Loading...
HomeMy WebLinkAbout2024 02 26 Regular 501 - Award of ITB No. 12-23-08 PH for Creek Sediment Removal Services to Zulu Marine Services, Inc.REGULAR AGENDA ITEM 501 CITY COMMISSION AGENDA | FEBRUARY 26, 2024 REGULAR MEETING TITLE Award of ITB No. 12-23-08 PH for Creek Sediment Removal Services to Zulu Marine Services, Inc. SUMMARY An Invitation to Bid was published on DemandStar and the City website on December 29, 2023 seeking qualified vendors to perform creek sediment removal and disposal services throughout the City specifically in Sheoah Creek, Gee Creek, Howell Creek, and Bear Creek. A total of 6 bids were received by the February 9, 2024 deadline from the following: Firm Total Bid Bayside Dredging, LLC $527,550.00 Cathcart Construction Company - Florida, LLC $1,887,250.00 GRSC, Inc.$207,600.00 TSI Disaster Recovery, LLC $799,775.00 US Commercial Diving $318,325.00 Zulu Marine Services, Inc.$333,379.60 FUNDING SOURCE $333,379.60 from Third Generation Sales Tax Revenue. Through City's request the NRCS will fund 75% of the total required funding for the sedimentation removal and the City is responsible for the remaining 25% funding. RECOMMENDATION Staff recommends the Commission approve the award of bid to Zulu Marine Services, Inc to perform creek sediment removal and disposal services throughout the City in the amount of $333,379.60. Additionally, Staff requests the Commission authorize the Interim City Manager and City Attorney to prepare and excute documents consistent with this agenda item. 146 ITB # 12-23-08 PH Creek Sediment Removal Services City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, Florida 32708 INVITATION TO BID CREEK SEDIMENT REMOVAL SERVICES (Includes Removal and Disposal) ITB #12-23-08 PH Date: December 29, 2023 The purpose of this Invitation To Bid (ITB) is to solicit formal written Bids from experienced individuals, corporations, partnerships and other legal entities (Bidder). The City of Winter Springs, FL (CITY) is seeking to obtain the Services of a qualified vendor(s) to perform Creek Sediment Removal and Disposal Services, hereinafter Creek Sediment Removal Services, consistent with the specifications detailed in herein; or as detailed in Appendix B Sealed Bids will be received by the City of Winter Springs (CITY) Procurement Department, located at: Winter Springs City Hall, 1126 East State Road 434 Winter Springs, Florida 32708 Attention Procurement Manager Until February 09, 2024, 2:00pm local time for ITB # 12-23-08 PH Creek Sediment Removal Services Bids shall conform to the requirements outlined in the Invitation To Bid. The CITY reserves the right to reject any and all offers and to waive minor informalities. The CITY issues this ITB for the project requirements defined herein, in order to select a Bid(s) for further contract negotiations and selection by the CITY may not necessarily result in the formation of a contract. Bidder shall submit their Bids to this ITB by: providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of your Bid to this office by the date and time indicated above. The outside of your package must be clearly labeled with the ITB number, title, opening date and time, and the name and address of the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not constitute meeting the CITY’S receipt deadline stated above. Offers received after February 09, 2024 at 2:00 p.m., will be rejected. Deadline for questions is January 24, 2024 1:00pm local time An Addenda will be issued and posted to Demand Star by 2:00pm on January 26, 2024 if questions are received and require clarification for all Bidders. If you have any questions regarding this Invitation To Bid, please contact: Stuart MacLean, Procurement Manager, at (407) 327-7581, or via email at smaclean@winterspringsfl.org PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www.demandstar.com or https://www.winterspringsfl.org/rfps 147 ITB # 12-23-08 PH Creek Sediment Removal Services Invitation To Bid Table of Contents • PART I SCOPE OF SERVICE/EVALUATION CRITERIA ........................................................................................................................... 1 Background ....................................................................................................................................................................................... 1 Scope of Work .................................................................................................................................................................................. 1 General Requirements ...................................................................................................................................................................... 1 Special Conditions ............................................................................................................................................................................. 3 Evaluation Criteria ............................................................................................................................................................................ 6 Timeline of Events ............................................................................................................................................................................ 6 • PART II INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS ................................................................................................... 7 Definitions ......................................................................................................................................................................................... 7 Preparation of Invitation To Bid ....................................................................................................................................................... 7 Submission and Receipt of Bids ........................................................................................................................................................ 7 Selection of Bid(s) ............................................................................................................................................................................. 8 Acceptance of Offer .......................................................................................................................................................................... 8 Notice of Award and Performance Bond .......................................................................................................................................... 8 Discrepancies, Errors, and Omissions ............................................................................................................................................... 9 Right to Reject Bids ........................................................................................................................................................................... 9 Fiscal Non-Funding Clause ................................................................................................................................................................ 9 Rights of the CITY .............................................................................................................................................................................. 9 Conflict of Interest ............................................................................................................................................................................ 9 Public Entity Crimes ........................................................................................................................................................................10 Options ...........................................................................................................................................................................................10 Subcontracting ................................................................................................................................................................................10 Default of Contract .........................................................................................................................................................................10 Modification for Changes ...............................................................................................................................................................10 Order of Precedence .......................................................................................................................................................................10 Examination of Records ..................................................................................................................................................................11 Bids Received ..................................................................................................................................................................................11 Contacting City Staff .......................................................................................................................................................................11 Qualifications of Bidder ..................................................................................................................................................................11 Disqualification of Bidder ...............................................................................................................................................................11 Lobbying/Cone of Silence ...............................................................................................................................................................11 Provisions for Other Agencies ........................................................................................................................................................12 Applicable Law and Venue ..............................................................................................................................................................12 Proposal Disclosure; Public Records Responsibilities .....................................................................................................................12 Attorney Fees..................................................................................................................................................................................13 E-Verify ...........................................................................................................................................................................................13 Additional Information ...................................................................................................................................................................13 148 ITB # 12-23-08 PH Creek Sediment Removal Services Modification and Withdraw ...........................................................................................................................................................14 Prohibition on Gifts to City Employees and Officials ......................................................................................................................14 Discrimination .................................................................................................................................................................................14 Federal Requirements ....................................................................................................................................................................14 • PART III SPECIFIC BID REQUIREMENTS .............................................................................................................................................. 16 Format ............................................................................................................................................................................................16 Section A – Proposer Information and Acknowledgement Form ...................................................................................................16 Section B – Table of Contents .........................................................................................................................................................16 Section C – Introduction Letter.......................................................................................................................................................16 Section D – Qualifications ...............................................................................................................................................................16 Section E - Other Information .........................................................................................................................................................17 Section F – Cost and Time ...............................................................................................................................................................17 Section G – Mandatory Proposal Forms .........................................................................................................................................17 Section H – Florida State Corporate Filing ......................................................................................................................................17 • Mandatory Proposal Forms ............................................................................................................................................. o Bidder Information and Acknowledgement o References o Insurance Requirements o Scrutinized Company Certification o Drug Free Workplace o Non-Collusion Affidavit o Public Entity Crimes Statement o Debarment, Suspension etc. Certification o E-Verify Statement o Conflict of Interest Statement o Byrd Anti-Lobbying Certification o SMWBE Utilization Plan • Appendix A Bid Tabulation Worksheet • Appendix B Project Specifications (Includes Attachments B-1 & B-2) • Appendix C Bid Bond Agreement • Appendix D Perfomance Bond Form • Appendix E Notice of Award • Appendix F Notice to Proceed 149 1 ITB # 12-23-08 PH Creek Sediment Removal Services PART I - SCOPE OF SERVICE/EVALUATION CRITERIA FOR ITB # 12-23-08 PH Creek Sediment Removal Services Background The City of Winter Springs is located in Seminole County Florida, which is part of the Orlando-Kissimmee-Sanford Metropolitan Area. As of July 1, 2021, the City of Winter Springs had a population of approximately 38,975. Scope of Work The scope of this project is to remove excess sediment from creek bed areas within the City of Winter Springs, FL in accordance with the engineering documents which are attached to this Invitation To Bid as Appendix B. General Requirements 1. SCOPE The scope of work includes furnishing all labor equipment, tools, materials, and incidentals necessary to complete the work in accordance with the Contract Documents in a first-class workmanlike manner, complete in all respects and ready for use 2. APPLICABLE SPECIFICATIONS AND REQUIREMENTS All work to be performed on this project shall conform to the specifications and requirements, as referenced on the Drawings, unless otherwise noted in the Contract Documents. 3. PERMITS AND REGULATIONS The Bidder shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work, and/or required by Municipal, State and Federal regulations, laws and procedures, unless specifically provided otherwise in the Contract Documents. The Bidder must fully comply with all Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance of the work. The CITY shall provide all required easements. This Contract, as to all matters not particularly referred to and defined herein, shall notwithstanding, be subject to the provisions of all pertinent ordinances, codes and normal regulatory procedures of the municipality or other political subdivision within whose limits the Work is constructed, which ordinances, codes and procedures are hereby made a part hereof with the same force and effect as if specifically set out herein. It is the Bidder’s responsibility to apply to the local jurisdiction for any Building Permit or Permit that may be required. 4. INSURANCE AND HOLD HARMLESS INDEMNIFICATION To the fullest extent permitted by laws and regulations, Bidder shall indemnify and hold harmless CITY and its consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Bidder, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of 150 2 ITB # 12-23-08 PH Creek Sediment Removal Services them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against CITY or any of their consultants, agents or employees by any employee of Bidder, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Bidder or any such Subcontractor or other person or organization under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. Bidder's Liability Insurance - The Bidder shall not commence any work under this Contract until he has obtained all insurance required under the Agreement. Bidder shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth which may arise out of or result from Bidder's performance and furnishing of the Work and Bidder's other obligations under the Contract Documents, whether it is to be performed or furnished by Bidder, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. The insurance required shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. The comprehensive general liability insurance shall also include Contractual Liability Insurance applicable to Bidder's obligations under the Hold Harmless Indemnification. All of the policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days’ prior written notice has been given to CITY by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Bidder may be correcting, removing or replacing defective work in accordance with the Contract Documents. Bidder's General Liability Insurance shall include the CITY, and CITY's consultants as insured or additional insured which may be accomplished by either an endorsement of Bidder's Comprehensive General Liability policy or by Bidder 's carrier issuing a separate protection liability policy. 5. SALES TAX The Bidder shall include in its Bid, and shall pay, all Florida State sales tax and other local, State, and Federal taxes in accordance with existing laws and regulations. 6. LAYOUT OF WORK The Bidder shall perform and be responsible for all layout work in connection with the project. The CITY will provide benchmarks as necessary in the project area. 7. CHANGES IN THE WORK The CITY may, at any time, or from time to time, without invalidating the Agreement order alterations, deletions or revisions in the Work by written Change Order or Field Order. Upon receipt of any such order, Bidder shall promptly proceed with the Work involved, which shall be performed under the applicable conditions of the Contract Documents. Any deviations from these specifications, plans and contract documents, must be approved by the CITY in advance of the work either by a written and executed Change Order or a written Field Order. The Bidder agrees that he will do such work as may be required for the proper execution of the whole work herein contemplated, including all labor, equipment and materials reasonably necessary for the proper completion of the work. The Bidder agrees that he will make no claim for extra work unless that material or work is not covered by, or properly inferable from the Contract Documents. If the Bidder makes a claim for an extra or additional cost and requests a Change Order be issued prior to performing the work, and the CITY renders a decision denying such request, the Bidder must notify the CITY in writing within 3 days of the time that the Bidder is informed of the CITY's decision. Otherwise the CITY will not consider any such difference as a claim for a Change Order or additional payment or time. Any such written notice received by the CITY from the Bidder within the 3-day period shall be just reason for the CITY to reevaluate its previous decision. 151 3 ITB # 12-23-08 PH Creek Sediment Removal Services 8.PAYMENTS The CITY may make partial payments on a monthly basis to the Bidder based on pay estimates, which have been approved by the CITY. The Bidder shall submit at least three (3) copies of his estimate, with reasonable time allowed to make a field inspection, check, and process the estimate. Final Payment, including the retainage, will be made upon the completion of the work and certification by the CITY, and regulatory agencies and acceptance by the CITY that all of the work has been completed in accordance with the approved plans, specifications, and other Contract Documents, will be made to the Bidder. The CITY shall make final payment not later than 30 days after final acceptance of the work. Prior to final payment, the Bidder shall transfer to the OWNER all applicable items accumulated throughout construction. These include but are not limited to the following items: Waivers of lien, releases and other items CITY may require in evidence of full payment to all Subcontractor’s, suppliers and labor related costs. Progress payments may be withheld if: 1.Work is found defective and not remedied; 2.Bidder does not make prompt and proper payments to SUBCONTRACTORs; 3.Bidder does not make prompt and proper payments for labor, materials, or equipment furnished; 4.Another Bidder is damaged by an act for which Bidder is responsible 5.Claims or liens are filed on the job; or 6.In the opinion of the City of Winter Springs, Bidder’s work is not progressing satisfactorily. 9.PAYMENTS WITHHELD The CITY will disburse, and shall have the right to act as agent for the Bidder in disbursing such funds as have been withheld pursuant to the agreement between Bidder and the CITY, to the party or parties who are entitled to payment therefrom. The CITY will render to the Bidder a proper accounting of all such funds disbursed on behalf of the Contract. Neither the final payment nor any part of the retained percentage shall become due until the Bidder, if required, shall deliver to the CITY his written one year guarantee on the work and a complete release of liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed; but the Bidder may, if any subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the CITY, to indemnify himself against any lien. If any lien remains unsatisfied after all payments are made, the Bidder shall refund to the CITY all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney’s fee. 10.GENERAL GUARANTEE All work to be performed under this Contract shall be constructed in compliance with the Contract Documents. Special Conditions 1.Existing Utilities In areas of work, all existing utilities, public or private, shall be located by the Bidder, and owners of said utilities shall be notified prior to commencing work. Bidder shall immediately notify the CITY of any existing utilities that may interfere with completing the work. Bidder is to coordinate the relocation of any utilities within the areas of construction. Utility coordination work shall be considered as part of the lump sum pay item for mobilization. 2.Work Hours All activity must occur between 7:00 AM and 6:00 PM. 152 4 ITB # 12-23-08 PH Creek Sediment Removal Services 3. Maintenance of Traffic If necessary, temporary lane closures during working hours at an active site with an approved MOT plan will be permitted, subject to CITY review. 4. Shop Drawings Shop drawings for all work materials shall be submitted to and approved by the CITY. 5. Property Restoration All private and public property affected by the work shall be restored to a condition equal to or better than the prework condition, including sodding, landscaping, irrigation systems, driveways, sidewalks, mailboxes, curbs, etc. The cost for all restoration work shall be incidental and no extra compensation will be allowed. 6. Excess Materials All excess excavation and other removed materials are the responsibility of the Bidder. 7. Equal Employment Opportunity 41 CFR 60-1.4 (b) (As required by 2 CFR 200.326 Appendix II to Part 200) During the performance of this contract, the Bidder agrees as follows:  The Bidder will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Bidder will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following:  Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.  The Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Bidder, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.  The Bidder will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information.  The Bidder will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the BidderR's commitments under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.  The Bidder will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 153 5 ITB # 12-23-08 PH Creek Sediment Removal Services  The Bidder will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.  In the event of the Bidder's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Bidder may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.  The Bidder will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The PROPOSER will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance:  Provided, however, that in the event a Bidder becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Bidder may request the United States to enter into such litigation to protect the interests of the United States.  The Bidder further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: provided, that if the applicant so participating is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.  