aj CT aj .N m M 7 > Y n p D O Q 0ru Ln � Y o N L 'EJ +J 0 W N O co Q Z U _Q m w LLJ L O O Ln ~ O O O N Ln i-i Ln Kl c-I Ql N ci C) m o -4 o O cn O Ln o Ln 0 00 Q1 N LD 00 t 00 LD Q1 00 lD Ln N M M v o`no C) v m W Q; O Z � W 0 c et CL W � 0 O U Ln O c Ln o ZQ o u m o co v)� a U m c d' 0 7 0 Y C c > m i Ln U U 3 v C C Of° L IL M 3 Ln � " c m = vii m c t c Y m m O (3) c u L Y V N L v v Y U G` 99 G \ \a 2 \ \ / / / — u G c u / ` _ � u \ Q cu Ee e � � L) v k \ \ $ E f w � a o 6 Ln O \ 7 \ / $ $ 2 \ \ \ \ � \ % § / L 2 / / \ / c: C / \ / / / > 6 u e to % 0 uj _ _ \ { O k \ j \ A 2 $ ( § a M y � A 7 q f 3 CO uj �`c $ 2 U : ) 23 w O S o V) / / / r / f / k E / E Ln u j / 3 / % co / 100 v � m ° D o m � � Z m � � O � Z 0 D < O 70 o Crn O p r" � 00 C aC) Z n > Z Z —1 z o o D D -�� Z o ? � D � 7O � z "'.� � � v Lnm m C > Q D ?v w z 0 m 70 p r Q r ni w CA A GJ ;a 3: O n n O v CD N m m ori Z cmn D n' Ln N 1-4r Z DLn �t N m -D-I C) Z M C Z m r -�Ln M m Q n m Ln = p C Q m 3 � 0.-r Z 101 o a fI h t, i„ v o -� = n 3-s m o m Z m m o m D O m 70 �,• O C p < X O X Z n n OD Q O c °m D Z 0 LA O N o M O ml -M 00 " m � Z m D v `� Z Z, O 0 C Z D Z (A —� CL ° rn WI m0 (A m = ;a = � Z 0 M 3 D 7E7 N Z O OD m y r CD 3 CDC C�� � �� -i Z -4 nom m mC h o m N NII N m m O Z N Z D T tA N 3 o 0 °', r- ;C � © Z O w D c Z o C Z 0 r `� —i 70 m C) Ln CLm C o n fD CD d 1 O�• Z I 102