The Bidder agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of its contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.  The Bidder further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to part ii, subpart d of the Executive Order. In addition, the Bidder agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Bidder under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the department of justice for appropriate legal proceedings.  154 6 ITB # 12-23-08 PH Creek Sediment Removal Services 8. Contract Work Hours and Safety Standards Act (40 U.S.C 3701-3708)  Overtime requirements. No Bidder or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.  Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Bidder and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Bidder and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.  Withholding for unpaid wages and liquidated damages. The CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Bidder or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Bidder or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.  Subcontracts. The Bidder or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Evaluation Criteria Bids will be evaluated by the CITY for responsiveness. An award shall be made to the lowest priced, responsive, and responsible Bidder providing the best value whose Bid complies with the scope of work, minimum criteria, and all other aspects set from in this Invitation To Bid and is in the best interest of the CITY. Pursuant to Florida Statutes § 287.05701, the CITY shall not request documentation regarding, consider, or give preference based upon, a vendor’s social, political, or ideological interests when determining the vendor’s qualifications. Timeline of Events Release of ITB December 29, 2023 Deadline to receive questions (electronically) – 1:00pm local time January 24, 2024 Addendum Released by 1:00pm local time January 26, 2024 ITB Submittals are Due by 2:00 pm local time February 09, 2024 Bid Opening and Selection at 2:15 pm local time at Winter Springs City Hall February 09, 2024 City Commission Award Approval TBD Notice of Award to Successful Bidder TBD Notice to Proceed to Successful Bidder TBD 155 7 ITB # 12-23-08 PH Creek Sediment Removal Services PART II - INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS For ITB # 12-23-08 PH Creek Sediment Removal Services Definitions (as used herein) a. The term "Invitation to Bid" means a solicitation of bids. The acronym "ITB" means Invitation to Bid. b. The term "Bid" means the price to conduct the scope of work requested based on the required minimum criteria. c. The term "professional services" means those services of architects, auditors, dentists, engineers, landscape architects, lawyers, physicians, psychologists, surveyors, and any other professional service as determined by the CITY. d. The term "Bidder" means the company/firm making an offer e. The term "CITY" means the City of Winter Springs, Florida. f. The term "CITY Commission" means the governing body of the City of Winter Springs. Preparation of Invitation To Bid a Bidders are expected to examine the minimum requirements and all special and general conditions. Omission on the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill every detail the requirements of the contract document, will not be accepted as a basis for varying the requirements of the CITY or the compensation to the Bidder. Failure to properly and fully complete the proposal is at the Bidder's risk. The Bidder shall sign the Invitation To Bid and print or type his/her name, address, and telephone number on the face page. a. The apparent silence of any supplemental minimum requirements as to any details, or the omission from it of a detailed description concerning any point will be regarded as meaning that only the best commercial practices are to prevail. All workmanship is to be first quality. All interpretations of the minimum requirements shall be made upon the basis of this statement. b. Bidders should submit their response to this ITB by:providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of your Bid to the address noted above and by the date and time indicated. The outside of your package must be clearly labeled with the ITB number, title, opening date and time and the name and address of the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not meet the CITY’s deadline requirements. c. The Bidder should retain a copy of all documents for future reference. d. All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Bid. You may use the Sunbiz website screen shot or include a copy of your Corporate Resolution to prove the authority of the corporate signer. e. Failure to follow the instructions in the Invitation To Bid is cause for rejection of your offer. Submission and Receipt of Bids a. Bids must be received before the specified time as designated in the ITB. A list of Bidders who submitted Bids will be furnished, upon request, following opening of the Bids. 156 8 ITB # 12-23-08 PH Creek Sediment Removal Services b. Bids shall be submitted in a sealed envelope. The envelope shall show the opening date and time, the ITB number, and the name and address of the Bidder. c. The City of Winter Springs is not responsible for the U.S. Mail or private couriers, in regard to mail being delivered by the specified time so that a Bid can be considered. d. Email and Facsimile (FAX) Bids will not be considered, however, Bids may be modified by email and FAX notice, provided such notices are received prior to the hour and date specified. e. Late Bids will be rejected. f. Bids having any erasures or corrections must be initialed by the offer or in ink. Bids shall be signed in ink. All amounts shall be typewritten or completed in ink. g. All Mandatory Bid Forms must be completed and attached to the Bid. h. All costs of Bid preparation, inspection of the ITB documents, and presentation of the Bid shall be solely borne by the Bidder. The CITY shall not be liable for any cost incurred by the Bidder during the preparation and submission of its Bid in response to this ITB. Selection of Bid(s) Only the CITY Commission can select Bids, authorize the CITY Manager to engage in negotiations, and ultimately enter into a contract. After the initial Bid review, the CITY may require one or more of the top Bidders to attend a meeting to make an oral presentation, answer questions, or clarify Bid conditions with the Bidder(s). This meeting will be exempt from the requirements of the Sunshine Law in accordance with section 286.0113, Florida Statutes. Bidder(s) will be notified of any further meeting requirements. Acceptance of Offer The signed Bid shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted only upon issuance by the CITY of a Purchase Order, Blanket Purchase Order, or other contractual document. The contract will be awarded to the most responsible and responsive Bidder whose Bid best meets the minimum requirements, with the lowest proposed cost set forth in this ITB. The CITY reserves the right to accept or reject any and all Bids or parts of Bids, waive minor informalities, and to request clarification of information from any Bidder. The CITY reserves the right to award the contract on a split-order, lump-sum, or individual-item basis, or such combination as shall best serve the interest of the CITY unless otherwise specified. Notice of Award and Performance Bond Within ten (10) calendar days from the date stipulated in the Notice of Award notifying Bidder that its Bid has been accepted, the successful Bidder shall execute the Agreement. Simultaneously with the execution of the Agreement, Bidder shall furnish a Performance Bond in the amount of 110 percent of the contract price. The bond shall be secured from a surety company acceptable to the CITY. The form of the Bond the successful Bidder will be required to execute is included in the Bidding Documents. Failure to execute the Agreement and/or to furnish said bond within ten (10) calendar days from the date of the Notice of Award entitles the CITY to consider all rights arising out of the CITY's 157 9 ITB # 12-23-08 PH Creek Sediment Removal Services acceptance of the Bid as abandoned and the Bid Bond shall be forfeited. The CITY shall be entitled to such other rights as may be granted by law. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the Invitation To Bid or Addenda (if any) should be reported in writing to the CITY's Procurement Manager smaclean@winterspringsfl.org . Should it be found necessary, a written Addenda will be incorporated in the Invitation To Bid and will become part of the Service Agreement (contract documents). The CITY will not be responsible for any oral instructions, clarifications, or other communications. Right to Reject Bids The CITY reserves the right to reject any Bids that do not meet a completeness of at least 75%, as it relates to the instructions set forth in this document. Right is reserved to reject any or all Bids and to disregard typographical, mathematical, or obvious errors. The CITY will not pay costs incurred by any Bidder in the preparation of Bids. Fiscal Non-Funding Clause In the event sufficient budgeted funds are not available for a new fiscal period, the CITY shall notify the Bidder of such occurrence and any contracts entered into between the CITY and Bidder shall terminate on the last day of the current fiscal period without penalty or expense to the CITY. Rights of the CITY This ITB constitutes an invitation for submission of Bids to the CITY. This ITB does not obligate the CITY to procure or contract for any of the scopes of services set forth in this ITB. The CITY reserves and holds at its sole discretion, various rights and options under Florida law, including without limitation, the following: • To prepare and issue Addenda to the ITB that may expand, restrict, or cancel any portion or all work described in the ITB without obligation to commence a new procurement process or issue a modified or amended ITB. • To receive questions from potential Bidders and to provide such answers in writing as it deems appropriate. • To waive any informalities, technicalities or irregularities in the Bids submitted. • To reject any and all Bid submissions. • To change the date for receipt of Bids or any deadlines and dates specified in the ITB. • To change the procurement and/or selection process prior to receipt of Bids. • To conduct investigations with respect to the information provided by each Bidder and to request additional information (either in writing or in presentations and interviews) to support such Bidder’s responses and submittals. • To visit facilities referenced in the Bidder’s submittal at any time or times during the procurement process. • To seek clarification of Bids from the Bidders either in writing or in presentations and interviews • To cancel the ITB with or without the substitution of another ITB. Conflict of Interest Bidder acknowledges and certifies that this Bid does not violate any ethics provision found in Chapter 112, Florida Statutes, or Chapter 2 of the Code of Ordinances of the City of Winter Springs. The Bidder certifies that, to the best of their knowledge or belief, no elected/appointed official or employee of the City of Winter Springs, a spouse thereof or other person residing in the same household, is financially interested, directly or indirectly, in providing the goods or services specified in this proposal. Financial interest includes ownership of more than five percent (5%) of the total assets or capital stock or being an officer, director, manager, partner, proprietor, or agent of the business submitting the proposal or of any subcontractor or supplier thereof providing goods or services in excess of ten percent (10%) of the total Bid amount. 158 10 ITB # 12-23-08 PH Creek Sediment Removal Services Additionally, the Bidder, on company letterhead, must divulge at the time of Bid submittal, any relative, other than those already specified, of an elected /appointed official or employee of the City of Winter Springs who has a financial interest, as defined herein, in providing the goods or services specified in the proposal. The CITY, at its sole discretion, will determine whether a conflict exists and whether to accept or reject the proposal. Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a Bid, Proposal or Quote on a contract to provide any goods or services to a public entity, may not submit a Bid, Proposal or Quote on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bid, Proposal or Quote on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. Options When the CITY requests Bids with options regarding the extent of services to be provided, the CITY requests all Bidders to provide a cost breakdown for each option proposed. Although all options may be proposed, some options may not ultimately be purchased. The CITY reserves the right to decide, at its discretion, which options shall be purchased. The CITY reserves the right to engage more than one (1) Bidder if it is believed that different Bidders might best serve the CITY's interests in performing different segments of the work (e.g., one Bidder to provide building estimates, and another to provide infrastructure estimates). Subcontracting Where Bidders do not have the "in-house" capability to perform work desired in the Invitation To Bid, subcontracting may be permitted only with prior knowledge and approval of the CITY. The CITY must be assured of and agree that any proposed subcontractor(s) can perform work of the desired quality and in a timely manner. The name(s) of any intended subcontractor(s) should be given in the Bid. Default of Contract In case of default by the Bidder, the CITY may procure the requested services from other sources and hold the Bidder responsible for any excess costs occasioned or incurred thereby. Modification for Changes No agreement or understanding to modify this ITB and resultant purchase order or contract shall be binding upon the CITY unless made in writing by the City of Winter Springs. Order of Precedence In the event of an inconsistency between provisions of the ITB, the inconsistency shall be resolved by giving precedence in the following order: (a) Instructions to Bidders and General Provisions; and (b) the minimum requirements. 159 11 ITB # 12-23-08 PH Creek Sediment Removal Services Examination of Records The Bidder shall keep adequate records and supporting documentation applicable to the subject matter of this ITB to include, but not be limited to: records of costs, time worked, working paper and/or accumulations of data, and criteria or standards by which findings or data are measured. Said records and documentation shall be retained by the Bidder for a minimum of one (1) year from the date the contract is completed and accepted by the CITY. If any litigation is initiated before the expiration of the one-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved, unless otherwise instructed by the CITY. Should any questions arise concerning this contract, the CITY and its authorized agents shall have the right to review, inspect, and copy all such records and documentation during the record retention period stated above; provided, however, such activity shall be conducted only during normal business hours and shall be at CITY expense. Bidders shall be authorized to retain microfilm copies in lieu of original records if they so desire. Any subcontractor(s) employed by a Bidder who is subject to these requirements and the Bidder itself are required to so notify any such subcontractor(s). Bids Received All Bids received in response to this ITB become the property of the CITY. Contacting or Soliciting from City Staff The Bidder, including its agents and associates, shall refrain from contacting or soliciting any staff member or official of the CITY regarding this ITB upon the release of the ITB through the time of notification of award. Failure to comply with the provision may result in disqualification of the Bidder. Qualifications of Bidder A Bidder may be required, before the award of any contract, to show to the complete satisfaction of the CITY that they have the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner within the time specified. Disqualification of Bidder Any or all Bids will be rejected if there is any reason for believing that collusion exists among the Bidders, and participants in such collusion will not be considered in future proposals for the same work. Lobbying/Cone of Silence Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a CITY Commission Member, the CITY Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of this solicitation document. If an award item is presented to CITY Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the CITY Commission refers the item back to the CITY Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the CITY Commission meets to consider the item for action. Bidders, Proposers, Respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any CITY Commission member, the CITY Manager, any requesting or evaluating Division, Department, Office personnel, and/or any member of the Evaluation Committee concerning an active Invitation To Bid during the Lobbying/Cone of Silence Black-out period. 160 12 ITB # 12-23-08 PH Creek Sediment Removal Services Provisions for Other Agencies Unless otherwise stipulated by the Bidder, the Bidder agrees to make available to the Government agencies, departments, and municipalities the prices submitted in accordance with said terms and conditions therein, should any said governmental entity desire to buy under the Bid. Applicable Law and Venue This Agreement shall be governed by, construed and interpreted in accordance with the laws of the State of Florida without regard to the conflicts or choice of law principals thereof. Each of the parties hereto: (a) irrevocably submits itself to the exclusive jurisdiction of the State of Florida, and agree that venue shall lie exclusively in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida for any state court action arising out of this Agreement, and exclusively in the United States District Court for the Middle District of Florida, Orlando Division, for any federal court action arising out of this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a defense or otherwise, in any suit, action or other proceeding, (i) any claim that it is not personally subject to the jurisdiction of the above-named courts for any reason whatsoever, and (ii) any claim that such suit, action, or proceeding by any party hereto is brought in an inconvenient form or that venue of such suit, action, or proceeding is improper or that this Agreement or the subject matter hereof may not be enforced in or by such courts. Proposal Disclosure; Public Records Responsibilities Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section 119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law, information and materials received by the City in connection with an ITB response and under any awarded contract shall be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Bidder believes any of the information contained in its response is exempt from the Public Records Law, including trade secrets as defined by Florida law, the Bidder must, in its response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption; otherwise, the CITY will treat all materials received as public records. Pursuant to section 119.0701, Florida Statutes, for any tasks performed by Bidder on behalf of the CITY, Bidder shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the CITY to perform the work contemplated by this Agreement; (b) upon request from the CITY’s custodian of public records, provide the CITY with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if Bidder does not transfer the records to the CITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the CITY, in its sole and absolute discretion, requests that all Public Records in possession of Proposer be transferred to the CITY, Bidder shall transfer, at no cost, to the CITY, all Public Records in possession of Bidder within thirty (30) days of such request or (ii) if no such request is made by the CITY, Bidder shall keep and maintain the Public Records required by the CITY to perform the work contemplated by this Agreement. If Bidder transfers all Public Records to the City pursuant to (d)(i) above Bidder shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the CITY and provide the CITY with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If Bidder keeps and maintains Public Records pursuant to (d)(ii) above, Bidder shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the CITY, upon request from the CITY’s custodian of public records, in a format that is compatible with the information technology of the CITY. If Bidder does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable 161 13 ITB # 12-23-08 PH Creek Sediment Removal Services amount of time, the CITY may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which Bidder is acting on behalf of the CITY. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: (407) 327-6560 ext. 7003 E-mail address: cityclerkdepartment@winterspringsfl.org Attorney Fees In the event of legal action or other proceeding arising under this ITB, the prevailing party shall be entitled to recover from the adverse party all its reasonable attorneys’ fees and costs incurred by the prevailing party in the prosecution or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees and costs, as well as in determining the amount of attorneys’ fees and costs due to the prevailing party. The reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or guideline. E-Verify Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any CITY contractors shall register with and use the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. Bidders must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Bidder stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the contract, and shall result in the immediate termination of a contract without penalty to the CITY. The Bidder shall be liable for all costs incurred by the CITY securing a replacement contract, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. If the Bidder utilizes Subcontractors the following shall apply: Bidder shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. Bidder shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement. Additional Information Additional information may be obtained from the Procurement Manager, (407) 327-7581, e-mail smaclean@winterspringsfl.org, or from any other CITY employee or agent listed on the ITB cover letter. Bids received in response to this Invitation to Bid are exempt from disclosure under the Public Records Law until such time as an award decision has been made known or until thirty days after the Bid opening, whichever occurs earlier. Each Bidder shall clearly mark each page of its Bid that contains trade secrets or other information which the Bidder believes is exempt from disclosure pursuant to Article I, Section 24 of the Florida Constitution and Chapters 119 and 162 14 ITB # 12-23-08 PH Creek Sediment Removal Services 286, Florida Statutes (commonly referred to as the “Sunshine Laws”). Disclosure of information marked according to the requirements of this section in response to a public records request will be determined by the CITY in its sole and absolute discretion and in accordance with the Florida laws, rules, and regulations. If there is no information marked as exempt by the Bidder, the CITY will assume that the Bidder does not claim that any portion of its Bid is exempt from disclosure under the Sunshine Laws. Modification and Withdraw Bids may not be modified after submittal. Bids may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be received by the CITY’s Procurement Manager before the time and date stated or as amended for the Bid Opening. Properly withdrawn Bids will be returned unopened to the person or Bidder submitting the Bid. A Bidder who timely withdraws its Bid may submit a new Bid in the same manner as specified herein under “Submission of Bid.” A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and on the Bid Form. If a Contract is not awarded within 90 calendar days after opening of Bids, a Bidder may file a written request with the CITY’s Procurement Manager for the withdrawal of its Bid. Prohibition on Gifts to City Employees and Officials No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any CITY employee, as set forth in Chapter 112, Part III, Florida Statutes, the current CITY Ethics Ordinance, and City Administrative Policy. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with CITY staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the CITY for a specified period of time, including but not limited to: submitting Bids/proposals, RFP, and/or quotes; and, c. Immediate termination of any contract held by the individual and/or firm for cause. Discrimination A Bidder or affiliate who has been placed on the discriminatory vendor list may not submit a Bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a Bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. Federal Requirements This contract may be funded in whole or in part with federal funding. As such, federal laws, regulations, policies and related administrative practices shall apply to any contract negotiated with a selected firm as required by federal law. The most recent of such requirements, including any amendments made such as the submission of the Bids, shall apply, unless federal government determines otherwise. 163 15 ITB # 12-23-08 PH Creek Sediment Removal Services The federal government requirements contained in the most recent version of the Uniform Administrative Requirements for federal awards (Uniform Rules) codified at 2.C.F.R, Part 200, including any certifications and contractual provisions required by any federal statutes or regulations referenced therein to be included in this contract are deemed incorporated herein by reference and shall be incorporated into any sub-agreement or subcontract executed by the Bidder pursuant to its obligations under federal law. 164 16 ITB # 12-23-08 PH Creek Sediment Removal Services PART III - SPECIFIC BID REQUIREMENTS For ITB # 10-23-06 PH Creek Sediment Removal Services To assure consistency, Bids must conform to the following format: A. Bidder Information and Acknowledgement Form B. Table of Contents C. Introduction Letter D. Qualifications E. Other Information F. Cost & Time G. Mandatory Bid Forms H. Florida State Corporate Filing Section A – Bidder Information and Acknowledgement Form 1. Use the form provided in the Mandatory Bid Forms titled “BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM.” (See Form 1) Section B – Table of Contents 1. Identify Bid material by section and page number. Section C – Introduction Letter 1. Summarize the key points of the Bid including an understanding of the scope of work. Must be signed by an authorized official of the firm. Section D – Qualifications 1. General – Provide general information about the firm, including size, office location(s), and structure of your firm. Identify and explain any significant changes in organizational structure, ownership, or management both firm-wide and within Fixed Income/ Public Finance during the past five (5) years. 2. Bidder Experience – Describe the Bidder’s experience with providing ighting installation services. Focus on the Bidder’s experience with outdoor athletic facilities such as Pickleball, basketball and/or tennis courts. 3. Team Experience – Identify key members of firm’s team that will service the CITY. Identify the primary day-to- day contact for the engagement and their experience. Identify the proposed project manager. Provide brief resumes for key team members that will service the CITY as an Appendix. 4. Florida Knowledge – Describe any political, economic, legal, or other issues impacting Florida municipalities, specifically those impacting the City of Winter Springs, which may be relevant to the Proposal. 5. References – Use the form provided in the Mandatory Proposal Forms titled “REFERENCE INFORMATION FORM” 6. Conclusion – Briefly summarize why Bidder should be selected, including Bidder Firm is pursuing the City of Winter Springs’ business. In short, summarize what makes the Bidder different and why the CITY should select your Bid above all others. 165 17 ITB # 12-23-08 PH Creek Sediment Removal Services Section E - Other Information This section should address any other information necessary for a full understanding of Bidder’s services. Please provide detailed information on any relevant additional services offered by Bidder. Section F – Cost This section must clearly state the cost associated with the project. Use Appendix A: Bid Tabulation Worksheet. Section G – Mandatory Bid Forms Fill out the forms provided; Bidder Information and Acknowledgement Form, Reference Information Form, Insurance Requirements Form, Scrutinized Company Certification, Non-Collusion Affidavit of Prime Bidder, Drug Free Workplace Form, Public Entity Crimes Statement, Debarment, Suspension etc. Certification, E-Verify Statement, Conflict of Interest Statement, SMWBE Utilization Plan and Byrd Anti-Lobbying Act Certification. Section H – Florida State Corporate Filing All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Bid. Use Sunbiz website screen shot or include a copy of Corporate Resolution or a Power of Attorney. 166 ITB # 12-23-08 PH Creek Sediment Removal Services MANDATORY BID FORMS  Form 1 - Bidder Information and Acknowledgement Form  Form 2 - Reference Information Form  Form 3 - Insurance Requirements Form  Form 4 - Scrutinized Company Certification  Form 5 – Non-Collusion Affidavit of Prime Bidder  Form 6 - Drug Free Workplace Form  Form 7 - Public Entity Crimes Statement  Form 8 - Debarment, Suspension etc. Certification  Form 9 - E-Verify Statement  Form 10 - Conflict of Interest Statement  Form 11 - SMWBE Utilization Plan  Form 12 - Byrd Anti-Lobbying Act Certification Appendix A Bid Tabulation Worksheet Appendix C Bid Bond Form Mandatory forms must be submitted with the proposal. Failure to submit forms will disqualify the Bidder from the ITB Appendix B Project Specifications (Includes Attachments B-1 & B-2) Appendix D Performance Bond Form Appendix E Notice of Award Appendix F Notice to Proceed ** These appendices do not need to be returned as a Mandatory Form** 167 ITB # 12-23-08 PH Creek Sediment Removal Services BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM For ITB # 12-23-08 PH Creek Sediment Removal Services The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated. IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA 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 Bid. If not submitted, Bidder will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. BIDDER NAME: TAX ID# SNN or EIN: BIDDER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A. Acknowledges receipt of: 1. ITB # 12-23-08 PH Pertaining To: Creek Sediment Removal Services Addenda Number ________, Dated ____________. Addenda Number _________, Dated ____________. B. Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in compliance with the ITB Documents. 3. To accept the provisions of the Instructions to Bidders. 4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid. 5. To accomplish the work in accordance with the contract documents. D. Certifies: 1. That all information contained in this Bid is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able to perform if awarded the Bid. Stipulated Amount A. Submit on Cost Proposal Worksheet, Appendix A. 168 ITB # 12-23-08 PH Creek Sediment Removal Services REFERENCE INFORMATION FORM ITB # 12-23-08 PH Name: Creek Sediment Removal Services Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Bidder Representative Typed Name/Title: Bidder Representative Signature: Bidder: 169 ITB # 12-23-08 PH Creek Sediment Removal Services INSURANCE REQUIREMENT FORM Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter 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 Contractor/Vendor/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. Other Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same Bidder 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 Bidder agrees to obtain, prior to award, if selected, insurance as stated above. Bidder Authorized Signature Officer Title Date 170 ITB # 12-23-08 PH Creek Sediment Removal Services 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 Bidder 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: 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 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 Bidder 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: a. The Bidder 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; b. Been placed on the Scrutinized Companies that Boycott Israel List or c. Is engaged in a boycott of Israel; or d. Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a. The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b. If such false certification is discovered during the active contract term, the Bidder 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. c. If the Bidder 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. 171 ITB # 12-23-08 PH Creek Sediment Removal Services 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) (Printed Name and Title) (Name of Bidder) STATE OF ____________________________________ COUNTY OF __________________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of _____________________, 2024 by __________________________ the _________________ of __________________________, a ________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification. _____________________________________________________ Notary Public Print Name: __________________________________________ My Commission Expires: ________________________________ 172 ITB # 12-23-08 PH Creek Sediment Removal Services NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF COUNTY OF ____________________________________, being duly sworn, deposes and says that: (1)He/she is ___________________________ of ___________________________________ Title Bidder The Bidder that has submitted the attached response. (2)He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid. (4)Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid 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 Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Bidder, 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 Bid are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest, including affiant. (Signed) (Title) STATE OF _______________________________ COUNTY OF _______________________________ The foregoing instrument was acknowledged before me this ____________________by _____________________________, who is (___) personally known to me or (___) who has produced _______________________________ as identification and who (did / did not) take an oath. ___________________________________ (Signature of Notary Public) ___________________________________ (Name of Notary Typed, Printed or Stamped) ___________________________________ (Commission Number) 173 ITB # 12-23-08PH Creek Sediment Removal Services DRUG FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that ___________________________________________________________________ does: (Name of Bidder) 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. 7. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) (Date) (Print/Type Name as Signed Above 174 ITB # 12-23-08 PH Creek Sediment Removal Services PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 12-23-08 PH Creek Sediment Removal Services. 2. This sworn statement is submitted by (Bidder) ______________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is __________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3. My name is ____________________ and my relationship to the Bidder named above is ________________________. 4. I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 175 ITB # 12-23-08 PH Creek Sediment Removal Services PUBLIC ENTITY CRIMES STATEMENT cont. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) ____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. ____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) ____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.) ____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.) _______________________________________________________ Signature Date: STATE OF ________________________________ COUNTY OF ______________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this _____ day of ________________, 2024, and is personally known to me, or has provided ______________________ as identification. ___________________________________My Commission expires: ________________ Notary Public 176 ITB # 12-23-08 PH Creek Sediment Removal Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - 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 (A) By signing and submitting this Bid, 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 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. 177 ITB # 12-23-08 PH Creek Sediment Removal Services 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 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 - 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. 178 ITB # 12-23-08 PH Creek Sediment Removal Services 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 Coverage 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 with which this transaction originated. 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 lower 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. 179 ITB # 12-23-08 PH Creek Sediment Removal Services h. Except for transactions authorized under paragraph (5) 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. Bidder: Date: Signature of Authorized Certifying Official: Title: 180 ITB # 12-23-08 PH Creek Sediment Removal Services E-VERIFY STATEMENT Bid Number: ITB # 12-23-08 PH Project Description: Creek Sediment Removal Services Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1. All persons employed by the Bidder during the term of the Contract to perform employment duties within Florida; and 1. All persons assigned by the Bidder to perform work pursuant to the contract with the CITY. Bidder: _____________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: _______________________________________________________________________ 181 ITB # 12-23-08 PH Creek Sediment Removal Services CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Bid for ITB # 12-23-08 PH Creek Sediment Removal Services This sworn statement is submitted by (Bidder) ________________________ whose business address is _____________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is ________________________ and my relationship to the Bidder named above is__________________. 1. The above-named Bidder is submitting a Bid for the City of Winter Springs. 2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3. The Affiant states that only one submittal for the above Bid is being submitted and that the above-named Bidder has no financial interest in other entities submitting Bids for the same project. 4. Neither the Affiant nor the above- named Bidder 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 Bidder’s submittal for the above Bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5. Neither the Bidder 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. 6. Neither the Bidder 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. 7. I certify that no member of the Bidder’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8. I certify that no member of the Bidder’s ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named Bidder, will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: STATE OF _______________________________ COUNTY OF _____________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ___ day of ________________, 2024, and is personally known to me, or has provided ______________________ as identification. ___________________________________ My Commission expires: ____________________ Notary Signature 182 ITB # 12-23-08 PH Creek Sediment Removal Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Creek Sediment Removal Services Project ITB #12-23-08 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women’s business enterprises on solicitation lists. • Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd 183 ITB # 12-23-08 PH Creek Sediment Removal Services BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. §1352 (as amended). Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. See below – Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended) The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Bidder’s Authorized Official Name and Title of Bidder’s Authorized Official Date 184 ITB # 12-23-08 PH Creek Sediment Removal Services Appendix A – 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 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. TOTAL BID: ________________________________________________________DOLLARS (In Words) $________________________________________ #FDOT PAY ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1 101-1 MOBILIZATION/DEMOBILIZATION (SHALL NOT EXCEED 10% OF TOTAL BID AMOUNT)LS 1 2 102-1 MAINTENANCE OF TRAFFIC (VEHICULAR AND PEDESTRIAN)LS 1 3 104-14 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 4 110-2-2 SELECTIVE CLEARING AND GRUBBING AC 0.3 5 120-5 CHANNEL EXCAVATION CY 1,350 6 530-3-4 RIPRAP-RUBBLE, DITCH LINING TN 180 7 570-1-2 PERFORMANCE TURF, SOD SY 2,800 8 9999-1 PRE - AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS LS 1 9 9999-2 RECORD DRAWINGS AND AS-BUILT SURVEY LS 1 1 4 5 9 BID THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR SELECTIVE CLEARING AND GRUBBING, INCLUDING HAUL AND DISPOSAL COSTS. THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR CHANNEL EXCAVATION, INCLUDING HAUL AND DISPOSAL COSTS. TOTAL BASE BID COST SHALL INCLUDE THE COST FOR ALL RESTORATION TO AN EQUAL OR BETTER CONDITION THAN PRIOR TO THE START OF CONSTRUCTION. THIS INCLUDES THE RESTORATION OF SIDEWALK, DRIVEWAYS, GUARDRAIL, CURB & GUTTER, FENCING, ETC (IF NEEDED). THE CITY WILL REVIEW THE PRE-CONSTRUCTION VIDEO AND PHOTOGRAPHS TO DETERMINE IF ADDITIONAL RESTORATION IS REQUIRED TO MEET PRE-CONSTRUCTION CONDITIONS. TOTAL BASE BID (SUM OF ALL ITEMS): PAY ITEM NOTES: THE LUMP SUM PRICE FOR MOBILIZATION SHALL NOT BE MORE THAN 10% OF THE TOTAL BID AMOUNT. THIS PAY ITEM INCLUDES THE COST FOR PREPARING RECORD DRAWINGS AND AS-BUILT SURVEY FOR EACH SEDIMENT REMOVAL LOCATION (9 TOTAL) BY A FLORIDA REGISTERED SURVEYOR. 185 B-1 APPENDIX B – PROJECT SPECIFICATIONS (Includes Attachments B-1 & B-2) 1. SCOPE The City of Winter Springs, Florida (CITY) is seeking to obtain the services of a qualified vendor to excavate sediment and accumulated debris from nine (9) creek roadway crossing locations throughout the City of Winter Springs. The roadway crossings are located along Sheoah Creek, Gee Creek, Howell Creek, and Bear Creek. T his project is intended to restore functionality and aid in the unobstructed conveyance of stormwater. Refer to Table 1 below for the list of roadway crossings and corresponding creek locations included in this contract. 2. SEDIMENT REMOVAL LOCATIONS TABLE 1 No. Roadway Crossing Creek 1 Sheoah Boulevard Sheoah Creek 2 Shepard Road Sheoah Creek 3 South Edgemon Avenue Gee Creek 4 South Moss Road Gee Creek 5 Hayes Road Gee Creek 6 Northern Way (South) Howell Creek 7 Winter Springs Boulevard Howell Creek 8 Northern Way (North) Howell Creek 9 Winter Springs Boulevard Bear Creek Following Hurricanes Ian and Nicole, the creek roadway crossings were inspected throughout the CITY to determine the hurricane impacts. Based on the site inspections, multiple sediment deposits were identified at roadway crossing / bridge locations throughout the CITY. The sediment deposits are a result of erosion that occurred upstream of the bridge location and washed downstream. These sediment deposits are reducing the hydraulic capacity of the creeks, culverts, and bridges. 186 B-2 For each location shown on the overall project site Index Figure, the sediment shall be removed in accordance with the project details and construction sequence as described in Detail Sheet Numbers 1 and 2 (refer to Attachment B-1). Site specific figures detailing the approximate extent of sediment deposits within the creek channels and under the bridges and culverts are identified in Sediment Removal Figures for Location Numbers 1 through 9 (refer to Attachment B-2). 3. SUMMARY The project is intended to restore the functionality of creek areas, to aid in conveyance of stormwater runoff, and reduce the potential flooding of adjacent properties. The work will consist of removal of sediment deposits and accumulated debris within the creeks. 4. ACCESS Access locations are generally shown on the Exhibits for each creek. Prior to the beginning of work, Contractor and CITY Staff will visit each access point. Contractor may suggest an alternate route or access point, but written approval by the CITY Project Manager along with adequate real property rights and/or completed right-of-entry agreements may be required. 5. LIMITS OF WORK Limits of the work areas are generally defined in the Exhibits for each roadway / bridge crossing. The project shall consist of the removal and disposal of sediment from nine (9) roadway crossing locations shown in Exhibit B. Work must be completed no later than 60 days from notice to proceed. It is worth noting that the project is tied to grant funding; therefore, the project construction must be performed as quickly and efficiently as possible to meet the grant schedule requirements. Unless previously approved by the City Project Manager, all work is to be completed Monday through Friday. No work is to be performed between the hours of 10:00 PM and 6:00 AM per the City Ordinance for noise restrictions. Each site shall have a minimum of one on-site point of contact. 187 B-3 6. SEDIMENT REMOVAL a. All accumulated sediment mounds downed trees, brush, limbs, tops, vines, and other accumulated woody vegetative materials, or other accumulated trash within the stream banks shall be removed. b. All work shall be performed in accordance with the provided Figures and Detail Sheets. c. All work performed shall take extra care that active vegetation in the canopy over the creek and its banks, along the littoral shelf and the littoral/riparian interface, and the bottom habitat are not harmed. Sediment deposits and associated debris shall be removed in such a manner as to avoid damage to trees and existing structures and with due regard for the safety of persons and property. Impacts to adjacent properties shall be minimized using Best Management Practices as necessary, including but not limited to: 1) the use of mats under vehicles or heavy equipment; and 2) re-grading any rutting to natural contours, such that temporary impacts would readily re-recruit and return to un-impacted conditions within one growing season. Unless otherwise approved by the CITY Project Manager, work on all sites shall progress from downstream to upstream. d. The water level in the creeks will fluctuate up and down due to rainfall events. The contractor shall track all potential weather systems. Should a large storm or hurricane be predicted for the project area, the contractor shall remove all equipment or temporary structures from the project area, all temporary sediment control devices, and any element that is blocking stormwater conveyance within the creek and from surrounding areas to the creek. The contractor shall stabilize all channel banks and take all reasonable measures to allow all stormwater conveyance and prevent erosion and sediment transport during the storm event. 7. EQUIPMENT a. Disturbance of the channel bottom and banks, and equipment access areas shall be held to the minimum necessary to allow the construction equipment to remove the sediment deposits. Heavy equipment working on wet soil conditions must operate 188 B-4 from mats or use other measures as approved by the CITY Project Manager to minimize rutting or soil disturbance. b. Boats, barges, and wheeled and/or tracked vehicles for removing, loading and hauling the sediment and debris off-site will be allowed at the specified locations as approved by the CITY Project Manager. c. Access for mechanized equipment shall be limited to one side of the channel. Access to the channel shall generally be perpendicular to the channel with precautions taken to protect private property as well as mast producing and canopy trees. d. Hydraulic excavators, if used, shall be low ground pressure (LGP) machines and be equipped with a stationary or mechanical thumb attachment or have a grapple. The use of rubber-tired skidders will not be allowed without prior written approval of the CITY Project Manager. When the use of skidders is allowed, they shall be equipped with low ground pressure and high flotation tires. 8. DISPOSAL a. The Contractor shall be responsible for the proper disposal of all materials removed. All sediment and accumulated debris shall be hauled off-site and shall be taken to the disposal site at any County Landfill, Class III or higher. Alternate landfills for disposal proposed by the Contractor must be pre-approved by the CITY Project Manager. b. Sediment removed from the creek shall not be placed in or adjacent to other creek tributaries, side ditches, floodplains nor any other defined water entrances to the watercourse being cleaned. Nor is it permissible to place sediment or debris on the property of others, or to move sediment upstream or downstream of improved areas in an effort to avoid hauling off-site. c. Sediment and debris shall not be placed on nature or hiking trails, sewer lines, highways, railroad rights-of-way, or any other improved areas. The storing and stockpiling of material shall only take place if authorized by the CITY Project Manager and must take place only in uplands and City-owned property. If prior authorization is granted, stockpiles shall be placed in such a manner to prevent potential movement of the materials back into the creek. 189 B-5 d. All foreign debris such as building materials and manufactured items (stoves, refrigerators, washing machines, other household goods, cars, tin, building material, etc.) found within the limits of the sediment removal areas shall be hauled to the off- site disposal area(s). Unless otherwise specifically approved by the receiving County Landfill, all debris will have to be separated by woody, construction and demolition, "white goods", and tires prior to placement in the landfill. e. Where petroleum or gas tanks, pesticide containers or other hazardous materials are found within the limits of sediment removal, the contractor shall note the location of the tank, container, or material and notify the CITY Project Manager. The Contractor shall avoid disturbance or damage to the tank, container, or materials. 9. ENVIRONMENTAL REQUIREMENTS a. No activity shall adversely affect any species which is endangered, threatened, or of special concern, as listed in Rules 68A-27.003, 68A-27.005, F.A.C. b. Disturbance of the creek banks and the creek bottom will be held to the minimum necessary to remove the sediment deposits. c. Where the use of heavy equipment is allowed, equipment shall operate adjacent to the creek and not within the stream unless prior approval is granted by the CITY Project Manager. Crossing a creek with equipment to gain access to the opposite bank is only allowed with the specific approval of the CITY Project Manager. d. Equipment shall be maintained to prevent fuel, oil, and lubricant spills. Refueling, repairs, and lubrication will be performed at safe distances from the creek. Should fuel leaks, oil leaks or hydraulic pipe ruptures occur during construction, the Contractor's operators shall immediately remove the equipment to a safe area and take prompt action to minimize damage and safeguard the site. The Contractor or his Superintendent shall immediately report the spill or discharge to the CITY; and the requirements of the Florida Statute Chapter 376 Pollution Discharge Prevention and Removal will be followed. The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical pollutants such as drained lubricating or transmission oils, greases, etc. produced as a by-product of this work. e. Washing, fueling or servicing of equipment shall be avoided where spillage or wash water can enter the watercourse. 190 B-6 10. SPECIAL REQUIREMENTS a. The CITY shall have the right to temporarily suspend the Contract due to unforeseen weather conditions or any other conditions that in the sole opinion of the CITY may cause the work to not proceed in an expeditious or safe manner as determined by the CITY. b. The Contractor shall submit to the CITY Project Manager for review and approval prior to construction, a list of equipment and construction schedule showing the sequence of all the work to be performed. Any changes to the schedule after the start of construction will require a minimum of 24-hour notification and prior approval by the CITY Project Manager. c. The Contractor shall exercise care while working in the areas of existing lawns, roads, structures, utilities, and other improvements. The Contractor shall be responsible for the prompt repair or replacement of any such improvements damaged by his/her operations. d. Fences, if any, which must be removed for access shall be removed with the minimum damage practical and reinstalled as near to the original condition as possible immediately after construction access is no longer needed at the site. Prior authorization is required by the CITY Project Manager for any fence removals. e. The Contractor shall be responsible for complying with all applicable requirements of the Florida Department of Transportation's Manual on Uniform Traffic Control Devices as adopted by the Department of Transportation pursuant to Chapter 316 Florida Statute when work is performed on public rights-of-way. When equipment or personnel are operating on public right-of-way, flagmen shall be stationed to warn oncoming traffic of congestion. Proper construction road signs shall be in place. A means of removing sediment and/or debris from roadways shall be established. Sweep machines may remove residue deposited on roadways, manual sweeping methods or pressurized water. The Contractor shall be responsible for implementation of these measures. f. Contractor is to document the removal of sediment removal at each location with before and after photos. Photos are to be submitted to the CITY digitally on a weekly basis. 191 B-7 g. As needed, the contractor is to stabilize damaged creek banks by methods described in the Project Detail Sheets. The CITY Project Manager will make the determination as to which locations need to be re-stabilized. 11. MEASUREMENT AND PAYMENT Measurement and payment for the sediment removal sites will be as described in the Bid Form and this specification section. The Contractor shall submit a Schedule of Values along with their bid. Payments are to be considered full compensation for all labor, equipment, tools, materials, mobilization, demobilization and other items necessary and incidental to complete the work. All work of this Contract shall conform to the applicable technical specifications of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction (FY 2023-2024), except as modified and supplemented hereinafter. The Contractor shall have a copy of the 2023-2024 FDOT Standard Specifications for Road and Bridge Construction “Blue Cover” onsite at all times throughout the duration of the project. A. Where the referenced FDOT Specifications cite “the Department”, this shall be modified to “the Owner and/or the Owner’s authorized representative” by this Contract. B. Payment for this project is in accordance with the Contract. The FDOT sections defining the Basis of Payment shall not apply. C. Additional requirements superseding the applicable portions of the FDOT Standard Specifications, if any, are provided in the subsequent sections of these Supplemental Specifications. D. Two original certified reports shall be submitted for all material testing requirements referenced in the FDOT Standard Specifications. E. Verification testing noted in the FDOT Standard Specifications is at the option of the Owner. The Contractor shall provide required testing and submit the required number of reports to the Owner and Engineer. 1. MOBILIZATION/DEMOBILIZATION a.) Mobilization/demobilization consists of the preparatory work, operations and mobilizing for beginning work on the project and demobilizing at end of work, 192 B-8 including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site, and for the establishment of safety equipment and first aid supplies, sanitary and other facilities as required by these specifications and state and local laws and regulations. The cost of bonds, and required insurance, permits, and any other pre-construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included in this section. Mobilization/demobilization expenses may include security services and/or expenses associated with night work, if approved by the Owner. This pay item shall also include utility coordination and utility locates. b.) Partial payments will be made in accordance with the following: Percent of original Contract amount earned Allowable percent of the lump sum price* for mobilization/demobilization 5 25 10 50 25 75 50 100 Contract-Lump Sum Price for mobilization/demobilization will be limited to 10% of the original Contract amount, calculated as the total of all pay items extended costs, exclusive of mobilization/demobilization. Payment shall be made under: Item No. 101-1 – Mobilization/Demobilization – Per Lump Sum. 2. MAINTENANCE OF TRAFFIC a.) General: Work under this section consists of maintaining traffic within the limits of the project for the duration of construction in accordance with the U.S. Department of Transportation-Federal Highway Administration’s Manual On Uniform Traffic Control Devices (MUTCD) 2009 Edition, FDOT Index 600 Series and FDOT Standard Specification Section 102. b.) Quantities: The Contractor is to determine the actual quantities and items to be used for maintenance of traffic. c.) Prior to any required road closure, a) the Contractor shall provide a maintenance of traffic (MOT) plan to the City of Winter Springs Public Works Department a minimum of two (2) weeks in advance of the proposed start date of construction. No road closures will be permitted (unless under special circumstances). No lane closures will be permitted during peak hour traffic volumes. Lane closure restrictions will be determined at the time 193 B-9 the MOT plan is submitted. Construction shall not begin until the MOT plan is approved. Certain locations may require work in the rights-of-way to be performed at night only. B) The Contractor shall notify the Winter Springs Public Works Department a minimum of two (2) working days in advance of the proposed date for construction within the right- of-way. The lane cannot be closed until such time that notification of the lane closure can be sent to the police department, fire department, school board, and other affected agencies. d.) Traffic control techniques, including, but not limited to rerouting of traffic, shall be in conformance with the Florida Department of Transportation Manual on Traffic Control and Safe Practices, most current edition. e.) Non-Compliance: Should the Owner or Engineer determine that traffic within the project is not being maintained in accordance with the approved traffic control plan, or presents a public safety concern, the Contractor shall have 3 hours after notification is given, to take corrective action. Should the Contractor fail to make such modification, the Owner shall have the option to fine the Contractor $50.00 per hour (from the time of notification) until remedied and or correct the situation. The cost of such corrective action taken by the Owner shall be deducted from monies due to the Contractor. f.) Compensation: All compensation for Maintenance of Traffic shall be a lump sum. This shall include all items and services necessary for the safe maintenance of traffic within the project limits in conformance with the FDOT Index 600 Series and MUTCD 2000 Specifications. This shall include, but not be limited to, message signs, barricades, flaggers, construction and advisory signing, detours, flashing arrow boards, high intensity flashing lights, and traffic control (uniformed law enforcement) officer, necessary for maintenance of traffic. Payment shall be made under: Item No. 102-1 – Maintenance of Traffic (Vehicular and Pedestrian) – Per Lump Sum. 3. PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION a) Furnish all labor, materials, equipment, and services to provide erosion control measures on the project site and in areas outside the project site where work is accomplished in conjunction with the project, so as to prevent pollution of water, detrimental effects to public or private property adjacent to the project site and damage to work on the project. Construct and maintain temporary erosion control features or, where practical, construct and maintain permanent erosion control features as shown in the plans or as may be directed by the City or Engineer. b.) All erosion and water pollution control measures shall be performed in accordance with the other requirements of these Specifications and Contract Documents, and City of Winter Springs Ordinances, FDOT Index 102 and Index 103 (FDOT Design Standard, dated 2010), FDOT Standard Specifications Section 104, and in accordance with 194 B-10 the Best Management Practices described in the Florida Department of Environmental Protection’s Stormwater, Erosion, and Sedimentation Control Inspector’s Manual (latest edition). c.) A National Pollutant Discharge Elimination System (NPDES) Construction Permit is required by the U.S. Environmental Protection Agency (EPA) pursuant to 40 CFR Part 122.26. In Florida, the EPA has delegated processing and approval of this permit to the Florida Department of Environmental Protection (FDEP). The NPDES Construction Permit requires preparation of a Stormwater Pollution Prevention Plan (SWPPP). The SWPPP will include the Contractor’s erosion control plan and all additional measures that will be employed by the Contractor to dispose of, control, or prevent the discharge of solid, hazardous, and sanitary wastes to waters of the U.S. The SWPPP must include the Contractor’s procedures to control off-site tracking of soil by vehicles and construction equipment and a procedure for cleanup and reporting of non-storm water discharges, such as contaminated groundwater or accidental spills. The Owner must review and approve the Contractor’s SWPPP prior to submittal to FDEP. The Contractor shall obtain the NPDES permit prior to commencement of land disturbing activities at the project site. All costs shall be included in the prevention, control and abatement of erosion and water pollution pay item. d.) Failure to sign any required documents or certification statements will be considered a default of the Contract. Any earth disturbing activities performed without the required signed documents, certifications or statements may be considered a violation of the Clean Water Act by the EPA. e.) Pre-Construction Conference: At the pre-construction conference, the Contractor shall present preliminary SWPPP, including the Contractor’s plans and schedules for prevention, control, and abatement of erosion and water pollution in accordance with the requirements and documents referenced above. f.) Staked silt fence and/or turbidity curtains shall be installed at each sediment removal location and in accordance with the permits, standard construction practices, and all Federal, State and local regulations. Additional silt fence and/or turbidity curtains in series may be required to meet water quality requirements. Contractor to coordinate with the Inspector. Maintenance of erosion control devices are the responsibility of the Contractor. Any additional turbidity curtains, silt fence, or erosion or sediment control device required shall be provided at Contractor’s expense. g.) A turbidity control device must be used wherever water depth and/or flow prevent the use of staked silt fence or other approved erosion control devices. A description of the turbidity control device must be provided in the Contractor’s SWPPP. A floating turbidity apron/curtain that extends from the water surface to the bottom shall be installed as required by the plans and/or permits prior to commencement of 195 B-11 construction and shall remain in place until construction is completed and turbidity within the work area has returned to background levels. h.) Storm Sewer System: The Contractor shall protect the storm sewer system from erosion and sedimentation during construction. This may include the use of inlet protection devices, silt fences or any other method approved by the City and/or Engineer. Should any construction item be damaged due to erosion or sedimentation, the Contractor shall repair or replace the item with no additional compensation. All existing storm sewer pipes and all drainage structures shall be clean and free from silt prior to final acceptance. Payment shall be made under: Item No. 104-14 – Prevention, Control and Abatement of Erosion and Water Pollution – Per Lump Sum. 4. SELECTIVE CLEARING AND GRUBBING a.) Furnish all labor, materials, equipment, and services to perform selective clearing and grubbing at the project site area. Selective clearing and grubbing shall include removal and disposal of all vegetation, debris, and other such protruding objects necessary to prepare the area of the proposed construction. Selective clearing and grubbing shall only be performed in the areas where sediment removal will take place. All materials removed shall become property of the Contractor and shall be removed from the project in a manner that meets all Federal, State, and local regulations concerning the dumping of waste or construction materials. b.) Clearing and grubbing shall be performed in accordance with FDOT Standard Specification Section 110. c.) No trees shall be removed unless the prior approval is granted by the City. Payment shall be made under: Item No. 110-2-2 – Selective Clearing and Grubbing – Per Lump Sum. 5. CHANNEL EXCAVATION a.) Furnish all labor, materials, equipment, and services to perform channel excavation at the project site area. Channel excavation shall include the removal of loose silt deposits that are obstructing the creek channel flowpath and which resulted from sedimentation occurring during Hurricane Ian. b.) Caution shall be made by the Contractor to not excavate beyond the existing channel side slopes or below the creek bed. If the Contractor’s excavation results in over- excavation, he shall be responsible for restoring the channel side bank and creek bed elevations at his own expense. 196 B-12 c.) All sediment removed shall become property of the Contractor and shall be removed from the project site in a manner that meets all Federal, State, and local regulations concerning dumping of waste or construction materials. The sediment shall not be placed in wetland areas, adjacent to the channel top of banks, or near an existing storm drainage structure such that the sediment could runoff back into the creeks. d.) Contractor shall dispose of the sediment at a City approved landfill and shall submit a disposal plan to the City for approval prior to mobilization. e.) Hauling of sediment shall not result in sediment leaking onto roadways from dump trucks. f.) Measurement of Channel Excavation shall be performed on a cubic yard basis. The Contractor shall collect truck tickets and submit them to the City’s Inspector weekly for tracking quantities for payment purposes. Payment shall be made under: Item No. 120-5 – Channel Excavation - Per Cubic Yard (CY) 6. RUBBLE RIPRAP a.) Furnish all labor, materials, equipment, and services to perform rubble riprap installation at the project site area. Installation of rubble riprap shall include the use of geotextile fabric and shall be installed in accordance with FDOT Standard Specification 530. b.) A copy of the truck ticket shall be given by the Contractor to the Inspector weekly and shall be used to assist with verification of quantities installed. c.) Measurement: The quantity for payment shall be the actual tons of riprap furnished and installed as measured at each project site. Measurement of the riprap shall be made by measuring the dimensions (i.e., length, width and depth) of the riprap installed, then converting to tons (for ditch lining riprap using a specific gravity of 1.9, unit weight of water = 62.4 lbs/ft3, and assuming 25% void space) and then shall be checked against the truck tickets for verification purposes. Payment shall be made under: Item No. 530-3-4 – Riprap-Rubble, Ditch Lining – Per Ton (TN) 7. PERFORMANCE TURF, SOD a.) Furnish all labor, materials, equipment, and services for establishing healthy turf over all areas shown on the drawings and all other areas disturbed during construction. 197 B-13 b.) Performance turf shall be installed in accordance with FDOT Standard Specification Section 570 along with sections referenced within this section. c.) Sod for the project shall generally be Bahia. d.) Measurement: The quantity for payment shall be the actual number of square yards of sod furnished and installed as measured at each project site. Payment shall be made under: Item No. 570-1-2 – Performance Turf, Sod – Per Square Yard (SY). 8. PRE- AND POST-CONSTRUCTION VIDEO AND PHOTOGRAPHS 8.1 GENERAL 8.1.1 Scope of Work: Furnish all labor, materials, and equipment necessary to perform a color audio-video recording with relevant photographs of the project site as specified herein. The contractor shall furnish to the City two (2) original copies of a continuous color audio-video recording of each project area for the pre- and post-construction conditions. The City reserves the right to reject the audio-video because of poor quality, unintelligible audio, uncontrolled pan, zoom or other defects as determined by the City. Any video rejected by the City shall be re-videoed at no additional cost to the City. The Contractor shall submit a sample video to the City for format and content approval prior to the start of any work. 8.1.2 Purpose of Work: Video and photographic documentation will provide the basis for defining the project conditions that exist before construction commences and thus the required restoration of surface features after completion of the project. The contractor shall be responsible for repairing any damage(s) or defect(s) not documented as the condition that existed prior to construction. In other words, if the area recorded / photographed is not clear with regard to existing defects, faults, cracks or other deficiencies, then the City’s decision shall be final with regard to a determination and the Contractor will be obligated to repair the defect / deficiency at no additional cost to the City or the City will repair such defect and the contract amount adjusted accordingly. 8.2 QUALITY ASSURANCE The video recording shall be performed by a qualified company or individual knowledgeable in construction site video practices, implementation of established inspection procedures and video and photographic documentation for the purpose as defined herein. The minimum qualifications include: 198 B-14 A. Videographer shall be a company or an individual of established reputation who has been regularly engaged as a professional photographer for not less than three (3) years. B. The videographer must have had previous video experience for construction projects. C. Any apprentice videographer must be continuously supervised by an experienced videographer that meets or exceeds the above qualifications. 8.3 EXECUTION Ten (10) days prior to construction commencement, equipment or material mobilization, the Contractor shall perform an audio-video survey of any project area that has the potential to be disturbed by the Contractor’s operations. Areas disturbed by the Contractor include, but are not limited to: A. All areas to be entered by vehicles or equipment, including both the construction areas and areas of ingress / egress. B. Other areas that may be impacted by the work, including work staging and stockpile areas, field offices, etc. The Contractor shall be solely responsible for the timely execution of the preconstruction audio-video survey, its vantage points, and quality. The Contractor shall cooperate with the videographer’s work and provide reasonable auxiliary services as requested, including access, temporary lighting, etc. The submitted files will be reviewed and approved by the City within five (5) days after a satisfactory video is submitted. Should the video files not provide adequate coverage to fully illustrate the existing condition of the work area or not be in compliance with these specifications, deficient project areas shall be re-videoed prior to commencing construction at those areas at no additional cost to the City. The Contractor shall provide two (2) copies of both the pre- and post-construction videos on flash drives, or external hard drives with a video transmittal sheet as follows: Video Transmittal Sheet PRE-CONSTRUCTION AUDIO-VIDEO SURVEY Contract No. _________________Project Title:________________________ Contractor: __________________DVD No.___________________________ Date Televised (MM/DD/YY): ___________________Date Submitted:_______________ For each project location: Project Location No.______________________________ Street, Address/Location__________________________ Starting Video Counter No.________________________ Video Filename__________________________________ 199 B-15 Photograph Nos._____________________________________ The video portion of the recording shall produce bright, sharp clear pictures with sufficient resolution accurate colors and shall be free from distortion, shaking, tearing, rolls, or any other form of picture imperfection. The audio portion of the recording shall reproduce precise and concise explanatory notes by the camera operator with proper volume, clarity and freedom from distortion. Each audio-video recording shall be saved on appropriate media and shall be viewable on a computer. Acceptable video formats include MP4 (other formats may be proposed by the Contractor for approval by the City). To preclude the possibility of tampering or editing, the video file(s) shall display continuous information including: • Date and time of the recording must be accurate; date information will contain the month, day and year; time information will contain hours, minutes and seconds, separated by colons. Digital information shall appear at the bottom of the viewing screen and in no way interfere with the video portion of the recording. No editing or overlaying of information at a later date will be acceptable. At the start of each video recording segment, a verbal identification summary shall be recorded simultaneously with a wide-angle view (with appropriate panning, if necessary). The identification summary shall include the following: • Project Name and Number • Contract Number • Contractor’s Name • Date and Time • General location and name of street • Weather Conditions (sunny, cloudy, temperature, etc.) • Direction of travel and viewing direction The recording shall include the coverage of all surface and other site features located within areas to be directly or indirectly affected by the Contractor’s work, extending to a minimum of 15 feet outside the actual right-of-way or limit of the Contractor’s disturbance (street, construction, etc.). The surface features recorded shall include, but not be limited to, roadways, driveways, sidewalks, curbs, culverts, headwalls, retaining walls, buildings, above-ground utilities, parks, lawns, landscaping, trees, tree canopies, shrubbery and fences. The area of coverage shall also include all unpaved areas and access routes where vehicles or equipment will pass. During video recording, the videographer shall provide narration explaining what is being shown. Of particular concern are any existing faults, fractures, defects and other existing deficiencies. Special commentary shall be given for any unusual conditions of buildings, sidewalks, curbing, 200 B-16 foundations, trees, shrubbery, structures, equipment, pavement, etc. Audio descriptions shall be made simultaneously to support the video coverage. Streets shall be recorded for the full width of the right-of-way, or as specifically directed by the City. Where applicable, back and/or side yard areas of residential homes, within the Contractor’s work area shall also be recorded. Houses and buildings shall be identified visually by house or building address in such manner that the progress of the taping and the proposed system may be located by reference to the houses and buildings. A cumulative index correlating the various segments of video coverage to the corresponding video files and photographs shall be supplied to the City. This index shall identify each segment of video by location, video counter number, viewing side, point starting from, traveling direction, and ending point. The Contractor shall also submit electronic digital photography depicting the project areas of proposed work and shall be identified by street and creek. Video recordings may also be outside the limits of the Contractor’s work. This work, if required, will be directed by City staff. The rate of travel for video recording shall be determined by the number, size, and complexity of the surface and other site features to be documented. At no time shall the rate of travel exceed 60 feet per minute. Forward motion of the camera shall be halted when viewing objects or structures outside the limits of the street or easement being documented. The videographer shall pan and zoom in and out at a reasonable rate so as to sufficiently control the clarity of object being viewed and the video shall have the capability to transfer individual frames of video electronically into digital photographs and/or hard copy prints. At no time will the Contractor be allowed to use any electrical circuits within a building on private properties. All video recordings shall be performed during regular business hours (9:00 am to 5:00 pm), unless otherwise approved by the City. No video recording shall be performed if the weather is unacceptable, such as rain, fog, or elongated shadows that distort perception and tend to prevent clear resolution or when more than 10% of the ground area is covered with standing water. Additionally, video and photographic documentation of post-construction conditions shall mimic the video and photographs that were taken during pre-construction in order to provide the City with documentation that all improvements have been constructed and all surface features have been restored to pre-construction conditions. 201 B-17 All video files will become the permanent property of the City. Payment for the videos shall be made on a Lump Sum basis and shall be made when post construction videos and photographs have been reviewed and approved. Payment shall be made under: Item No. 9999-1 – Pre- and Post- Construction Video and Photographs – Per Lump Sum (LS). 9. RECORD DRAWINGS AND AS-BUILT SURVEYS 9.1 Furnish all labor, materials, equipment, and services necessary for developing the record drawings and as-built surveys to provide the City with factual information regarding all aspects of the Work. 9.2 During the entire construction operation, the Contractor shall maintain records of all deviations from the plans, figures and specifications and shall prepare them from original plans and figures showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. Contractor shall mark record sets with red pen. The record drawings are to be original drawings and/or figures and shall be of a neat and legible quality. The record drawing pdf file(s) shall be provided to City for review. Retainage will not be released to the Contractor until the City and the City’s Engineer have approved and are satisfied with the final submittal by the Contractor of record drawings as specified above. 9.3 The as-built survey shall be certified by a State of Florida Registered Professional Land Surveyor currently licensed and is subject to review and approval by the City and Engineer. The following requirements are to be shown on City project as-built survey: A. Cross-sections: Following the sediment removal activities, the surveyor shall survey a minimum of five (5) cross-sections for each of the nine (9) creek sediment removal locations. The surveyor shall obtain cross sections in the area where the sediment was removed, as well as, immediately upstream and downstream of the sediment removal locations for slope comparison purposes. The surveyor shall obtain (at a minimum) the top of banks, toe of slopes, three (3) creek bed spot elevations, side slope change elevations, the ground elevation beyond the top of bank, etc. Each cross section should consist of a minimum of ten (10) spot elevations. The CAD file shall include the cross-section spot elevations in plan view and cross section view. Both the plan view and cross-section views shall be plotted to scale for each project location with an aerial background and provided in a pdf format. 202 B-18 B. Aerial: The cross-section spot elevations shall be displayed with an aerial background. The aerial imagery shall be dated 2021 or more recent. 9.4 The As-built survey shall conform to recognized standards of drafting and shall be neat and legible. The Contractor’s surveyor will sign and seal the as-built survey. One (1) signed and sealed pdf file for each of the nine (9) project locations is required along with AutoCAD file(s) showing As-built information. All AutoCAD file(s) will be provided to City for review. Retainage will not be released to the Contractor until the City and the City’s Engineer have approved and are satisfied with the final submittal by the Contractor of as- built surveys as specified above. Payment shall be made under: Item No. 9999-2 – Record Drawings and As-built Survey – Lump Sum (LS) 12. GRANT FUNDING COMPLIANCE Funding for this project will be partially provided by the U.S. Department of Agriculture Natural Resources Conservation Service (NRCS); pursuant to Agreement No. NR234209XXXXC012; CFDA No. 10.923. As such, all applicable federal guidelines, including, but not limited to the following are hereby incorporated herein by reference. The Contractor shall abide by all applicable federal guidelines at all times throughout the execution and completion of this project. i. Procurement Standards – 2 CFR 200.317 through 200.326 ii. Contract Provisions for Non-Federal Entity Contracts Under Federal Awards – Appendix II to 2 CFR Part 200 iii. Labor Standards – 29 CFR Part 5 iv. Work Hours and Safety – 40 USC 324-330 v. NRCS Supplement to OSHA Parts 1910 and 1926 Please Refer to Reference Documents Attachment B-1 – Project Detail Sheets (Index and Sheets Nos. 1 and 2) Attachment B-2 – Project Location Figures (Locations 1 through 9) 203 ATTACHMENT B-1 204 DATENO.DESCRIPTIONREVISIONSSHEETNO.SEDIMENT REMOVAL PROJECT301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FLORIDA 32708CERTIFICATE OF AUTHORIZATION NO. 27770ENGINEER OF RECORDDAVID HAMSTRA, P.E.FLORIDA REGISTRATION NO. 38652City of Winter SpringsNRCS PROJECTSCITY HALL1126 EAST STATE ROAD 434WINTER SPRINGS, FLORIDA 32708PROJECT MANAGERPHIL HURSH, P.E.TYPICAL SECTION1SEDIMENT REMOVALCHANNEL SLOPESTABILIZE THE EXISTINGBLOCKING THE CONVEYANCELOOSE SEDIMENT DEPOSITCHANNEL (SEE NOTE 4)EXISTING GRADEEXISTING TOPOF BANKOF BANKEXISTING TOEEXISTING CREEKBED ELEVATIONEXISTING CULVERT ORBRIDGE OPENING (TYP)EXISTING TOPOF BANKEXISTING TOEOF BANKSIDE SLOPERECONSTRUCTION(SEE NOTE 3)TYPICAL SECTIONN.T.S.CONSTRUCTION NOTESSEQUENCE OF CONSTRUCTION2.1.NO SURVEY WAS PERFORMED AND EXISTING UTILITIES ARE NOT SHOWN ONTHE PROVIDED FIGURES. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALLLOCATE ALL UTILITIES AND NOTIFY THE CITY OF WINTER SPRINGS PUBLICWORKS DEPARTMENT 72 HOURS PRIOR TO DIGGING AT THE PROJECT SITE.THE CONTRACTOR SHALL VERIFY ALL EXISTING UTILITY LOCATIONS ANDAGREE TO BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES CAUSED BYHIS FAILURE TO LOCATE AND PRESERVE ANY AND ALL EXISTING UTILITIES,STRUCTURES AND OTHER FEATURES.3.EARTHWORK PERFORMED ADJACENT TO THE CHANNEL SIDE SLOPES SHALL BEPERFORMED IN A MANNER THAT SIDE SLOPES ARE MAINTAINED AT A SLOPENO STEEPER THAN 3 HORIZONTAL: 1 VERTICAL SIDE SLOPE. A STEEPER SIDESLOPE MUST BE APPROVED BY THE CITY'S ENGINEERING CONSULTANT. IF THECITY'S ENGINEERING CONSULTANT APPROVES A STEEPER SIDE SLOPE THAN2.0 HORIZONTAL : 1 VERTICAL, RIPRAP SHALL BE PLACED ON THE SIDE SLOPEFOR STABILIZATION.4.THE CONTRACTOR SHALL REMOVE ONLY SEDIMENTS AND DEBRIS THAT AREBLOCKING THE CONVEYANCE CHANNEL OF THE CREEK. THE CONTRACTORSHALL NOT EXCAVATE BEYOND EXISTING (COMPACTED) CHANNEL SIDESLOPES.5.THE TARGET ELEVATION FOR THE CREEK BED WILL BE EQUIVALENT TO THESURROUNDING CREEK BED ELEVATIONS.6.THE CONTRACTOR SHALL SOD ALL CREEK BANKS ABOVE THE WATER LINEWITH STAKED BAHIA SOD.7.THE CONTRACTOR SHALL RESTORE ALL AREAS AND INFRASTRUCTURE TO ANEQUAL OR BETTER CONDITIONS THAN PRE-CONSTRUCTION CONDITIONS.THIS SHALL INCLUDE, BUT NOT BE LIMITED TO, ANY SIDEWALK, GUARDRAIL,CURB & GUTTER, EXISTING STORM PIPES, RIPRAP PROTECTION, FENCES,MONUMENTS, ETC.8.ALL BRUSH, STRIPPINGS, UNSUITABLE MATERIAL, AND SEDIMENT DEPOSITSSHALL BE DISPOSED OF AT AN APPROVED DISPOSAL SITE AT THECONTRACTOR'S EXPENSE.9.ALL CONSTRUCTION WORK SHALL BE PERFORMED WITHIN THE CITY-OWNEDRIGHT-OF-WAY LIMITS, WITHIN THE CREEK CHANNEL, OR OTHER CITY-OWNEDPROPERTY OR EASEMENT.1.UPON APPROVAL OF THE PROJECT SCHEDULE AND RECEIPT OF THE NOTICE TOPROCEED, THE CONTRACTOR SHALL LOCATE ALL EXISTING UTILITIES,STRUCTURES AND FEATURES WITHIN THE PROJECT AREA.2.INSTALL ALL TEMPORARY EROSION AND SEDIMENT CONTROL DEVICES ANDBEST MANAGEMENT PRACTICES (BMPS).3.REMOVE SEDIMENT AND DEBRIS DEPOSIT(S) AT THE PROJECT SITE.4.HAUL ALL SEDIMENT AND DEBRIS OFF THE JOB SITE.5.INSTALL PERMANENT EROSION CONTROL DEVICES (STAKED SOD, OR RUBBLERIPRAP (DITCH LINING)) ON THE CHANNEL SIDE SLOPE AS NEEDED.6.RESTORE ALL AREAS DISTURBED BY CONSTRUCTION EQUIPMENT TO EQUALOR BETTER THAN PRE-CONSTRUCTION CONDITIONS.7.INSTALL SOD ALONG THE CHANNEL SIDE SLOPES ABOVE THE WATER LINEWITH STAKED BAHIA SOD. THE SOD SHALL BE SAND-GROWN SOD, NOTMUCK-GROWN SOD.8.SOD ALL OTHER DISTURBED AREAS.9.REMOVE EROSION AND SEDIMENT CONTROL DEVICES.FOR EACH SEDIMENT REMOVAL LOCATION:10.CONTRACTOR SHALL USE EXTRA CAUTION AND CARE WHEN WORKINGAROUND AND IN SOME CASES WITHIN EXISTING CONCRETE BOX CULVERTS,CONCRETE ARCH CULVERTS, OR UNDER BRIDGES.THE CONTRACTOR SHALL MAKE THE FOLLOWING SUBMITTALSTO THE CITY FOR APPROVAL PRIOR TO MOBILIZATION:1. THE CONTRACTOR SHALL SUBMIT A SCHEDULE THAT INCLUDES ALL THEPROJECT SITES.2. THE CONTRACTOR SHALL SUBMIT A WORK PLAN FOR EACH ROADWAYCROSSING DESCRIBING THE TYPE OF EQUIPMENT THAT SHALL BE USEDUNDER THE ROADWAY (IF APPLICABLE). CONTRACTOR SHOULD USE HANDGRADING WHERE POSSIBLE TO PREVENT DISTURBANCE TO ALL EXISTINGSTRUCTURES.3. THE CONTRACTOR SHALL SUBMIT AN EROSION AND SEDIMENT CONTROLPLAN TO BE USED FOR EACH PROJECT LOCATION AND SHALL MEET ALLFDEP AND SJRWMD WATER QUALITY REQUIREMENTS. CONTRACTOR SHALLOBTAIN AN NPDES PERMIT FOR THE PROJECT (IF REQUIRED).10.PREPARE AS-BUILT SURVEY.11.AN AS-BUILT SURVEY SHALL BE PREPARED FOR EACH SEDIMENT REMOVALLOCATION (9 TOTAL) THAT INCLUDES A MINIMUM OF FIVE (5) CROSSSECTIONS FOR EACH OF THE NINE (9) SEDIMENT REMOVAL LOCATIONS. THEAS-BUILT SURVEY SHALL BE PREPARED BY AND SIGNED AND SEALED BY AFLORIDA REGISTERED SURVEYOR.205 DATENO.DESCRIPTIONREVISIONSSHEETNO.SEDIMENT REMOVAL PROJECT301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FLORIDA 32708CERTIFICATE OF AUTHORIZATION NO. 27770ENGINEER OF RECORDDAVID HAMSTRA, P.E.FLORIDA REGISTRATION NO. 38652City of Winter SpringsNRCS PROJECTSCITY HALL1126 EAST STATE ROAD 434WINTER SPRINGS, FLORIDA 32708PROJECT MANAGERPHIL HURSH, P.E.EROSION AND SEDIMENT CONTROL PLAN DETAIL2POLLUTION CONTROLS1TURBIDITY BARRIER (FLOATING OR STAKED)ROUTINE MAINTENANCE DURING CONSTRUCTION1.EROSION, SEDIMENT AND TURBIDITY CONTROL SHALL BE MAINTAINED AT ALLTIMES DURING CONSTRUCTION OF THE PROJECT AND SHALL BE REMOVEDBY THE CONTRACTOR AFTER FINAL ACCEPTANCE OF THE PROJECT BY THEOWNER. THESE CONTROL MEASURES ARE ONLY THE MINIMUM REQUIREDAND ADDITIONAL CONTROLS SHALL BE UTILIZED AS NEEDED, DEPENDENTUPON ACTUAL SITE CONDITIONS AND CONSTRUCTION OPERATIONS.2.ALL DISTURBED AREAS WILL BE BROUGHT TO FINAL GRADE, SEEDED ANDMULCHED OR SODDED AS SOON AS POSSIBLE.3.AREAS WHICH MAY ERODE DUE TO SLOPES OR CONCENTRATED RUNOFFDURING CONSTRUCTION WILL BE PROTECTED WITH SILT FENCE OR OTHERALTERNATIVE METHODS.ROADWAY CREEKBANK (TYP)TOP OFTURBIDITY BARRIERINSTALL DOUBLE STAKEDSLOPE (TYP)TOE OF1.THE CONTRACTOR SHALL USE ALL BEST MANAGEMENT PRACTICES (BMPS) TOPREVENT EROSION AND SEDIMENT TRANSPORT FROM THE PROJECT SITE.BMP'S SHALL BE INSTALLED PRIOR TO ANY OTHER CONSTRUCTION ACTIVITIESAND SHALL BE PROPERLY MAINTAINED THROUGHOUT THE DURATION OFCONSTRUCTION.2.EROSION CONTROL AND SEDIMENTATION CONTROL DEVICES SHALL BE INPLACE PRIOR TO BEGINNING ANY DEMOLITION OR CONSTRUCTION. THEYSHALL BE INSTALLED IN ACCORDANCE WITH ALL REGULATORY AGENCYREQUIREMENTS.3.MEASURES SHALL BE TAKEN BY THE CONTRACTOR TO ENSURE THATADEQUATE EROSION AND SEDIMENT CONTROL DEVICES ARE MAINTAINED ATALL TIMES DURING THE PROJECT.EROSION CONTROL206 ATTACHMENT B-2 207 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE: ^_ ^_ ^_^_ ^_ ^_ ^_ ^_ ^_ 2 1 3 4 5 6 7 8 9SheoahCreekGeeCreek N o N a m e C ree k Howell Creek Be ar Cre ek W SR 434 WINTERSPRINGS BL V DNORTHERNWA Y W S R 4 3 4 SSR417TUSKAWILLA RDSR 419 INDEX 0 3,000 SCALE: 1" = 3,000'I CITY OF WINTER SPRINGS, FLORIDAWSC-22005OVERALL LOCATION MAPSEDIMENT REMOVAL PROJECT12/20/2023 LEGEND Parcels Winter Springs City Limits ^_Bridge Sediment Removal Locations Streams/Creeks ID Bridge#Road Crossing Creek 1 775707 Sheoah Boule vard Sheoah Cree k 2 775708 Shepard Road Sheoah Cree k 3 775705 South Edgemon Avenue Gee Creek 4 775715 South Moss Road Gee Creek 5 775714 Hayes Road Gee Creek 6 775703 Northern Way (South)Howell Cre e k 7 775711 Wi nte r Spri ngs Boul e vard Howell Cre e k 8 775709 Northern Way (North)Howell Cre e k 9 775712 Wi nte r Spri ngs Boul e vard Bear Creek 208 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(602 604 606 523 522 524 526 528 530 525 620 622 600 SHEOAHC R E E K SHEOAH BLVDSH ANECIRN IG H T H A W K C I R 2 1 LOCATION 1 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005SHEOAH BOULEVARDSHEOAH CREEKWest of Sheoah Boulevard roadw ay crossing(facing south), remove sediment deposit East of the Sheoah Boulevard roadwaycrossing (facing southeast), clear from debris !¢!(1 !¢!(2 209 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!( 633 635 637 639 640 642 632 704 705 706 707 708 709 710 S H E O A H C R E E K S H E P A R D R DGLASGOW CTMARNIDR1 2 3 LOCATION 2 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005SHEPARD ROADSHEOAH CREEKEast side of the Shepard Road Bridge (facing North),remove sediment deposit West o f th e Sh epard Road Brid ge (facin g w est),clear from debris and sedim ent East of the Shepard Road Bridge (facing northeast),remove sediment deposit !¢!(1 !¢!(2 !¢!(3 210 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!(202 612 614 616 611 613 615 113 112 201 602 604 606 601 605 203 607 G e e C r e e k GeeCreekS E D GE MON AVEE L D E R W O O D S T 1 2 3 LOCATION 3 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005SOUTH EDGEMON AVENUEGEE CREEKEast of the S outh Edgem on Avenue Roadway C rossing (facing southwest),remove sedim ent deposit from creek and under roadway crossing East of the South Edgemon Avenue Roadway Crossing (facing west),remove sediment deposits from creek and under the roadway crossing West of the South Edgemon Avenue Roadway Crossing (facing north),remove sediment deposits from creek and under the roadway crossing !¢!(1 !¢!(2 !¢!(3 (3) 12' x 4' REINFORCEDCONCRETE B OX C ULVERTS(SEE NOTE 1) NOTE:1. THE EXISTING CULVERT DIMENSIONS WERE OBTAINED FROM THE FLORIDA BRIDGE INFORMATION, 2023 3RD QUARTER REPORT.211 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!( MOSSPARK 405 407 409 411 413 304 306 308 310 312 314 GeeCr eekGeeCreekGeeCreekSMOSSRDBOXWOODCIRDOL P HI N RD 1 23 LOCATION 4 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005SOUTH MOSS ROADGEE CREEKWest of the South Moss Road Roadway Crossing (facing north),remove sediment deposit from creek and under roadway crossing East of the South Moss Road Roadway Crossing (facing west),remove sediment deposit under roadway crossing East of the South Moss Road Roadway Crossing(facing east), rem ove sediment deposit from creek !¢!(1 !¢!(2 !¢!(3 (2) 24' x 5' REINFORCEDCONCRETE ARCH CULVERTS(SEE NOTE 1) NOTE:1. THE EXISTING CULVERT DIMENSIONS WERE OBTAINED FROM THE FLORIDA BRIDGE INFORMATION, 2023 3RD QUARTER REPORT.212 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!(599 601 603 602 29 30 31 33 34 35 604 606 608 45 55 602 604 218 178 180 181 182 183 G e e C r e e k Gee CreekHAYESRDA L T O N R D ELAVISTADR1 2 3 LOCATION 5 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005HAYES ROADGEE CREEKEa st of the Hayes Road Bridge (facing no rth), rem ovesediment deposit from creek and under roadway crossing Ea st of the Hayes Road Bridge (facing west), rem ovesediment deposit from creek and under roadway crossing East of the Hayes Road Bridge (facing south), removesediment deposit from creek and under roadway crossing !¢!(1 !¢!(2 !¢!(3 (1) 28' x 7' REINFORCEDCONCRETE ARCH CULVERT(SEE NOTE 1) NOTE:1. THE EXISTING CULVERT DIMENSIONS WERE OBTAINED FROM THE FLORIDA BRIDGE INFORMATION, 2023 3RD QUARTER REPORT.213 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE: !¢!( !¢!(!¢!(936 1219 1141 1140 1142 1022HowellCreekHowellCreekN O R T H E R N W AYDAPPLEDELMLN ARABIANAVEHOW ELLCREEKDR1 23 LOCATION 6 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005NORTHERN WAY (SOUTH)HOWELL CREEKNortheast of the Northern Way Bridge (South) (facing north),re mo ve sed im ent de posit from cre ek an d u nder th e b ridge Northeast of the Northern Way Bridge (South) (facing east),no sediment deposits on the east bank. So uth west of the Northern Way Bridge (South)(facin g sou thw est), n o se dim ent d eposits. !¢!(1 !¢!(2 !¢!(3 214 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!(14371439 14411443 1445 1447 1449 1451 1444 1551 1435 1437 795 797 799 800 1400139613921388 HowellCreekHowellCreekWINTERSPRINGSBLVD CREEKSIDE CIR 1 2 3 LOCATION 7 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005WINTER SPRINGS BOULEVARDHOWELL CREEKSo uth of the W inter Spring Bouleva rd Bridg e (facin g sou th ),no sediment deposits North of the W inter Spring Boulevard Bridge (facing w est),re mo ve sed im ent de posits from u nder th e b ridge North of the W inter Spring Bouleva rd Bridg e (facin g n orth ),no sediment deposits !¢!(1 !¢!(2 !¢!(3 215 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!(BLACKBEARCTMT LAUREL DRN O R T H E R N W A Y 1509 1466 1464 1466 1468 HowellCreekHowellCreek1 2 3 LOCATION 8 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005NORTHERN WAY (NORTH)HOWELL CREEKSo uth of the No rthern Way Bridge (North) (facin g n orth),remove sediment deposit South of the Northern Way (North) Bridge (facing south),remove sediment deposit North of the Northern Way (North) Bridge (facing north),remove sediment deposit !¢!(1 !¢!(2 !¢!(3 216 301 WEST STATE ROAD 434, SUITE 309WINTER SPRINGS, FL 32708TEL: 407-992-9160 ● FAX: 407-358-5155WEB: WWW.PEGASUSENGINEERING.NETJOB NO.:DATE:!¢!(!¢!(!¢!(1245 1102 1104 1106 1634 Bear Cr e ekB e a r Cr e ekNORTHERN WAYWINTERSPRINGSBLVD SUPERIORCT3 1 2 LOCATION 9 SCALE: 1" = 60' 12/20/2023 0 60 Approximate extentof Sedimentand Debris Removal I SOURCES:AERIAL: FDOT (2021)WINTER SPRINGS, FLORIDAWSC-22005WINTER SPRINGS BOULEVARDBEAR CREEKNorth of the W inter Springs Boulevard Bridge (facing north),remove sediment deposit North of the W inter Springs Bo ulevard Bridg e (facing sou th),re mo ve sed im ent de posits South of the W inter Springs Boulevard Bridge(facing northwest), remove sediment deposits !¢!(1 !¢!(2 !¢!(3 217 ITB # 12-23-08 PH Creek Sediment Removal Services Appendix C- BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Dollars ($ ) 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: Creek Sediment Removal Services 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. 218 ITB # 12-23-08 PH Creek Sediment Removal Services IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of , 2024, 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. (Principal) (Seal) (Title) (Address) (Surety) (Seal) (Title) (Address (Witness) 219 ITB # 12-23-08 PH Creek Sediment Removal Services Appendix D – PERFORMANCE BOND FORM Bond No. __________________ BY THIS PERFORMANCE BOND, We ___________________, as Principal, whose address is ____________________________________ and telephone number is ______________ and ____________________, as Surety, whose address is ________________________________ and telephone number is _________________are bound to the City of Winter Springs, a Florida municipal corporation, as OWNER, whose address is 1126 E. State Road 434, Winter Springs, Florida 32708 and telephone number is 407-327-1800, in the initial sum of $ ______________________________ (110% of Contract Price), or such greater amount as the Contract may be adjusted from time to time in accordance with the Contract between the Principal and OWNER) (the “Penal Sum”). WHEREAS, the Principal has executed a contract with the OWNER, dated ______________, for the Creek Sediment Removal project in the City of Winter Springs, Seminole County, Florida (the “Project”); and WHEREAS, the OWNER has required the Principal to furnish a performance bond in accordance with law and as a condition of executing the Contract with Principal; and WHEREAS, this bond is being entered into to satisfy the requirements of Section 255.05(1), Florida Statutes and the Contract referenced above, as the same may be amended, and additionally, to provide common law rights more expansive than as required by statute. NOW THEREFORE, the Surety and the Principal, both joint and severally, and for themselves, their heirs, administrators, executors, successors and assigns agree as follows: 1. CONTRACT INCORPORATED; SURETY AND PRINCIPAL BOUND FOR FULL PERFORMANCE. The Contract is incorporated by reference and made a part of this bond. The Surety and the Principal are bound for the full performance of the Contract including without exception all of the Contract Documents (as defined in the Contract) and all of their terms and conditions, both express and implied. Without limiting the Principal’s and Surety’s obligations under the Contract and this bond, the Principal and Surety agree: A. Promptly and faithfully perform their duties and all the covenants, terms, conditions, and obligations under the Contract including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and B. Pay OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys’ fees under sections 627.428 or 627.756, Florida Statutes, including costs and attorney’s fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Contract, and C. Satisfy all claims and demands incurred under the Contract, and fully indemnify and hold harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so. 2. OWNER’S AFFIDAVIT OF CONTRACTOR BREACH OR DEFAULT. If the OWNER shall provide to Surety the written affidavit of the OWNER stating that the Principal is in breach or default of the Contract, and that such breach or default remains uncured by the Principal, then upon delivery of such affidavit to the Surety in the method for providing notices as set forth in Paragraph 7 below, Surety must promptly notify the OWNER in writing which action it will take as permitted in Paragraph 3. 3. SURETY’S OBLIGATION UPON DELIVERY OF OWNER’S AFFIDAVIT OF CONTRACTOR’S BREACH OR DEFAULT. Upon the delivery of the OWNER’s affidavit of breach or default by the Principal as provided in Paragraph 2 above, the Surety may promptly remedy the breach or default or must, within ten (10) days, proceed to take one of the following courses of action: 220 ITB # 12-23-08 PH Creek Sediment Removal Services A. Proceed Itself. Complete performance of the Contract including correction of defective and nonconforming Work through its own CONTRACTORs or employees, approved as being acceptable to the OWNER, in the OWNER’s sole discretion, provided, however, that OWNER’s discretion in approving the Surety’s CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the Contract and is not affiliated in any way with the Principal. During this performance by the Surety, the OWNER will pay the Surety from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. During this performance by Surety, any payment bond required under the Contract must remain in full force and effect; or B. Tender a completing CONTRACTOR acceptable to OWNER. Tender a CONTRACTOR, together with a contact for fulfillment and completion of the Contract executed by the completing CONTRACTOR, to the OWNER for the OWNER’s execution. OWNER’s discretion to approve Surety’s completing CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the contract and is not affiliated with the Principal. OWNER’s discretion to approve CONTRACTOR as the completing CONTRACTOR and to approve the tendered contract shall be in OWNER’s sole and absolute discretion. Upon execution by the OWNER of the contract for fulfillment and completion of the Contract, the completing CONTRACTOR must furnish to the OWNER a performance bond and a separate payment bond, each in the form of those bonds previously furnished to the OWNER for the Project by the Principal. Each such bond must be in the Penal Sum of the full cost to complete the Contract. The OWNER will pay the completing CONTRACTOR from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. To the extent that the OWNER is obligated to pay the completing CONTRACTOR sums which would not have been due and payable to CONTRACTOR under the Contract (any sums in excess of the then remaining Contract balance less any sums due the OWNER under the Contract), the Surety must pay the OWNER the full amount of those sums at the time the completing CONTRACTOR tenders an invoice to the OWNER so that the OWNER can utilize those sums in making timely payment to the completing CONTRACTOR; or C. Tender the Full Penal Sum. Tender to the OWNER the full Penal Sum of the performance bond. The OWNER will refund to the Surety without interest any unused portion not spent by the OWNER procuring and paying a completing CONTRACTOR or completing the Contract itself, plus the cost allowed under Section 4, after completion of the contract for fulfillment and completion of the Contract and the expiration of any applicable warranties; or D. Other Acts. Take any other acts mutually agreed upon in writing by the OWNER and the Surety. E. IT SHALL BE NO DEFENSE TO SURETY’S OBLIGATION TO UNDERTAKE ONE OF THE PRECEDING COURSES OF ACTION THAT THE PRINCIPAL CONTENDS THAT IT IS NOT IN BREACH OR DEFAULT OF THE CONTRACT, OR THAT THE NOTICE OF BREACH OR DEFAULT WAS DEFECTIVE, OR THAT THE PRINCIPAL HAS RAISED ANY OTHER CLAIM OF DEFENSE OR OFFSET, PROVIDED ONLY THAT THE SURETY HAS RECEIVED THE AFFIDAVIT OF THE OWNER AS SPECIFIED IN PARAGRAPH 2. 3. SURETY’S ADDITIONAL OBLIGATIONS. In addition to those duties set forth herein above, the Surety must promptly pay the OWNER (i) all losses, costs and expenses resulting from the Principal’s breach(es) or default(s), including, without limitation, fees (including attorney’s fees pursuant to sections 627.428 or 627.756, Florida Statutes and related costs), expenses and costs for architects, ENGINEERs, consultants, testing, surveying and attorneys, plus (ii) liquidated or actual damages, whichever may be provided for in the Contract, for lost use of the Project, plus (iii) re-procurement costs and fees and expenses, plus (iv) costs incurred at the direction, request, or as a result of the acts or omissions of the Surety; provided that in no event shall Surety’s liability exceed the Penal Sum of this Bond. 4. 221 ITB # 12-23-08 PH Creek Sediment Removal Services 5. SURETY’S WAIVER OF NOTICE. The Surety waives notice of any Modifications to the Contract, including changes in the Contract Time, the Contract Sum, the amount of liquidated damages, or the work to be performed under the Contract. 6. NO THIRD-PARTY BENEFICIARIES. The Surety provides this performance bond for the sole and exclusive benefit of the OWNER and OWNER’s heirs, administrators, executors, successors and assigns. No other party, person or entity has any rights against the Surety. 7. METHOD OF NOTICE. All notices to the Surety, the Principal or the OWNER must be given by Certified Mail, Return Receipt Requested, to the address set fourth for each party below: SURETY: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ PRINCIPAL: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ OWNER: The City of Winter Springs Attention: Phil Hursh, Acting City Manager 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-5957 with a copy to: Anthony A. Garganese, City Attorney Brown, Garganese, Weiss & D’Agresta, P.A. 111 N. Orange Avenue, Suite 2000 Orlando, Florida 32802 (407) 425-9566 8. STATUE OF LIMITATIONS. Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the Contract (including any warranty period) has not run or expired or within three (3) years following Final Completion of the Contract (including any warranty period) and acceptance of the Work performed under the Contract by the OWNER, whichever is longer. 222 ITB # 12-23-08 PH Creek Sediment Removal Services 9. RECITALS. The recitals contained in this Performance Bond are incorporated by reference herein and are expressly made a part of this Performance Bond. 10. GOVERNING LAW. This performance bond shall be governed by, and construed in accordance with, the laws of the State of Florida without regard to its conflict of laws provisions. 11. VENUE. In the event any legal action shall be filed upon this performance bond, venue shall lie exclusively in the Circuit Court for Seminole County, Florida. 12. MISCELLANEOUS. A. The Surety agrees that this performance bond shall afford the OWNER with all of the protections and rights afforded under Florida Statutes and under common law. B. This performance bond is issued in addition to any other bond or warranty required under the Contract including, but not limited to, any labor and materials payment bond and maintenance bond. Each bond issued under the Contract shall be construed as separate and distinct from each other. C. In the event that the Surety fails to fulfill its obligations under this performance bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys’ fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety’s failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this performance bond. D. This performance bond shall remain in full force and effect until such time all the work, labor and materials under the Contract have been performed or provided to the OWNER’s complete satisfaction, through the expiration of all warranty periods. 223 ITB # 12-23-08 PH Creek Sediment Removal Services Principal Surety _______________________________ ____________________________________ (Typed Firm Name) (Typed Firm Name) _______________________________ ____________________________________ (Seal) (Seal) By:____________________________ By:_________________________________ (Signature) (Signature) _______________________________ ____________________________________ (Printed Name) (Printed Name) ________________________________ ____________________________________ (Title) (Title) ________________________________ ____________________________________ ________________________________ ____________________________________ (Address) (Address) ________________________________ ____________________________________ (Date of Execution) (Date of Execution) 224 ITB # 12-23-08 PH Creek Sediment Removal Services Appendix E – NOTICE OF AWARD TO: (BIDDER) _________________________________________________ PROJECT NAME: ITB # 12-23-08 PH Creek Sediment Removal Services The CITY has considered the BID submitted by , for the above described WORK in response to the Advertisement for Bids dated December 29, 2023 and Instructions to Bidders. You are hereby notified that your BID has been accepted and the total amount of the contract award is $ _______________________. You are required by the Instructions to Bidders to execute the Agreement and certificates of insurance and payment and performance bond within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said certificate of insurance within ten (10) calendar days from the date of this Notice, the CITY will be entitled to consider all your rights arising out of the CITY’s acceptance of your BID as abandoned and your BID BOND shall be forfeited. The CITY will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the CITY. Dated this day of , 2024. CITY: By:_______________________________ Philip Hursh Title: Interim CITY Manager ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by this the ___________ day of , 2024. By: __________ Title: __________ 225 ITB # 12-23-08 PH Creek Sediment Removal Services Appendix F – NOTICE TO PROCEED TO: EFFECTIVE DATE OF THE NOTICE TO PROCEED: PROJECT: ITB # 12-23-08 PH Creek Sediment Removal Services You are hereby notified to commence WORK in accordance with the Agreement dated , 2024. In accordance with the Agreement, WORK shall commence within 10 days of the date of this Notice to Proceed and shall be complete within _______________consecutive calendar days from the effective date of this Notice to Proceed. The final completion of all WORK is therefore ______________ . CITY: By: _________________________________________ Philip Hursh Title: Interim CITY Manager ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by this the _day of _______________, 2024. By: _______ Title: ________ 226 QUESTION RESPONSE Permits obtained to date? The City's consultant (Pegasus) shall secure the SJRWD4:E17MD Emergency Field Authorization and shall provide a copy to the contractor prior to the start of construction. All other permits are the responsibility of the Bidder. Geotech or existing soil type(s)?No geotechnical investigation was performed to determine the soil type(s). Soil calcs to determine bid quantity? Quantities of soil to be removed were based on field measurements of the polygons depicted areas on the Figures. They should be verified by the bidders. Have liquidated damages been specified?No Is there a pre-bid meeting for the work?No, location information has been provided for vendors to assess sites on their own. When are typical high water period(s)? Based on review of the USGS NWIS Gage 02234344 for 2023, the Howell Creek water levels were seasonally higher than average from approximately June to November and peaked due to storm events. What is typical added water level determination? There are stream water level and flow gages located at Howell Creek and State Road 434 (USGS NWIS Gage 02234344) and at Gee Creek and State Road 434 (USGS Gage 02234400). For information on creek water level fluctuations, please visit maps.waterdata.usgs.gov/mapper/index.html. When does the City expect the work to be performed? The hours of work are stated in the bid document, the vendor should state how long they expect the work to take. What is the City's budget or preliminary estimate?No budget or estimate established. Would the City be interested in hydraulic dredging? The City and Engineer (Pegasus Engineering) are willing to review various means and methods for sediment removal if all the required conditions in the bid documents and the SJRWMD requirements are able to be met including, but not limited to, access, disposal, erosion control, maintenance of traffic, and minimal disturbance. Why do the spoils need to be landfill disposed? As stated in the bid document "All excess excavation and other removed materials are the responsibility of the Bidder" and the Bidder is required to comply with all applicable regulations and requirements. Would the City consider taking the spoils? As stated in the bid document "All excess excavation and other removed materials are the responsibility of the Bidder" and the Bidder is required to comply with all applicable regulations and requirements. Where are the closest tide stations? Since these creeks are not tidally influenced, there are no nearby tide stations. However, there are stream water level and flow gages located at Howell Creek and State Road 434 (USGS NWIS Gage 02234344) and at Gee Creek and State Road 434 (USGS Gage 02234400). You can visit waterdata.usgs.gov for detailed creek water levels and flow data. Is the contract lump sum or field measure? Appendices A (Bid Form) and B (Measurement and Payment Section) define the criteria and quantity to be billed. Additional charges must be pre-approved and billed at rates consistent with those defined in Appendices A and B. Are Davis Bacon rates applicable?No What is the retainage percentage? As a matter of practice the City does not have a retainage percentage, the only time we retain funds is due to unsatisfactory work or failure by a contractor to pay subcontractors How quickly does the City typically pay? The City is governed by the Florida prompt payments regulations and provided all work is consistent with the requirements and properly documented, payments are made 30 days after approval. What is the amount of the Bid Bond?The standard bid bond in the State of Florida is 5% of the bid value Are we able to temporarily use this area (I circled in the attachment) for spoils? It appears to be either county or city land ROW. It would help in economizing the haul away of spoils not only at Location 7, but others in the area as well. The City conditionally approves the use of the City-owned property adjacent to Winter Springs Boulevard at Howell Creek (refer to the attached Figure) for use by the contractor for staging and spoil piles. Prior to construction, the contractor shall submit an erosion control plan for approval by the City, which shall address sediment transport onto the roadway and surrounding any spoil piles. The contractor shall not block the driveway access to the lift station. The contractor shall restore the area to equal, or better condition following use during construction. The cost of all restoration shall be included in the contractor’s bid price. No additional fees will be paid by the City for site restoration. Refer to Attached Map ITB 12-23-08 BI Creek Sediment Removal - Addenda 1 - Questions Log Expand to 125% to make it more readable 227 Howell CreekCity of Winter SpringsLift StationAcceptable StagingArea228 City of Winter Springs - Purchasing Department 1126 East State Road 434  Winter Springs, FL, 32708-2715 ITB - Invitation to Bid Creek Sediment Removal Services ITB -ITB 12-23-08 PH-0-2023/SM City Commisioners of the City of Winter Springs request that interested parties submit formal  sealed bids/proposals for the above referenced bid.   Scope of Work: Remove and dispose of excess sediment from creek beds in the City as detailed in the Bid Document, Scope of Work.   Ordering Instructions: This package can be downloaded from DemandStar Corporation on our  website at https://www.demandstar.com.    Document Cost: ,plus shipping for delivered hard copies; $5.00 for electronically downloaded  documents for DemandStar members without subscriptions that include the City of Winter Springs in their subscription service territory.    Bid Bond: Yes   Due Date/Time: 2/9/2024 2:00:00 PM Eastern City of Winter Springs - Purchasing Department  must receive bids no later than said date and  time. Bids received after such time will be returned unopened. Sealed bids will be publicly opened  in the City Commision Chambers at Winter Springs City Hall.     NOTE: ALL PROSPECTIVE BIDDERS/RESPONDENTS ARE HEREBY CAUTIONED NOT  TO CONTACT ANY MEMBER OF THE CITY OF WINTER SPRINGS STAFF OR  OFFICIALS OTHER THAN THE SPECIFIED CONTACT PERSON.    The City of Winter Springs reserves the right to accept or reject any or all bids, with or without  cause, to waive technicalities or to accept the bid, which in its judgment, best serves the interest of  the City.    Contact: STUART MACLEAN PROCUREMENT MANAGER Phone: 4073275959  PUBLISH City of Winter Springs Website 12/28/2023 PUBLISH Orlando Sentinel 12/28/2023 DemandStar Corporation 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 AdditionalResponses to ITB#12-23-08PH from the following: 1. Bayside Dredging 2. Cathcart Construction Company - Florida, LLC 3. GRSC, Inc. 4. TSI Disaster Recovery, LLC 5. US Commercial Diving 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 372 373 374 City of Win ter Spring s, Florida 1126 East St ate Road 434 Winter Springs, Florida 32708 INVITATION TO BID CREEK SEDIMENT REMOVAL SERVICES (Includes Removal and Disposal) 1TB #12-23-08 PH Date: December 29, 2023 The purpose of this Invitation To Bid {1TB) is to solicit formal written Bids from experienced individuals, corporations, partnerships and other legal entities (Bidder). The City of Winter Springs, FL (CITY) is seeking to obtain the Services of a qualified vendor(s) to perform Creek Sediment Removal and Disposal Services, hereinafter Creek Sediment Removal Services, consistent with the specifications detailed in herein; or as detailed in Appendix B Sealed Bids will be received by the City of Winter Springs (CITY) Procurement Department, located at: Winter Springs City Hall, 1126 East State Road 434 Winter Springs, Florida 32708 Attention Procurement Manager Until February 09, 2024, 2:00pm local time for /TB# 12-23-08 PH Creek Sediment Removal Services Bid s shall conform to the requirements outlined in the Invitation To Bid. The CITY reserves the right to reject any and all offers and to waive minor informalities. The CITY issues this 1TB for the project requirements defined herein, in order to select a Bid(s) for further contract negotiations and selection by the CITY may not necessarily result in the formati on of a contract. Bidder shall submit their Bids to this 1TB by: providing one (1) original, marked as such , three (3 ) copies, marked as such and one (1) electronic copy of your Bid to this office by the date and time indicated a bove. The outside of your package must be clearly labeled with the 1TB number, title, opening date and time, and the name and address of the Bidder. The CITY is not re sponsible for submittals via postal or mail courier services, receipt by the pos t office or mail courier prior to the deadline does not constitute meeting the CITY'S receipt deadline stated abov e. Offers received after February 09, 2024 at 2:00 p.m., will be rejected. De adlin e for questions is January 24, 2024 1:00pm local time An Add e nda will be issued and posted to Demand Star by 2:00pm on January 26, 2024 if questions are received and require clarification for all Bidders . If you have any questions regarding this Invitation To Bid, please con t act: Stuart Maclean, Procurement Manage r , at {407) 327-7581, or via email at sm aclean@winte rspringsfl .org 1TB # 12-23-08 PH PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www .de mandstar .com or https ://www. wintersp ri ngsfl.org/ rfps Creek Se diment Rem ov al Se rvi ces 375 MANDATORY BID FORMS ■ Form 1 -Bidder Information and Acknowledgement Form ■ Form 2 -Reference Information Form • Form 3 -Insurance Requirements Form ■ Form 4 -Scrutinized Company Certification ■ Form 5 -Non-Collusion Affidavit of Prime Bidder • Form 6 -Drug Free Workplace Form • Form 7 -Public Entity Crimes Statement ■ Form 8 -Debarment, Suspension etc. Certification ■ Form 9 -E-Verify Statement ■ Form 10 -Conflict of Interest Statement • Form 11 -SMWBE Utilization Plan • Form 12 -Byrd Anti-Lobbying Act Certification Appendix A Bid Tabulation Worksheet Appendix C Bid Bond Form Mandatory forms must be submitted with the proposal. Failure to submit forms will disqualify the Bidder from the 1TB Appendix B Appendix D Appendix E Appendix F Project Specifications (Includes Attachments B-1 & B-2) Performance Bond Form Notice of Award Notice to Proceed ** These appendices do not need to be returned as a Mandatory Form** 1TB # 1 2-23-08 PH Cr eek Sed iment Remova l Services 376 BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM For 1TB # 12-23-08 PH Creek Sediment Removal Services The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated. IT IS THE BIDDER'S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA 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 Bid. If not submitted, Bidder will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. BIDDER NAME: GRSC, INC. TAXID#SNNorEIN: 'ts 0!>~ 4(£5 -~~---~--~~-------------------- BIDDER ADDRESS: 1643 N.W. DOVE COURT STUART, FLORIDA 34994 ------------------------------- PURCHASE ORDER ADDRESS: 1643 N.W. DOVE COURT, STUART, FLORIDA 34994 PHONE NUMBER: 904-521-0798 ------------------------------- COMPANY WEBSITE: GR SC INC.NET ------------------------------- COMPANY CONTACT (REP): GAYNAM RACKSTRAW _________ __c..c...._ ___________________ _ CONTACT EMAIL ADDRESS: -~N~E~F=L .... @;,,.cG~R=S~C'-"'-l~N=C'--'-'.N'--'-=E_,_T ________________ _ THE UNDERSIGNED: A. B. C. D. Acknowledges receipt of: 1. 1TB # 12-23-08 PH A Pertaini ng_lA JJeek Sedim Addenda Number __ !J.._~ Dated 'LJ.,_J't . Addenda Number ____ Dated 1 . Has examined the site and all lTB Documents and understand s that in submitting its Bid, they waive all right to plead any misunderstanding r egarding the same. Agrees: 1. 2. To hold this Bid open for 90 calendar days after the bid opening date. To furni sh the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in compliance with the 1TB Documents. 3. To accept the provis ions of the In stru ctions t o Bidders. 4. To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid. 5. To accomplish the work in accordance with the contract documents. Certifies: 1. 2. That all information contained in this Bid is truthful to the best of my knowledge and belief. That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, wi lling, and able to perform if awarded the Bid. Stipulated Amount A. Submit on Cost Proposal Worksheet, Appendix A. 1TB # 12-23-08 PH Creek Sed iment Removal Services 377 REFERENCE INFORMATION FORM 1TB # 12-23-08 PH Name: Creek Sediment Removal Services Organization: CITY OF ALTAMONTE SPRINGS --------------------------- APRIL DAVIS Contact Person: ------=----------------------- Ad d r ess: d ~ ~ N (,CJ kV r ) (?c rt /lv { ')v'l, -=A-L_T_A_M_O_N_T_E----'S-=P=R"-l..::::~_,e__-1,:c....J--E-I -Q.....:R__;_ID~A--'---'=---z-ip-: -J-J -✓~-/----- City: Pho n e Num b er: ( 4()7 ) i 7 /-'9 3 ~0 --'---'-------'-------------------- Project Cost : ------"'$_,_1 =-24..,_,,.=..00=0=----Date Performed: 8/23-10/23 -------- Orga ni zation : -~_v_lt_c:,_~____._f--'-()_v_f ______________ _ ----Co ntact Person: 0'4Je;,/'\ f111 r ~,'/]1,'1-___ _____;:........_ _ __.:._--=---'----=---..::...=:......:'----------------- Ad d ress: ---=-/ __,/ 6..,_£_/ -...L..0 -#--4v'/C-l-/:-__._f ,LM.b'--->,4:...q,;.q,,?{/~r.....:_f _________ _ B. fiv,.r5 St ate: Fl- I City: Ph one Number: ---'-( -~ __,3f~)-~__._1------><-J./----"J__,_t/ __________ _ Project Cost : _ _,_y;=i..__t.='1...c.j __ _ I Date Perform ed : l..01 Y (ll/1.. ( Organization : _....,.Dd---'.'-------'lC...:........ _ffJ...!....Wo'--'c----=---f-"'-o-..J'1'------------------- Co ntact Person : --'i=-'1.!__.r. _11..:..,_l/.ie....f-=..'1 _-+f]--'-'1,::!...!._/j"-[\...i.__:::_0 ---=./4--;l. J➔•..!:~:...::e~::......_ ____________ _ Address: __.__I o"'----'S>o!e._'tt-+{--1-=fb=-=~:..+----=c.=-----,A1-1c.C----'C,..!-l.tt---'----C~~·x _,/'1'--L.<,'-'-"· h.,,~~~1L!!!.vi__,,_-' J :..___ __ Ff /l YtO Sta t e: Ft--Zip: 55 t::J'(( , I .f_ City: Phone Number: ----'-( _c__"_6 ----'-1 )__::_;)....::_d'--=-r _c__;)_--"'-b--'/ ():..__ __________ _ Projec t Cost : --IY'-"-=-,.~'-=--'v:....:,~:::::.___ Date Performed : //'i. r,,':J ____..e._..::.......,::~---- Bidder Representat ive r t± 1_..1:._ Typed Name/Title: -i---'~::........---;'(l,....,_t}a.-'----'-l\"---',__J-7 m!i~----=-l1.:...'t,._~ ___________ _ Bidder Rep rese ntative Signature: -----"""'~--=---+-="---------------------- Bidder: _ _____,.{;..____.g~J._,4._.,.Hfr-c--:--{_-• ___________ _ 1TB # 12-2 3-08 PH Creek Se d im ent Removal Services 378 Insurance Type Worker's Compensation Employer's Liability Commercial General Liability (Occurrence Form) patterned after the current ISO form Indemnification Automobile Liability O Other INSURANCE REQUIREMENT FORM Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits $1,000,000 each accident, single limit per occurrence $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. To the maxi mum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and ho ld harmless City of Winter Springs, its officers and employees from any and a ll liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralega ls' fees, to the extent caused by the negligence, recklessness , o r int entio nal wrongful conduct of the Contractor/Vendor/Consultant or anyone em plo yed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. Thi s indemnificatio n 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 no t pertain to any in cident arising from the sole negligence of the City of Winter Springs. $ I ,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Bidder shall ensure that all subcontractors comply wi th th e same insurance re quirements that it is required to meet. The same Bidder s ha ll provide the CITY with certificates of insurance meeting the r eq uired insurance provisions. The City of Winter Springs must be named as "Additional Insured" o n th e In surance Certificate fo r Co mmerci al General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty (30) days cancellatio n notice required . The undersigned Bidder agrees to obtain, prior to award, if selected, insurance as stated above. GRSC, INC Bidder Authorized Signature PRESIDENT Officer Title 02/08/2024 Date 1TB # 12-23-08 PH Creek Sediment Removal Services 379 GRSCINC-01 CANHAML ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) ~ 12/29/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER 21?~!!\CT Dianne Klaus Insurance Office of America F..tJ8,N~o,Ext): (561) 721-3746 I FAX Abacoa Town Center (A/C, No): 1200 Universi~ Blvd, Suite 200 Jupiter, FL 33 58 i~n'll~""· Dianne.Klaus®ioausa.com INSURER/SI AFFORDING COVERAGE NAIC# INSURER A: GuideOne National Insurance Comoanv 14167 INSURED 1NsuRER s: Auto-Owners Insurance Compan_y 18988 GRSC, Inc. INSURER c: Burlinaton Insurance Comoanv 23620 1643 NW Dove Ct. INSURER D : Florida Citrus Business & Industries Fund 15764 Stuart, FL 34994 INSURER E: Federal Insurance Comoanv 20281 INSURER F : COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES O F INSURANCE LI STED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WH ICH THIS CERTIF ICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. l~f: TYPE OF INSURANCE -';'.l,)JlnL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS WVD IMM/DDIYYYYI 1/MM/nn=, A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 ,000,000 1--□ CLAIMS-MADE 0 OCCUR DAMAG E TO RENTED 100,000 563000766-01 1/1/2024 1/1 /2025 <>Rl'Ml<:l'<s (Ea $ ~ MED EXP (Anv one oersol))_ $ 5 ,000 1--PERSONAL & ADV INJURY $ 1,000,000 2,000,000 GEN'L AGGREGATE LIM IT APP LIES PER: GENERAL AGGREGATE $ Fl POLICY !XI ~f8r □ LOG PRODUCTS • COMP/OP AGG $ 2,000,000 OTHER : $ 8 AUTOMOBILE LIABILITY COMBINED SINGLE LI MIT 1,000,000 t l=~ ~l"'r 1r1Qn,, $ X ANY AUTO 5265132900 12/23/2023 12/23/2024 BODILY IN JURY (Per_11_erson_l s I--OWNED r--SCHEDU LED ~ AUTOS ONLY r--AUTOS BODIL y INJURY {Per acc ident) s HIRED ~ara-m1~ Ft.7~t.ffa~t~AMAGE s I--AUTOS ONLY $ C UMBRELLA LIAB MOCCUR EACH OCCURRENCE $ 3,000,000 t-- 852BE02450-03 1/1/2024 1/1/2025 3 ,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED I I RET ENTION s $ D WORKERS COMPEN SATION X I ~ffTUTE I I ~~H-AND EMPLOYERS' LIABILITY Y/N 10662385-2023 1/1/2024 1/1/2025 1 ,000,000 ANY PROPRIETOR/PARTNERIEXE CUTJVE CT] E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA 1,000,000 (Mandatory In NH) E.L. DISEASE· EA EMPLOYEE $ i~it~ftfi~~ ~~~PERATIONS be low E.L. OtSEASE -POLICY LIMIT $ 1,000,000 E Equipment Floater 145473085 1/27/2023 1/27/2024 Rented/Leased Equipt 632,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHI CLES (ACORD 101, Additional Remarks Schedule , may be attached If more space Is required I CERTIFICATE HOLDER AC Quality Electric 12073 NW 1st Street ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF , NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRES ENTATIVE 7 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 380 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company i s 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 Bidder is on the Scrutinized Companies that Boycott Israel Li st, 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 re newing such contract, the company: Is on the Scrutinized Companies with Act ivities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473; or Is engaged in bu siness operations in Cuba or Syria . Subject to limited exceptions provided in state law, the CITY will not contract for the provision of go ods or serv ices w ith any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited busine ss operations. The following shall be grounds for termination of the contract at the option of the awarding body : a. The Bidder is found to have submitted a fals e certification; been placed on the Scrutinized Companies with Activities in Sudan List or th e Scrutinized Companies with Activities in the Iran Petroleum Energy Sector list; b. Been placed on the Scrutinized Companies that Boycott Israel List or c. Is en gaged in a bo ycott of Isra el; or d. Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the Bidder of any determi nation conc erning a false certification. a. The Bidder shall ha v e five (5) days from receipt of notice t o refute the false certification allegation. b. If such false ce rtification is discovered during the active contract term, the Bidder shall have ninety (90) da ys following receipt of the notice to respond in writing and d e monstrate that the determ i nation of false certification was made in error. c. If the Bidder d oes not demonstrate that the CITY 's determination of false certification was made in erro r then the CITY shall have the rig ht to terminate the contract and seek civil r emedi es pursuant to Section 287.135 , Florida Statutes. 1TB 11 12-23-08 PH Creek Sed iment Re moval Service s 381 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. Th e 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 o n 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 sol icitation 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 engage d in business operations in Cuba or Syria; and d. If awarded the Contra ct, the Ve ndor, owners, or principals will immediately notify the CITY in writing if any of its company, owners, or principa ls: are placed on t he Scrutinized Compan i es that Boycott Israel list, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activ ities in the Iran Petroleum Energy Sector list; engage in a boycott of Isr ael ; or engage in business operations in Cuba or Sy ria. {Authot.Z::.~ Gaynam Rackstraw, President (Printed Name and Title) GRSC , INC . (Name of Bidder) STATE OF __ ft_/2_0._'"1_' c~l_c.. _________ _ The foregoing instrument was acknowledged before m e by means of LL) phys ical presence or( __ ) on lin e notarization, o,,."-r-I t:J>.iJ>,.,~ dayof C~(A ... -,/ u 1c.cf'r riO c , 7 I ,2024by a,tn,;.,n l/4.c lrJ-n::..J the /1p1/de;1 f l • (/4ho is personally known to me or ( __ ) who prod uced ----------------- lil11M IW-2al-O&Rt¾I CHARLES BRADLEY SEARCY Notary Public. State of Florida Commission No. HH 480129 My Comm. Exp. Jan. 11 , 2028 as identification. Cr eek Sediment Removal Services of 382 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF COUNTY OF Ur,/"' _G_A_Y_N_A_M_R_A_C_K_S_T_R_A_W _____ . being duly sworn, deposes and says that: PRESIDENT (1) He/she is ___________ o f __ --=G=R...:.S=C.:::.1-:..;...I N'"'"'C=-'·------- Ti t le Bidder Th e Bidder that has sub mitted the attached response. (2) He/she is fully informed respecting the prepara t ion and contents of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid. (4) Ne ither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest i ncluding this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid 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 Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Bidder, or to secure through any collusion, conspiracy, co nnivance 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 Bid are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the Bidder or any of its agents, represe ntatives, owners, employees, or parties of interest, including affiant. STATE OF COUNTY OF J;vid, ''v,a t2,'u--if T~ foregoing instrum ent was acknowledged before me this {) 3 F El] ~0.1 lf b::0}//Vi tYl I&, C f&c~LJ , I PRESIDENT (Title) by who is ( V)personally known to me or(_) who has produced ______________ as identification and who ~ did not) take an oath. -~-~'-',:----+----------(Signature of Notary Public) .-;,~~,,:~~~---CHARLES BRADLEY SEARCY /: • ~ ··t.~ Notary Public, Stale of Florida :.:j:~~;~: Commission No. HH 480129 '•,~.~••' My Comm. Exp. Jan . 11, 2028 .... U .......... A~·c,~r~h ..... r-1J~· n_i:;;._dl_~--rV:~c-~-'~G-t'~1J-~.,,..v ___ (Name of Notary Typed, Printed or Stamped) r / ..Lj/i,.._l(,__l/i,_,_t;...,.O~/ ...... )q...,..·· _______ ( Commission ~Yr;n,l;i,~r) 1TB-# 12-13·08 Pl;! ;,.·,er•n\: ~1•dim•' \l 11.~-n•ov,1I S,•I\.IC'?~ .... r eK ..,cmmc111 Rrmoval Services 383 DRUG FREE WORKPLACE FORM The undersigned Bidder, in accordance w ith Florida Statute 287.087 hereby certifies that _____ G_R_S_C_,_I_N_C_. ________________ does: (Name of Bidder) 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 v iolations 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 penaltie s that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual servi ces 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 t e rms 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 la w of the United States or any state, for a v iolation 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 t o con tinue to maintain a drug-free workplace throu gh implementation of this section. 7. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) 02 /08/2 024 (Date) GAYNAM RACKSTRAW, PRESIDENT (Print/Type Name as Signed Above 1TB # 12-2 3-08PH Cr eek Sedime nt Remova l Services 384 PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for 1TB # 12-23-08 PH Creek Sediment Removal Services . 2. This sworn statement is submitted by (Bidder) GRSC INC whose business address 1643 N.W. DOVE COURT STUART FL 34994 is __________________ and (if applicable) Federal Employer Identification Number (FEIN) ( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____ _ 3. My name is C...yt1"' f,.df.... and my relationship to the Bidder named above is Prt.s:Jc 1. -J._ I 4. I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the managem ent of the entity and who has been convicted of a public entity crime. Th e term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Para graph 287.133(1) (e), Florida Statutes, means any natural pe rson or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 1TB # 12-23-08 PH Creek Sediment Re m oval Services 385 PUBLIC ENTITY CRIMES STATEMENT cont. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) ~14fither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of t he entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. __ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) __ Th e person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate fro m the convicted FIRM lis t. (Please attach a copy of the final order.) __ The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.} 02/08/2024 Signature Date: STATE oF Ll.o11c/4 PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signa ture at the space provided above on this _J.!: day of /i//'1,1,~V I , 2024, and is p ersonally know n to me, or has provided __________ as identification. ..,.Ll~~~=-'.~ =--~c:::::--,---,1----_______ My Commission expires: ( ht / J..o 'J_ g Neta~ 1 I 1TB 1112-23 -08 PH CHARLES BRADLEY SEARCY Notary Public, State of Florida Commission No. HH 480 129 My Comm . Exp. Jan. 11, 2028 Cre e k Sediment Removal Se rvices 386 DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A -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 excl uded 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 und er 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 t he statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification se t out below; a. The inability of a person to provide the ce rtifica tion required below will not necessarily result in denial of participation in this covered transaction . Th e prospective participant sha ll submit an explanation of why it cannot provide the cert ification 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 certifica tion or any explanation shall disq ualify such person from participation in this transaction. b. The certification in this clause is a material rep resen t ation of fact upon which relian ce 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 certification, in addition to othe r remedie s available to the Federal Government, the department or agency may terminat e 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 lea rn s that it s certification was e rroneou s w hen submitted or has become erroneous by r easo n of changed circumstances. 1TB # 12-2 3-08 PH Creek Sediment Removal Se rvices 387 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 pos sesse d 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 transaction, in addition to other r emed ies available to the Federal Government, the department or agency may t erminate this transaction for cause of default. Certification B -Lower Tier Covered Transactions a. The prospective lowe r 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 th is proposal. 1TB 1112-23-08 PH Creek Sediment Removal Se rvices 388 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 cir cu msta nces. 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 Coverage 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 with which this transaction originated. 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 lower 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. 1TB II 12-23-08 PH Cre ek Sediment Removal Services 6fij,'.a.,f 389 h. Except for transactions authorized under paragraph (5) 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 tran saction originated may pursue available remedies including suspension and/or debarment. Bidder: GRSC , INC. Date: 02/08/2024 Signature of Authorized Certifying Official: Title: a.-.,-~ ,_ ~UU<r PRESIDENT iJ 11 - 1TB # 12-23-08 PH Creek Sediment Remova l Services 390 E-VERIFV STATEMENT Bid Number: 1TB # 12-23-08 PH Project Description: Creek Sediment Removal Services Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security's E-Verify system , in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1. All persons employed by the Bidder during the term of the Contract to perform employment duties within Florida; and 1. All persons assigned by the Bidder to perform work pursuant to the contract with the CITY. Bidder: GRSC INC. Authorized Signature : f~ ~uu.-u- Title : PRESIDENT Date: 02/08/2024 1TB # 12-23-08 PH Creek Sed iment Removal Services 391 CONFLICT OF INTEREST STATEMENT This sworn sta tement is submitted with Bid for 1TB # 12-23-08 PH Creek Se diment Removal Services This sworn statement is submitted by (Bidder) ___ _.G..._RL.>.>.S.uC""'+-, .... INJ.>,,C...._ __ w hose business address is 1643 N. W. DOVE COURT STUART FL 34994 _________________ and (if applicable) Federal Empl oyer Identification Number (FEIN) is 4 s s 3't ~, bs ( If a Sole Proprietor and you have no FEIN, include the last four (4) digi ts of your Socia l Security Number: _____ .) My namef~ ~1.-a-U>--and my relationship to the Bidder named above is __ P_R_E_S_ID_E_N_T __ 1. Th e above-named Bidder is submitting a Bid for the City of Winter Springs. 2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her 3. 4. 5. 6. 7. 8. 9. own knowledge. The Affiant states that only o ne submittal for the above Bid is being submitted and that the above-named Bidder has no financial interest in other entities submitting Bids for the same project. Neither the Affia nt nor the above-named Bidder 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 Bidder's subm ittal for the above Bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. Neither the Bidder nor its affiliates, nor anyone associated w ith them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. Neither the Bidder 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. I cert ify that no member of the Bidder's ownership or management is presently applying for an employee position or act ively seeking an elected position with the City of Winter Sp rings . I certify that no member of the Bidder's ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. In the event t hat a conflict of interest is identifi ed in the provision of services, I, on behalf of the above-named Bidder, will immediately notify the City of Winter Springs. ~~~UU{r 02/08/2024 Date: srArEoF 1/4,rcl .... COUNTY OF Lei, ?fA IC,'</--</ PERSONALL Y, APPEARED BEFORE ME, the und ersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this 2' day of k/J,f16/I , 2024, and is personally known to me, or has provided __________ as identification. a-s~ My Commission expires: ___,_/+.-J--'-f-L.C.""-"=t~-i!:l.----,,. N~ 1TB 1112-23·08 PH Creek Sediment Removal Services CHARLES BRADLEY SEARCY Notary Public, State of Florida Commission No. HH 480129 My Comm. Exµ. Jan. 11. 2028 392 SMWBE UTILIZATION PLAN Small, Minority, and Women's Business Enterprises (SMWBE}, and Labor Surplus Area Firms Utilization Company Name (Bidder): _ ___,_G~R=S .... C'-r, .ult:.~IC...,_ _______________ _ Project Name : Creek Sediment Removal Services Project 1TB #12-23-08 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women's business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm's plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women's business enterprises on solicitation lists. • Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quan tities to permit maximum participation by small and minority business and women's business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women's bu siness enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency _administration/ office_ of _supplier_ divers ity_ osd 1TB # 12-23-08 PH Creek Sediment Remova l Services 393 BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 {as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obta i ning any Federal contract, grant, or any other award cov ered by 31 U.S.C. §1352 (a s ame nded). Each tier shall also disclose any lobbying w ith non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. See below-Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part 18 -Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to an y person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in conn ection with the awarding of an y Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of an y cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of an y agency, a Member of Congre ss, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, "Disclosure Form to Report Lo bbying," in accordance with its instructions. 3. The undersigned shall require that the languag e of thi s certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reli ance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into th is transaction imposed by section 1352, title 31, U.S. Code . Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended) GRSC , INC . f ff h I ct f h f Th e Bidder, ____________ _, ce rti ies or a irms t e truthfu nes s an accuracy o eac state ment o its certification and disclosure, if any. In addition, the Contracto r understands and agre es that the provisions of 31 U .S.C. Chapter 38, Administrative Remedi es for Fal se Claims and Statements, apply to this certificat ion and disclo sure, if any. f ~u:u,v-, Signature of BiddZ:::rized Official GAYNAM RACKSTRAW, PRESIDENT Name and Title of Bidder's Authorized Official 02/08/2024 Dat e 1TB # 1 2-23 -08 PH Creek Sed iment Removal Serv ice s ,.;, ( Vt ,.\Pv l 394 Appendix A-BID TABULATION The Bidder hereby indi ca tes the followin g total units an d total prices w hich represent all materials, labor, equipment, transportation, performance o f all ope rations relative to cons truction of the project, overhea d, an d costs of all kinds and profit to complete the work item s in accordance with the Project Manu al, plan s, and permits. Work for w hich there is not a listed item below shall be considered incidental t o the Co ntract and no additional compensation w ill be allowed. The detaile d Schedu le of Values shall be prov ided by the low est r es pon sible Bidder and be i ncluded w ith their executed contract, as attached. # IOOT PAY ITBVI ITBVI De:HPTION UNIT QUANTITY UNIT PRICE lOTAL M OBILIZATION/DEMOBILIZATION (SHALL NOT $20,000 1 101-1 EXCEED 10% OF TOTAL BID AMOUNT) LS 1 20000 MAINTE NANCE OF TRAFFIC (VEHICU LAR ANO 9000 $9 ,000 2 102-1 PEDESTRIAN) LS 1 PREVENTION, CONTROL AND ABATEMENT OF 3 104-14 EROSION AND WATER POLLU TION LS 1 8000 $8 ,000 4 110-2-2 SELECTIVE CLEAR ING AND GRUBBING AC 20000 $6,000 0.3 5 120-5 CHANNE L EXCAVATION CY 1,350 70 .37 $95,000 6 530-3-4 RIPRAP-RUBBLE, DITCH LIN ING TN 180 138 .89 $25 ,000 7 570-1-2 PERFORMANCE TURF, SO D SY 2,800 5 .71 $16 ,000 PRE -AND POST-CONSTRUCTION VIDEO AND $4 ,600 8 9999-1 PHOTO GRAPHS LS 1 4600 9 9999-2 RECO RD DRAWINGS AND AS-B UI LT SURVEY LS 1 24000 $24 ,000 lOTALBb.SEBD(SUM OFALLITBVIS): $207 ,600 PAY ITEM NOTES: 1 THE LUMP SUM PRICE FOR MOBILIZATION SHALL NO T BE MORE THAN 10% OF TH E TOTAL BID AMOUNT. 4 THI S PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR SELECTI VE CLEARING AND GRUBBING, INCLUDI NG HAUL AND DISPOSAL COSTS. 5 THIS PAY ITEM INCLUDES THE COST FOR ALL WORK REQUIRED FOR CHANNE L EXCAVATION, INCLUDING HAUL ANO DISPOSAL COSTS. 9 THIS PAY ITEM INCLUDES TH E COST FOR PREPARING RECORD DRAW INGS AND AS-BUILT SURVEY FOR EACH SEDIMENT REMOVAL LOCAT ION (9 TOTAL) BY A FLORIDA REG ISTERED SURVEYOR . TOTAL BASE BID COST SHALL INCLUDE THE COST FOR ALL RESTORATIO N TO AN EQUAL OR BETTER CONDITION THAN PR IOR TO THE START BID OF CONSTRUC TI ON. THIS INCLUDES THE RESTORATION OF SIDEWALK, DR IVEWAY S, GUARDRAIL, CURB & GUTTER, FENCING, ETC (I F NEEDED). THE CITY Will REVIEW THE PRE-CONSTRUCTION VIDEO AN D PHOTOGRAPHS TO DETERMIN E IF ADDITIONAL RESTORATION IS REQUIRED TO MEET PRE-CONSTRUCTION CONDITI ONS. TWO HUNDRED SEVEN THOUSAND SIX HUNDRED TOTALBD: ____________________ ~DOU.ARS (In Words) $ __ 207,600 _____________ _ 1TB # 12-23-08 PH Cr eek Sedi ment Rem oval Services 395 Appendix C-BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, GRSC, Inc. as Principal, and Auto-Owners Insurance Company as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Two Hundred Sixty-Five Dollars($ 265,000 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 : Creek Sediment Removal Services 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. 1TB II 12-23-08 PH Creek Sediment Removal Services 396 DATE AND ATTA CH TO ORIGINA L BOND AUTO-OWNERS INSURANCE COMPANY LANSING, M IC HIG AN POWER O F ATTORNEY NO. 8D159135 KNOW ALL MEN BY THESE PRESENTS: That the AUTO-OWNERS INSURANCE COMPANY AT LANSING, MICH IGAN, a Michigan Corporation. having its principal office at Lansing, County of Eaton, State of Michigan, adopted the following Resolution by the directors of the Company on January 27, 1971 , to wit: "RESOLVED, That the President or any Vice President or Secretary or Assistant Secretary of the Company shall have the power and authority to appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity, and o ther writings obligatory in the nature thereof. Signatures of officers and sea l of Company imprinted on such powers of attorney by facsimile sh all have same force and effect as if manually affixed. Said officers may at any time remove and revoke the authority of any such appointee." Does hereby consti tute and appoint DANIELL E KENNEY its true and lawful attorney(s)-in-fac t, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and the execution of such instrument(s) sha ll be as binding upon the AUTO-OWNERS INSURANCE COMPANY AT LANS ING, MICHIGAN as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. IN W ITNESS WHEREOF, the AUTO-OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, has caused this to be signed by its authorized officer this 1st day of February. 2020. Andrea lindemeyer STATE OF MIC HIGAN }ss. COUNTY OF EATON Senior Vice President On this 1st day of February, 2020 . before me personally came Andrea Lindemeyer , to me known, who being duly sworn, did depose and say that they are Andrea Lindemeyer, Senior Vice President of AUTO-OWNERS INSURANCE COMPANY. the corporation described in and which executed the above instrument, that they know the seal of said corporation , that the seal affixed to said instrument is such Corporate Seal, and that they received said instrument on behalf of the corporation by authority of their office pursuant to a Resolution of the Board of Directors of said corporation. My commission expires ___ J_u~IY_1_6_th __ _ STATE OF MICHIGAN }ss . COUNTY OF EATON 2025 Notary Public I, the undersigned First Vice President. Secretary and General Counsel of AUTO-OWNERS INSURANCE COMPANY. do hereby certify that the authority to issue a power of attorney as outlined in the above board of directors resolution remains in full force and effect as written and has not been revoked and the resolution as set forth is now in force. Signed and sealed at Lansing . Michigan. Dated this ---'-8t'--h__ day of February 2024 ... -~-~-'~~\ ; RPORATE \ i l ._ SEAL )'" w1~~3~~).;; Sec,,rary aod G~ec•I Cooosel 2940 (10-17) Ofc r;,l-1 Print Date: 02/08/2024 Print Tim~2:06:38 PM 397 IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this 08 day of February 2024, 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. (W itnes s) ITS# 12-23-08 PH (Principal) President (Title) 1643 NW Dove Court (Surety) Account Manager (Title) (Seal) PO Box 30660, Lansing Ml 48909 (Address Cr eek Sediment Removal Se rvices 398 GRSC, Inc. Corporate Information Reference Sheet OFF ICE : GRSC, Inc. 1643 N.W. DOVE COURT STUART, FLORIDA 34994 ESTAB LI SHED 5/21/2012 EIN: 45-5344665 EVERIFY: 2178353 SUN BIZ DOC #:P12000047744 License: DU NS: 015658518 Fl orida Certified General Contractor CGC1521089 UE l:ZWW8YPEQJ4US 399 ITB-12-23-08 PH CREEK SEDIMENT REMOVAL SERVICES City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, Florida 32708 400 401 402 403 404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 420 421 422 423 424 425 426 427 428 429 430 431 432 433 434 435 436 437 salruas le^oueu luaullpas )aalf Hd 80-€z-zr # 8J 'V xrpuaddv'1aaqs1.rory1 1esodo.r6 tsol uo lluqns 'V lunouv pa1e;nd115 'c 'plg aqf paprel\e I uropad o1 af qe pue 'tu|1;1rn 'Apeal s1 rappla aql leql pue rapplg aql Jo Jlellaq uo pr8 sil.ll lluqns ol pezuor.llne {np ue I 1eq1 .z 'Jellaq pue aEpafivrou1 Au 1o 5aq 3q] ol In]qtnrl s! pl€ slr.{t ul pauleluo3 uo!}eurro}ur lle }er{I 'I :sauluaf 'sluaunJop pelluot aql ql/n af,uepJo33e u! IJo/n aq1 qsllduooe o1 .S 'p!8 slr.ll Jo slseq aql uo papalas J! 'selpd p!8 aqf 8up1e.rod:orul AIII aqf ql/v\ perluoo e etello8au ol -V 'sJapplg ol suolpnJlsul aqlJo suolqro.rd aLll ldalle oI .€ 'sluaunlo6 gll aql q11rn aruelldruoc u1 pue ;esodo:d aalsuodsal Au u1 palonb sacpd aq1 le pls slqr ug pagrcads sal!rues Jo/pue spoo3 aql qsturnJ ol .z 'a1ep tuluado plq aql.rarye sAep Jepueler 95lol uado plg slql ploq 01 .T :saalty 'aules aq1 Eulp:etal tulpuels.rapunslur Aue peald ol tt,ltlr lle a^!e^r\ Aaql'plg qqSuqlrtrqns ulteq} spuelsJapun pue s}uaunloc g1 llp pue a}!s aq} pauluexa seH pale6 -JaqurnN epuappv'@Weare6 -J raqurnN epuappv sa3rrues le^oueg lueullpas 1aal3 :ol Suguleuad Hd 3&€Z_ZI # gll .l :;o ldlaoal saSpalrnoulry :o3NgtsulqNn tHr ?tlt 'f, '8 .V v l// ut9- tL9-ltz :3UN.LVN9IS :ss3ucov Itvl E 1f,vJ.Nof, :(d3u) FVr-Nof ANVdhtol :ll.ts8lM ANVdWOf, :u3€nnN 3NOHd :ss3uoov ulcluo lsvHf und :ss3uocv uloct€ :Nl3 ro NNS #CtXVl- :3l^lVN UtOAt€ o W -[5 5s tt 1 15o ouEZ6Z _t6 'Aaurogy 1o raflrod Jo uollnlosau aprod.roS lo Ador ro loqs uaafs allsqern zlquns as1 .aalsuodsaJ-uou pe1aplsuot aq tu,r rapplg 'paplutqns 1ou Jl 'p!s qrUu pa$luqns aq $nu rautp alerodror lo roord .FIFzn-EnS-,l-,'frm) SNOIMOdUOf,lo Nolsl^lo 'flvls Jo lNll,rruvdlo voluolJ 3l{l A8 cllvJloNl sv uo-orutc uo lvdtf,Ntud 3Hr As otNgts 38 lsnn ot€ stHr lvltil rsns luoJtS voNtoov oNv surEuunf,oo lvNtj uol uot'reFpueuap'mrn n )f,3t{f, ol lultstsNodstu s.uloots IHI st lt 'pale3lpul acud aql JoJ ails pa4oads eql ot paJa^llep aq ol p!€ oI uollelraul aq1 Aq urvtorls sluau:allnbar unullulul aql LIU/v\ afueprosf,e ul palsll sulal aql'eppo;1 's8updS ralur^A Jo Afll aqt qsluJnJ ol aa:8e lqa.raq saop repplg pautgsrapun aql Ac@s sar!ruas le^oruau uaulpas laar3) Ftd 80-€z-zl f 8It .lOJ 438 alqepear arou lt a)eul oI%szI o] puedxl dew pepelJvq npA 'uorlerotseJ at$ JoJ lrD aql Aq p!ed aq ll'e sae, leuorlrppe oN alrJd prq s,Jo:JeJ:uol 3ql u! Pepnpu! aq lleqs uolteJolser lle Jo lsor aq! 'uc[fnl$uo] tuunp esn 8u!aolloJ uolllpuot Jauaq Jo 'lenba ol €are aql aJolsar lleqs ropeJtuor aql 'uollels U!l aqt ol ssafle lpaa^rp eql polq lou lleqs rolreJtuor aql 'selrd lrods iue 8u!punorns pue leapeoj eqt oluo lodsuejl luaurpas ssaJppe lleqsqlrqa'Itrl aql lq le^oJdde JoJ ueld loJluot uorsoJ€ u? lruqns lleqs JoDeJluor aql 'uorDnJ$uo ol JotJd .salrd lrods pue 8ut3?:s JoJ JopeJtuoJ aql lq esn Jo, (aJnrrj parpeue aql ol laJaJ) laaJl lleaoH le PJe^a;nog stuudS:a1urry1 ol tuerefpe ^ledoJdpauao-&rf, aql Jo asn aql se^oJdde IlleuoDrpuot AtD eql llaa se €aJe aqt u! sJaqlo lnq 'l uo[eJo.l le iluo lou slods Jo,{eae Ineq aql Sutzruouota ur dlatl plnoa lt 'i OU puel ltll ro Aunol reqla aq ol sJeadde :t eslods Jo, (tuau{pele aql ur pelrr) l) eeJe srql asn llueJoduel ol alqe aa eJv anle^ plq aqr ro %s sr epuolj Jo aEls eql u! puoq prq pJepuers aql apuo€ Pr8 aqt ro lunoue eql sr leqM .le^oJdde Jaue slep O€ apeu aJe sluauied ,paluauntop llJadord Pue guauaJlnbal aql qlla luelsrsuo) sr lJoa lle papl^ojd pue suollelntal slusuled lduoJd epuoll aql iq pauJe^o3 sr AD eqf a^ed lllardA Arf, aql saop lpprnb aoH sjopatuo)qns led ol ropeJluof e Aq eJnl!e, Jo )poa fuo:relstlesun ol anp sr spun, urelal aa eqr: iluo aql ,atelualJad eteuleleJ e areq lou seop ,OD aql etllfeJd Jo Jaueu e sv ae9eluarJad ateure:al aqt sl teqM ON aalqerllooe sateJ uoJeg sr^eo arv 'g pu? V sa)lpueddv ur pauUap asoqt qlla luaFlsuol saleJ le palllq pue pa^ordde-eJd aq lsnw sa8Jeql leuoqlppv PalIq aq ol Atluenb Pue elJeut aql augep (uolpas tuauled pue luauaJnseen) g pue (uJoJ pr€) V salrpueddv aaJnseau plau Jo uns dunl t eituor aqt sl 'eleP aolJ Pue sla^el Jalea leaD pallelep ro, ^ot stsn'elepJalea lsr^ ueJ nol (O0tt€ZZO ateg SDSn) t€t peou arers pue lea€ aa9 r? ple lnntnill}eaeg St/vlN SgSn) t€t Peo! alers pu? leaJ) llamoH le paterol sate8 aou pue la^al Jalea ueaJ$ aJe aJaql ,Ja^a&oH .suoDeg apll Aqjeau ou ere aJeqt 'paruanUu! llleprl lou aJe qaajt aseql afurs asuoDe$ aPll $asop eql aJe alaqM 'quauaJ!nbaJ pue suorteln9at alqeflldde lle qIA Alduot ol paJ!nbal s! Jepplg aql pue !Japplg eqt Jo ArIqlsuodsal aql aJe sle!eleu pa^oueJ Jeqlo pue uorle^6x3 sselxe lN" luaunfop plq aqr ul pale$ sv Zslrods eqt SuDiel Japrsuo] lrD sqt plnoM 'quauaJlnber pue suo[eln8al alqF!ldde lle qln Alduor ot paJ!nbal s! repprg eqt pue "Japprg aqr Jo Allqrsuodsal aql aJe sleualeu pa^ouaJ Jaqlo pue uorle^efxa sssrxe llv,. lua&nfoP Prq arlt u' pate$ sv apasoderp llupuel aq or peae sltods oql op lqM 'efueqJn$rp leuru!w pue'tuleJl Jo alueuetuleu loJluof uorsoJa'lesodslp tsal)e 'ol Pallu!l lou lnq €ulpnpu! reu aq ol alqe are slueuaJrnbaj 0V\l UfS eql pue stuaunFp prq aqt u! suorlrpuof pajtnbaJ aql lle I le^oual luewrpas Jo, spoqlaw pu? sueau snoue^ aar^eJ ot tu!Ilh aJe (Suuaeurtu3 snse8ad) raaulgu! pue lrD aqt aSurtparp llneJplq ur palsajelur aq AD aq: plnol 'peqsllqelsa atewrlsa Jo taSpnq oN aaleu!Na tueurulerd ro tatpnq s,AD aqr s! reqM 'alel ot ljoa aqt Dadxa laqt 9uol aoq ate$ plnoqs ropua^ aql'luaunrop plq aql u! palets aJe >iJoaJo sJnoq eql 2pauroyad aq o1 )iroil aqt t adxa all 3ql saop uaqi lutq'xapuyJaooeu/^ot,s;sn.etepJslea'sdea lls^ aseald 'suotlenpnu la^al JaIBA leajt uo uolleuJoJut rol lOOtt€ZZO a8e9 SgSn) t€t peo8 aters pue laaJl aag re pue (tt€t€ZZO a8eg St/vtN SgSn) t€t p?o8 alels pue laarf, llaaoH le pelsol sa8e, aou pue le^al Jalea upaJ$ eJe aJaql auolleu!uJalaP la^al Jaten peppe le)ldA st leqM 'tlua S wJots ol anp palead pue reqwa^oN ol aunf llalewrxcJdde aorJ a8eJe^e ueql raqSrq illeuoses eJaa sla^al Jalea laar) llaaoH eql'tzoz ro!tn€tEzzo a8e9 slMN sgsn aql ro aar^al uo paseg a(s)pouad rarea qtlq leerdlt are uaqM 'uffo Jlaqt uo sells ssasse ol sJopue^ Jo, paphoJd uaaq seq uolleujolu! uollaol 'oN alJoa eql Jor AuDaau prq-ard e ejaql s oN CpaUpads uaaq sateuep paleprnbrl a^eH 'srapplq aql lq pauua^ aq ptnoqs laql 'serntlJ aql uo seaJe parrldap suotllod aql ro rlueuaJnseau Plau uo Paseq aJaa pe^oueJ aq ol lros Jo sarlrlueno lAlluenb plq au!urarap ol st6 iloS 'ts)aoa ltos aql au!uJelap ol pauJo#ad sea uolletr$aaur lmruqraloat op :(s)adA llos turlsrxa Jo Wetoag 'JapprS eqr ro amlsuodsar aql eJe qluJad Jaqlo llv 'uorpnJ$uo',o uels aql ol Jolld JopeJluol aql ol Adot e ap!^oJd lleqs pue uollezljoqlnv plerJ ,{rua8Jau3 0w/I3:to/\^8fs eqr aJnJas lleqs (snsetad) luellnsuos s,aD aql ialeP or Paurelqo s!wJed lsNods3u NOtrs:lnb to'l suollsanb - T epuappv - lE^ouau luaulpas learf, lg 80-€Z-ZI Sll 439 saf,!ruas le^oulau lueutpas )aeJl Hd 8o-tz-zl # 81t ttla 9t2t o :rapp!8 :a:n1eutr5 an!leluase:daU Jepplg :a119/au:ep padil anrleluesaldau Jepplg @:pauro#adalec htotL :dtz '71 2 ( alels alL +tvo :1so3 pafol6 :JaqunN auoqd :&ll :ssajppv :uosJad peluol :uollezqueElg I t:au )PPOJ :A:2 ^oaH @:paruro#adateo szl t :1so31raro't6 ?L0L :dtz u9-tt3 :JequnN SUOr.ld AO :arers @,no JV 1A rq!{zflt 0 t4Lz aA{ :ssalppv :uosJad peluo] :uo11ezluet:gap! pauioyad alec h I trsol uafor6 I oh5 - IOZ ( Z6g) :raqunNauoqd 6El5T :arz 5 ?/aJ arers @rnn A 6S :ssorppv LlC nut J: W :uosrad lleluo:) wrl :uo11ezluetlg sat!ruas le^oulau luautlpas laaJf, :aueN Hd 80-€z-zT # glt 440 salrruas le^ouau luautpas Iaell Hd 80-€z-zT # slt slBO .l allll rerlgo vnil repplg ,.4! 0 2 (n 'pe4nber ecrtou uortqlacrrec s,,{ep (Og) &+qf 'sEuudg relu1[Jo &C se peureu aq il?qs reploH e1ecgluaC eql 'pernbe: e:aqrrr flpqerlpjaue9 Ielcleunuoc JoJ el?Jgl]leJ ecu€Jnsql aql uo .Bemsql l"uorrppv,, s? peuEu eg lsruu s3m:d5 J31m/y\Jo &lc aqt 'suolqrro:d eJuEmsu pe4nber eq1 8m1eeu ecuemslrJo selpcgluec W1,lr IIIO eql epvrord Ipqs Jepplg eulss eql 'leetu ol pa4nbar sl rl 13W slueruannbar eolremsm etu"s eqt rpraa,flduroc srolcerruoc4ns il? 1eip emsue ileqs Jepptg reqro tr lparllpeumo-uoN/peu^\o.eaeueq,{uedo:sa,&nfurf, npos";1jJlX1"JfiffiTlT 's3ur.ldg relq/y\ Jo &lJ eqlgo acua8rlSeu elos aqr uro{ Eqsrre ruaprcrr ,(ue oi rneued lou seop ooylces sjql qdeaered s'ql u peqFcsap uoued ro zgred pegruuapu! u? 01 olqqr?^e eq ,{eu esi^.r"q1o qcrul serperuer ro slqSF reqlo {ue ecnper ro eSppqe 'e}e8eu 01 penqsuoc eq lou llsqs uopeallqo uollscgruulepq sJql lueruaa€y erpJo ecrrBrruoyed eq1 u-r luelJnsuocFopue^/Jolc?.quoc eq1 ,(q pe4pn ro pefoldue euo,ftre ro true{nsuo3AopuaN/ro}oeguo3 ewJo lcnpuoc 1ryEuo-r,r,r I?uo4rrelu Jo'sseusselrcar'ecuaSqSeu aq1 f,q pesrcc luelxe eql o1 .sea3. ,sleSapred pue seeg .s.(euro11e elqeuospaJ'ol peilrull lou lnq 'Eugpnlcul 's1soc puu sessol .seEeurep .salltltqeti 1ppue ,(ue ruog sea,(o1due pu? srocg]o s1r .s8uudg relwrt\Jo fil3 ssaluueq ploq pu" Si"*+rl IIEqs lu4lnsuocAopuaa/Jolcs4uoc eq1 'lre1 epFold ,{q peglured lueue umlnlx?ru 3q1 0J 'fitgqelt len1c?4uoC 4l suopaadg paleldulo3 ? slcnpold lsrope4uo3luapuadepq isuo4uredg prl? sestruerd epnlcln lpqs srql '{lnlqelt eSeureq fuedor6 " quq€l'I,ftnfq,firpog rclepta:FFle 000'000'€$ ecueuncco red 15u11 e13ms ggg.ggg,lg ecuermcco:ed 1uq alEurs .1ueprcc" qc?e 000.000.I$ sllurlT,fton1eis tueuruenog prapeC il€ pw gy7 -ra1deq3 .setntsts spuolCJo srlq.I ftoln1els sllrtr!.I perlnbeg &ruqelt epqoruonv uollEcgruuepq u u-roJ osl lusrrnc eql Jeu? peu:aged (u:og ecuermccg) {+nqelr IeJeueg l?bJarrluoS &mqelt s;e.{o1dug , uopesuedruo3 s.JeIJO/t\t l tuoJ rwtutnoSu lf,NVunsNt ed.{; acuernsul 441 quocv 1o slreut palolsloar aJe 060l pue aueu ouocv aql o^rasar sI{6lJ tv 'NoIIVUOdUOS OUOCV 0t0z-8861@ (sotoloz) 9z ouocv 3AllVLN3S3Ud3U O:rz|UOHInV 'sNotst^oud Acl'lod 3Hl HIt/rA lcNvouoccvNt o3u3^t'l]O 3g 'l'ltM :tc[oN 'lo3u3Hl 3rvo No[vutdx3 3HIluot38 03'1133NVC 3S S3t3t'lod o38tucs30 3^osv 3Hl Jo ANV OInOHS 'olnv u3c'10H lerouee NOu.dlucs30 s o s I s E 3 sJ.tnt'l sltu3l 3HI"l'iv OI )IHI HCII{/V\ OI 10lu3d Acl'lod 3H1 L8Z96rtgg SIV9H!IU3C s39VU3AOC 9rt6t. 6tgtr€tg !pol qcns ro nell u! .roploq alBculuecql ol slq6!.r Jaruoc lou seop alpcglyac slrll uo luautalels V .lueulas.ropue ue algnber Aeur sa;c;1od uleyac 'Ic;1od aq11o suolllpuoc pue sulral eql 't palqns 'O:tAlV A St eq lsnur (se;)fc11od eq1 ue s! Japlorl :INVIUOdmt 'u3o'loH 3Mllllu3c 3HI ONV'USCnOOUd UO 3n[VlN3S3Ud3UFlzluoHrnv'(s)uEunsNl gNlnssl 3Hl N33/\,u3s rcvurNoc v 3rnr[sNoc roN s3oo scNvunsNt Jo 3rvctJuu3g slHt 'Mo'tts :3lcl'lod 3Hl As o3ouojJv Sevu3AOC 3HI U3l'lV UO ON3lrE 'ON3nV A13n[Ve3N UO Al3nllVgtUtJJV ION 5300 SM|J[U33:lHl'U3O]OH SM|J|IU3C 3HI NOdn SIH9IU ON SU3INOO ONV A'INO NOIIVUIUOJNI JO U3llvlrll V sv oSnsst sl 3lvctJttu3c slHI vzozt6zn A ruoo/nn) slvo -tNO N3t^ilC3dS ''t'3 l3^Oldti{3 \Gl - fSV3Sto "t'3 IN3C|CCV H3\E "1 3 \ dJ-t{to I SJlln UOr| -n1vrs Jvr v I \ I aerryFru3do;,""i3,.l"tSJHt'.:?! S4ksgr.{E*t{g[-i# NOu.VSN3dnOC SU3yUOM $ NOtrN3.t:tuI o30 :IIVg3UEOV X 3CN3UUn3CO H9Vl gZOZ|9At ,z049at e,^-./7 3ovu\l-shfl\nc uncco X 8Vn SS3CX3 av'l vllSusnn s Quepu:e :a6) 1gltNt 1|COg (uouad :46) 1g111.11 1'11699 97AZ|9UL ,.t ogt 7 sotnv o3utH sornv OSIW\O ]'lV olnv ,^'NV Al.ntavn 3ltaoyttol.nv SOINV X Xo3lw\eNoN soJ.nv o3ln03HCS v egv do/dyrloc - $cnooud 3rve3u99v'Tyd3N39 ,zoztgztL AUnrNr nov ? lvNosu3d dxf \- ) oer X :u3d s3t'lddvJy{t'l uncco 30wl-sWt\n3 ACrl0d X 't,N3e Alnt€vn'tw3N30 IlrlrSVn -rW3N3C x v Un VlZ\u3snnN Act'tod 3CNVUnSNt JO 3dlr.ur-lxsNl Sno3u N338 SAVH AVr't NMOHS Sltlril'l 's3tct'tod HSns Jo sNotltoNoc oNV sNotsntSrJ uo 8fHI 3CNVdnSNl03OUOJJV NIVIUSd3HL vy\t oSnsstuo AVlA3S vcll3I tl-u3c JOANV UONOIIIONOO IN3f'EUln03Ul/IU3l ANV ONIONVISHI.MION 'o3J.VCtONt o1 otnssr 3NVHN338 o3l_snMO]38 JO3CN\/tnSNI 3s3t3t'rod l-VHIHI 01AJu.USC stHlsl nnN I \: 3 UiUnSNt\.J o 09tet tJ luretn .^ lee4s lst6MN 009 cl-l'Dul^rc lelcreuluroc sn osunsNt sUtJ NOrNn 00rvzoe uloc tzL1Lvl sueepo ^ aN e^uc iele/fqe€Jg 0Ltgc'l't' PuorlBurslu I acuernsu' ", ur"TnlSlr" fcNvunsNt AItltEVtl lO 3IVC|J|IUfC 442 sal!ruas le^ouiau luaultpas )aalf Hd 80-€z-zT # €11 'salnlets eplrolj'sET'Liz uollles o] luensJnd s3lpatual l!A!J raas pue peJluol aql aleu!urJal ol lqtrr aql a4eq lleqs f,uf aqlueql roJla u! apeul se/v\ uollef,uluel aqeJ ]o uolleulurJalap S,AIIJ eqt leq] alertsuourap ]ou saop repplg aql Jl .) -JoJJa ut apeul se/v\ uo!]elulual aslPJ jo uolleu!uralap aq] leql eleJlsuouap pue tullurvr ur puodsar ol arltou aql Jo ]d1aoa.r BulmolJo;sAep (65) Alaulu a^eq lletls rappl8 aq] 'rlrel lf,erluof, a^!pe aql tuunp para^orsrp s! uorrelulue3 asreJ qJns jr .q'uotleta;1e uolle3lJlual aslej aqt alnlar ol arlou Jo ldlaca.r r-uo.r1 sAep (s) ang a^eq lleqs rapptg aqr .e 'uolleluluaf asleJ e Sululacuof, uo!]euluJalap Aue Jo Japplg ar{} ol 'turlrrvr u1 .ac11ou ap;no.rd lleqs A-Lll aqf -e1lAg.ro eqnf u! suollelado ssaulsnq ur patetua uaeg .p :o lleuspJo nolAoq e u1 pa3e8ua s1 .f, lo lst-l 1aelsl porAog leql salueduro3 pazlutmrf,S ar.lt uo paceld uaag .q 15t1 loiraS A3,aul unaloJlad uell eql ut serlr^rpv q1;rvr sa;ued*rof, pazlullnJ's ar.pJo ]srr uepns u! sa!]!A!llvq11m seluedr',o] pazlullnrls aq] uo pace;d uaaq luorlerulue3 asreJ e pauluJqns a^eq ol puno, sr rapp!€ aqr .e :Apoq 3u1p're/ne aql ]o uopdo aul te ]f,eJruoJ agl Jo uolleu!ural .ro; spuno.r8 aq lleqs Burrvrollol aq1 'suo!1e:ado sseursnq pellqlqord u1 turtetua rou sr pue Aueduor pez!ultnJ3s e rous! ]! ]eql8ulrane uJoJ uollelljluac paltnba: srtlr ]ruqns lsnu rapprg aqf 'a^oqe o] paJJaleJ Auedtuor pazgurp.rs Auel]!/v\ saf,lruos 'to spoot 1o uotslnold aql JoJ pe,luoJ tou ll!/r4 Arf, aql 'rvre1 a1e1s uq pap;no.rd suolgdacxa pal!u,ll or pafqns .e1li5.ro eqnf, u! suollelado ssaulsnq u1 patetua s1 to !22y'917 's o] luensJnd palea-rc '1sr1 .ropa5 Atrau3 tunarorlad uerl)t'll ul selll^lpv qil'v\ salueduo3 pazlulilJls aql Jo ]s!l uepns ur sarll^llf,v qluv\ sarueduo3 pazrurlnJf,s aql uo sr :Aueduoo aq1 ,1cel1uof, qf,nsu!/neual J0 olul 8ut:alua to 'to4 lesodo.rd e Surllttuqns 'uo tulpprq Jo aur] egl le Jr a"ror.u Jo sJellop uorlllu auo .q lo 11ae.ls1;o porAoq e ur petetua s! Jo /szzt'srz 's ot luenslnd paleaJl 'tstl laersl por{og leql saluedurof, pazru!}nJ3s aq} uo sr Japplg eq}If,erluo3 qrns SulrvraueJ Jo olu! tupelua lo 'to; gesodo.rd e tulpruqns 'uo tulpprq jo aur] aul le !1 lunoure Auy .e :Jo sa3!ruas:o spoot JoJ Atf aql ql!,vr pe,ruof, e /vlaual JO oru! Jarua Jo .JOJ :sodoJd e rruqns 'uo plq '1ou Aeur pue 'o1 agqr8llaur sg Auedtuoc e ,(LToz)sarnrels eplror3 ,g1r.Lgzuorr'as ol ]uensJnd t Ln- sTz pue s€I.zgz suolllas,salntels epljoll 443 saf,rruas le^ouau lueu,lpas laajl Hd8o-€z-zr # €It a^oqv pauSls se auleN adA/1ur.r6) .(J 4-{uoq (arnleutr5 's1uau:algnba.l o^oqe aql ql!/v\ A|1n; salldurol sseulsnq slql ]eql trJtuac 1 '1uaua1e1s eqt u8ls o] pezuoqlne uosrad aq] sV . L 'uo!}f,as slt'll Jo uolleluauraldul q8nolql are;dryorvr aa.r4-8n.rp e uteluleur ol anulluol ol uoJJa qile; poo3 e alent .9 'palf,lAuol os sl oq/n aaAoldr.r.ra Aue Aq 'Altunuruloc s.aaAoldura aql u! alqeltene st qlns Jr qrelto.rd uollellllqeqal Jo af,ue$lsse asnqe 8n.rp e u1 uogledpryed fuope;srles aLlt alrnba: Jo ,uo uollf,ues e asodutl .S 'uo!]3!Auof, qlns JaUe sAep (g) a^g ueql l3lel ou aregdl.rorn aq] ul Suuinlf,o uorleloln e JoJ ,a1ep Aue Jo salels pellun eql Jo /v\el af,ue$qns palloJtuoJ {ue 1o ro €68 .ra1deq3 Jo uolleloll Aue 'o1 arapualuof, olou Jo AItnB Jo eeld .ro Jo uolptnuoo Aue 3o -ra{o1du:a aq1 Aglou llr/n pue luauele}s aql Jo surat ar4} Aq aplqe ll!/v\ aaAoldura ,pe.rluor rapun aJe leql sal!ruas lenlf,elluoJ lo sall!potuulol ar{} uo tug>;lorn Jo uo!}tpuol e se }eqt saaAoldure aq} IJ!}9N .n 'luaulalels aal3-tru6 agl ]o Adoc e lleJluol Japun eJe leq] sa3!ruas lenpeJluol Jo sall!poulruol aql Sulp;no.rd u1 pa3eSua aaio;dura qlea aa1g .E 'suollelol^ asnqe tnrp.ro; saaAo;dr,ua uodn pasodu.rl aq Aetu ler.ll sallleuad eql pue 'sutuSo.td af,uelslsse aaAo;dura pue 'uor1e1;!qeqal 'tullasunoc Bn.rp a1qel;ene Aue .ace;dlrorn ""r1-gnrpe Sututeluleut 1o Arrlod s,ssaulsnq aq1 'are1d4ro^ aql u! asnqe 8n.rp;o s:a8uep aq] tnoqe saaAo;dura uloJul .z . (alec) 'uo11q1qold qlns jo suotlelotn .to1 saaAo;dtuapulete uelel eq lt!i\ leql suotpe aq1 turl;rcads pue aoe;d4rorn eql u! pallq;qo.rd s; aluelsqns pallortuol e Jo asn Jo uolssassod '3u1suads1p 'uolpquplp 'alnpelnueur lnynelun aq] leql saaioldr.ua tulr{g1ou luaualels , qtglqn6 (jappte 1o auep) :saop teqt se!]!uac Aqaraq Lgo'Lgz alnlels epuoll r.llr/n alueproJle u! '.rapp!g pauS;srapun aq1 I 444 'usav ^JPloN leu0tltN qtno:q1 Prpuog 9Z0z AON satrdx3 Aw'uru,0J rtSs HH uorsiluJtrjo) joepuolJ alPlS )Ignd fuploN u3t sil 0t ANVlJtl sef,!ruas le^oiueu luaurlpes laarf, (laqunp uolsstuJuloJ) (padueig lo pelugd ,padA1fue1op Jo auleN) beg ste t1-t1 ^" l<,^\/l ,orJi Hd 80-€z-zT # €l-t I (rlqna tuelop to a.rnleu8ls) oue p!p) o'J/v\ pueuorlelutluaptsepelnpoJd seq oq/n (-).ro au ol u/rr\oul Alleuos.rad f)l oun s!ql eul arolaq pa8pelmoulce se/v\ ]uaulnl1'sur 3u m9Jg np !^otJ (arur)(pau3;5) -X>ucq '1u l3u! 'lsaJalu! 1o salyed lo 'saaAo;drua ,slau/v\o ,sanlleluasalda: ,sluate s1 ;o Aue ro rapplg aql aql uo lueu:aa:8y InJ/nelun lo'Acetrdsuoc 'uogsn;1or Aue Aq palu!el lou elp pue ledo.rd pue lteJ are plg paqlelte aql u! pelonb sacud lo aopd aql (s) 'luautaettypasodo'rd aql u! pelselalul uoslad Aue lo 'epuoll 'stupd5 rarulA Jo A1!3 er{} }sule8e ateluenpe Aue lueuraa.rty 1n,rne;unJo elue^luuoc 'Arelldsuol 'uolsnllol Aue q8no.rq1 aJnlas o1.ro 'rapprg .raq1o Aue 1o acr.rd pasodo.rd aql.ro aoud pasodo.rdaql Jo luaruala lsof, Jo ]uoJd 'peaqlano Aue xl] ol Jo '.rapp!g raqlo Aue 1o Jo plg paq3ene aq1 ur secud ro ac1.rd aq] xlJo1 uoslad Jo uJu'lepp!8 .raq1o Aue Ll]!/r'l a3uaJeJuof, Jo uollellunutuo3 Jo uorsnllof, Jo luauraa.r3y Aq tq3nos ,Alparpur 'to A;pa'rrp 'Jauueut Aue ut seq Jo 'luaulaa:ty qlns Lll!/\ uorpauuof, ur Bulsodo.rd [!o4 ure4al o] ro pailluqns uaaq sellpl8 paqsene aql qlrqrn JoJ ]uauaarfu eqr r{il/v\ uorrf,euuos u! plg u,pqs Jo e^lsnilo3 e }luJqns o} ,uosrad Jo rrru .repplg laqlo Aue qr'u '{paJ!pu! .ro il}ra.rtp 'paalte ro 'parldsuof, 'papnllof, 'Aern Aue ur seq ,luelJe s1q1Bu1pn'f,u! }saJa}u!ul satyed lo sea^o;dura 'sanlleluaseldal lua8e 's:aurvro 'slauped 'sracgg4o s1g1o Aue Jou Japprg pres aqi raqyap (7) .p!€ ueqs ro e^lsnllof, e lou st pue aurnuag sr prg qon5 (g) .plg qlns tulpadsa.r saf, uelsrunf,J!3 luauluad lle Jo pue p!8 paq)ene aulJo slualuof, pue uorlereda.rd aql Bulpadsa.r pauroJur A|ln1 s1 aqsTeg (7) 'asuodsal peqJene aqt pauulqns seq ]eqt rapptg aql rapp!8 JO AlNnOf, JO 3IVIS G" atl!I l^lQ YPP wuw) 9n ro )Y?ur-q 0 t' .vr@ {r) :1eq1sAes pue sasodap .uloms Alnp tulaq )w+r4 JOATNnOf,Y neino)q 4Y t,^olJ utootg 3hl rud Jo ilNVOIJJV NOFNTIOf,-NON JO SIVIS 445 sa3rruas le^ourau luau!pas )3arl Hd 8&€z-zl # 811 eTO{,'AY y 14ffi-ft9N:sar rdxf uolss!urruof AW )e{saY1 T :aueN ]uud ap! se pecnpo.tdoqm(-).roar,r,ro}u/v\oul{1euos.rads!ol.|/Y\,T,we Uf-rt1 eql ?Aq nzoz'lv.riii@- loAeP-Jlsrqr 'uo11ezpe1ou aulluo (-)lo acuasald lorsAqd lo sueatu Aq au aJolaq patpay'aou4f,e se/v\ lueu1nl5u! Bulote.ro; aq1 t Jo 7', v,hrYrrvlalql JO AlNnOf, nY \.^o\j JO 3rVIS (repplg 1o aurep) ,sn pue arueN pa1up6) epA5.ro eqnf u! suollelado ssautsnq u1 atetua.ro 11ae.rs1 ;o llocAoq e ur jtsrl :opas Atrau3 uneloJled uerl eLll u! sa!il^llov q11m satuedu:of pezlu!]nrls aqt lo '1s11 uepns u! se!I^!]lv qlrvr sa;uedr1o3 )azlulmJf,S aql 'ls!l leelsl $oolog leql salueduro3 pazlurm.rcs aql uo paceld ale :sledgrurrd :o ,sreurno ,Auedtuoc ;11o Aue 1 3u;1;rrn ul Allf aq1{;1ou {ate;paruul ;;;m sledrcupd .ro 'sraurno '.ropual aq} ,puluof aq} pepre/ne}t .p pue 1e;lAg Jo eqnf ur suollerado sseulsnq u1 patetua lou aJe 'laqung'pue 1sq Jopas Atrau3 luneloJlad uell aqt ut sa!]t^!llv qlrn saluedr.go3 pazlullnrls eLll ro lsn uepns u! sell^lllv r.lllm saruedurof pezlullnlls eql uo palsll tou pue uoltellt!los s!l.l] u! aledlrlued o1a1qtt1la a:e sledloug.td.ro 'slaurno'.ropual aql'a:ou.r Jo s.tellop uotlltul auolo speJluof, Jol .f, pue 1;aelsgSo gorAoq e ur patetua.ro lsll ;ae.rs1 pocAog leql saluedr.uo3 pazlullru3s aql uo palsll lou pue uotlel!3llos s!t{t u! a}edprued o1alq;8;|a a.re s;edgrug.rd ro'sJautro ,Jopuan aql .q pue 1sa1n1e1s epuolj 'SET' LgZ uolpas Jo sluaurarnbal eq] Jo aJe/ne ale sgedlruud .ro 'slaurno ,.ropual aq1 .e ']AFNOdSSU-NON lVllllrusns Olg uno UloNlU llvHs O3I)nUlSNl W l,lluOl SlHl lll lSnS OI3UnIMJ 'lSNOdSlU Olg U0OA Nl Ol0nlf,Nl ONV O3-L:l'ldl lOf, lg rSnW WUOI NOllVf,lJEUSf, SlHl 446 selrrues le^ourau luauJtpas {eelf,Hd 80-€z-zl # 81t 'Alllua ue jo lueuateueut ul anlpe ale oLl/v\ s1ua8e pue 'slaqtuau: ,saar{o1dr.r.ra ,sJaploqaJetis 'slauued 'sanllnlaxe 'slol3aJlp Atllua ue Jo lueuateueul u! enlpp aJe oq/v\ slua8e pue ,sJequau ,saaAo;dua 'slap;oqaleqs 'slauyed 'santlnf,axa 's.toparlp 'sralgJo asoql sapnllur 'uosJad,, ulel eqr .&!lua c11qnd e qlliv\ sseulsnqpesueJl o1 salldde Jo spesueJl as!/rueqlo Llllq/n Jo '&!lua r11qnd e Aq 1e; ,"r1r", .ro spoot tro uolslno.rd JoJ peJruof,Surpurq e olu!ralua ot larnod le8a1 aq1 qluy\ salels pa]lun aqllo ro ale$ aglJo s/v\el aql rapun pazlue&o rtlllua.rouosrad leJnleu Aue sueaul 'sa1n1e15 epuoll '(e) (r)agrzgT qder3ere6 u! paulJap se ,,uosrad,, e leql puetsJapun I .L 'aletlu+e ue peraplsuol aq lleqs sqluour 99 Bulpaca.rd aql tupnp eppoll ug .aupc Allua cr;qnd e;opalll^uof, A|3u;rnou>| se/vl oq/v\ uoslad y 'uoslad JaLrloue sloJluol uosred auo leqr asel erf,eJ eu.rlrd e eq lleqs luauraarteqltual e Japun enle^ lalJeul rleJ Joj lou uaq/n suoslad tuotue aujof,u! .ro 1uar.r.rd1nba 1o tu1;ood e ro ,uosred Jeqloueu! lsaralul JleJ loJ ]ou uaq/n suoslad tuoure auof,u! tulllo.rluor e turlnlllsuof, seJeqs Jo auo Aq dlqsraurvro epuol, ,r.lf,eag lulpueuJal jo Arlf aq|aletlu+e ue Jo tuouta8eueut aql u! anlpe aJe oq/n slue3e pue .sraquraur ,saaAoldu.ra ,slaploqaleqs 'srauued 'serulncaxa 's.rope.r1p 's.racg4o asoql sapnlf,u! ,,ale!lu+e,, urJa] eq1 .euul rllllua c1lqnd e Jo papl^uol uaaqseq oq/t't pue fi11ua aqllo luaua8eueur eql u! e^llre s! oq/vr uosrad leJnleu ,tuelololuol aql rapun rqlua uy .z lo 1aullr Alllua r1lqnd e Jo paplnuol uosrad e Jo JossaJlns ro rossaf,apa.rd y .T :sueau ,sap1e15 eppol1 ,(e) (f)gEf .Zg7 qde.rte.red u! paulJep se ,,ate!luJe., ue teql puelsrapun I .9 'lrspran tunf e 1o ]rnsar e se ,68GT ,1 {nl rase uorreulro}ur ;:.,r"Jffffi?,ffi;,f:;i3;r:".{lj;rT#l[r,;;fj:1lli::: lul ale$ ro lerepeJ Aue u; 't;1n31o uollellpnfpe ue ]noql!/v\ ro r.ll!/n aurpc A1r1ua o1lqnd e Jo uollf,!^uof, e ro 1l1nt 1o gulpur; sueeul 'sa1n1e15 epuoll '(q) (e)gE|r87 qde.rte.red u; paugap se ,,uo!]f,!nuol,, Jo ,rpel3rnuof,,r leLll puelsJapun I .s .uollpluasaJd alsl r.u I egaleur .ro,A: el ldsu oo €uuaala>1ce.r 'uo1sn1;or 'fuaqgq 'gaql 'pnel; '1sru111ue Sugnlonu; pue salels pal!un eql Jo Jo elels .raq1o Aue 1o uolsl^lpqns 1er;111od lo Arue8e {ue lo &!rua c11qnd Aue o} paplnord aq o} sel!rues ro spoot JoJ perluof, ro ;esodo.rd Aue .o1 pe}!ur!l)u lnq 'tu1pn;cu1 'sa1e15 pa]lun aqt q}!,t\ Jo alels raqlo Aue 1o uolsrllpqns 1eo;1;1od .ro Aouate ue ql!/n.ro Aillua ,;qnd Auet'll!/n sseulsnq Jo uo!]f,esueJl eql ol palelal Arre.rlp pue ol padsa.r qlrn uosrad e Aq rvrel lerapa3 Jo alels Aue rto uorlelo.ne sueaur 'sa1n1e15 epgol3 .(t) (e)ggf .Zg7 qde.rte.red u! peugap se ,aurpf, &!lua r11qnd,, , irqf puelsJapun I .V zava0s!a^oqepaueuJapp!gaq}o1d1qsuo11e;a.rAupue@saueuA61.g :raqunN fiunce5le1rog lnoA;os}F!p(')Jno}Fe|aq}apnl]u!,Nl3JouaneqnoApue.ro1a1ldo.tdalosellls| (rutu)JaqulnNuo!}e]!#}uap1.raAo1drrr3lelapaJ(a1qerr1dde4|lpuesl ssaJppessaulsnqasoqm(lapHe)Aqpag;rrrqns$lueule}e}suJo/nsslq1.z 'sef,!ruas le^oulau luaurlpas {eell Hd 8o-EZ-ZT # gll roJ plg r{}l/v\ pailuqns s! luaua}els uro/ns slqr 'sHM UtlstNthtovor olzluoHlnv ulf,lljo ulHro uo f,n8nd AuvroN v Jo tf,Ntstud il{t Nt o3Ngts 18 rsnw htuoJ stHt s]t^llu3 AlllNl f,ll8nd No'(vl (gleereez Notnls's'J utoNn rNShnwts Nuorns 447 'ussY /0€loN l?uollsN qtnorql pspuog 9Z0Z '62 ^oN sajldx3'rl,uroJ /(W 'g8E tt HH # uorsslu,uroJ Ppu0lJ r0 alels - )!lqnd ^r€loNr3i.s3)t 0t ANvJJtl sal!rues le^oulau luaujlpas leeJl Wz |2ry:sartdxa uotsslurr.uo3 A41 Hd 80-€z-zl # 8J fueloN paplnold seq'uoltef,l}!luapt se lJo 'eul ol u/rtoul leuosrad qpue'y797 'hrcnsfr 1o Aep--l s!g] uo a^oqe peprnold areds aql le alnleu8ls\4+a iaq/s;q pexu+e 'aut Aq uJo/v\s Suraq 1s.rg lege 'oqrn 'Aluoqpe pautrslapun eql ,ltAl lUOJlg CljUVlddV ,AllVNOSUld Y ^p$o)q JO t"lNnof, nY \)olJ JO 3MS :alecl "22 Jq ('sarlrue5 leJauag Jo ]uau:uedaO eql,qlyvl turpued ro 'Aq uarel uolpe Aue aqrJ]sap aseal6) 'ls!l l lull pelf,!^uol aqt uo pareld ueaq ]ou seq alerlu+e ro uosrad aq.t- ('raplo leur; aq1;o Adoo e LllP$e asea16) 'ls!l t/t|Ull pal3l^uof, aql ulo4 atelluJe lo uos:ed aql aloulal o} }se:a}u! orlqnd u! se/n }l }eql paulurJa}ap JalUJo Suueaq aql Aq paralua Japro leu!, aq1 'stupeaH a^rleJlstumlpv Jo uotstnlo 'epuolj jo alels aql Jo Jelt#o Bug.reaq e eJoJaq tulpaaro.rd luanbasqns e uaaq seq aJaql ']sll WUll pe]lt^uof, aql uo pareld se/v\ alelluJe lo uoslad aql- ('rapro leug aq] Jo Adoc e q3elle asea16) '686T 'r {n1 o1 luanbasqns ar.u1.rc A1r1ue r1lqnd e }o pap!^uol pue qlrvr pa8.reql uaaq sell Altlua eql Jo alellu+e ue lo 'A1g1ua aqt +o luaura8eueul u! anllce aJe oq/n s1ua8e ro .srequraur ,saaAoldua ,slap;oqaleqs 'slauyed 'sanllnoaxe 's.to1ca:1p 'stalg4o aql lo arou lo auo Jo ']uarrtalels ulorv\s slq] tullllulqns Alrlua aql- '696I 'T A;n1 o1 luanbasqns atul.rc A111ue r11qnd e lo pap!^uoo pue q11rn pa8.reqr uaaq e^eq &llua aql lo elelllJJe .rou 'fig1ue aq] Jo luaura8eueur u! anrl3e ale oq/v\ sluate to 'slequ:aur ,saaAo;dtua 's:ap;oqaleqs 'slauued 'sanllncaxa 'sloparlp 'sraogJo Aue lou 'luatuale$ uJo/v\s srql Surg;urqns A1g1ua aq1,EI4IPY (sargdde luatuale5 q3!q/vl alef,tpu! aseal6) .luaualets uJo/ns str.l] 3u1p;urqns Auue aql ol uollelal u! anj] st /v\olaq palJeu a^eq I qf,lq/v\ luaualels aq1 Ja11aq pue uo!]eurrolu! uo paseg .g 448 saf,lrues le^ourau luautpas Iearf,Hd 8o-tz-zl # sl.t .sasuegujnf,lll patueql jo uoseal Aq snoauoJla auo3aq seq Jo pa$luqns uaq/v\ snoauolJa se/vl uolletulual sl! leql sujeal ]uedllluedfueulud anlpadso.rd aql aull Aue le J! paltruqns sr lesodo.rd slrll r{rq/rr\ ol Arua3e ro luau:pedapaql o] arllou uallun alelpeulur aplaoJd l1eqs luedlcrped fueurl.rd arypadso.rd aq1 .c ']rnelap Jo esnef, JoJ uolltresueil slrrl aleuru,ar Aetu Aruate lo luautuedap eql'lueuuranog lerapeJ aql o1alqel!e^e sarpaueJ Jaqlo ol uollrppe u! ,uollellJlual snoauolra ue palapua.r {tulrnou>lluedrclued fueur1.rd anlpadso.rd arlt }eq} pauru1a}ap ralel s! t! Jl 'uo!]f,esueJ] slql olu! relua o] pauluilalap irueSe lo luau.lyedep aql uaqrr pareld se/vla3uellal q'!q/v\ uodn pe;;o uolleluasa:dal leuarer! e s! asnets s!q] u! uo!]elulual aql .q 'uotltesueJl sll'll u! uolledlllued uto.r; uoslad qcns r{41|enbs!p lleqs uolleue;dxa Aue ro uo!}ef,gual e qsluJnJ ol ]uedptued fueurpd anlpadso.td aql Jo arnl!e] 'renamop 'uo!}f,esueJ1 slql olu! Jalua ol Jaqlaq/v\ uolleulurJalap s,AcuaSe ro luauruedap aql qrn'\ uolpeuuof, u! paJaplsuol aq lluvl uolleueldxa Jo uollelUll'laf, aql '/$olaq lno las uollelgluel aq1 ap4o.rd touuef, l! Aqil,\ 3o uolleueldxa ue 1!ulqns lleqs lued!3lued anllradsoid aq1 'uolpesuert peJe^of, s!ql ul uolledl'lued jo leluap u! llnserAlgessarau lou il!/n /nolaq pa.rlnba.r uolrellJluar aqr ap!^oJd o1 uosrad e;o ftrlrqeu1 aq1 .e 1/v\olaq lno lasuollelulual eq18ulp1no.rd s; lued;r1yed fueut.td anlpedso.rd aql 'p!g slql Burg;u.rqns pue turu8gs Ag@ 'lesodo.td s!ql Jo uolleueldxa ue qleue 1;eqs luedlrlued anlpadsord qcns .uollel*luaf, slql u! slueulale$ aql +o rtue o1 ,{+tuac ol elqeun s1 luedrelged fueurr.rd anr}radso.rd aqt araq1^ 'llnelap lo asne3 roJ peleutullal (lelol lo ,a1e15 te.repal) suoltf,esueJl cr;qnd aroul Jo auo peq lesodo.td/uotlerlldde srql Surpara.rd pouad .reeA-aa.rql e ulqlr/n lou a^eH .p pue luollecgrpac srq1lo (q) (1) qdelteted u1 palelaunue sasua#o egllo Aue;o uolssluu1o3 q11m (;ero, lo ,a1e1g ,1e.rapa1) {,oua lPluauuJanoS e Aq patreqo All;4r .ro A;;euur1.n asr/v\Jeqlo ro roJ pelllpu! Alluasa.rd lou aJV .c lfuado.rd uatots turnlaral lo ,s1uaula1e1s as;e; 3u11eu 'sprose: Jo uorpnJlsap ro 'uo11el$!sleJ fueqpq ,fua8ro; ,gaq1 luaualzzaqura ]ouolssltlltuol Jo salnlels ]snJlllue alels Jo lelapal Jo uollelol^ luolpesuell r11qnd e lapun pelluos Jo uollJesual (1ecop ro 'a1e15 lerapal) oglqnd e Bugr.uloS:ad :o ,uqelqo ol tulld1ualle ,tururelqo q]!/v\ uolpauuof, u! asuaJJo leuluul e lo pne4 Jo uolssluuro3 JoJ ulaql tsuleSe palepuer luaurtpnf ll^lf, e peq JoJo paplAuo3 uaeq 'lesodo.td srql tulpaca.rd pol.rad:eaA-aalql e utqill/\ lou a^eH .q iAcuaSe lo luauiJeqap leJapel Aue Aq suolpesueJt peJa^oJ uroi3 pepnlJxa {ye1un;onro 'a;qgtqlau! pareloap lueurJeqap ro1 pasodo:d ,papuadsns .par:eqap {1uasa.rd tou aJV .e :sledlcupd sl! leql Jalleq pue atpalrnoul sltlo $aq aql ot sa!,luar luedlcryed fueur1.rd anrpadsold aq1 @@ 449 sal^les le^oueu lueutpas laall Hd 80-€z-zT # 81t 'lesodoJd s!tl] ol uolleueldxa ue q3elle lleqs luedlllued a^lpadsord qf,ns ,uo!]ef,Ulual s!r.ll u! slueulate$ aql lo Aue ol lstuec ol alqeun s1 luedrcrped .ra11 .rarvro; anlpadso.rd aql eJaqM .q 'Acuate lo luautuedap lelapal Aue Aq uo!]lesueJl s!tll u! uolledrorped uo4 papnl3xa A11.re1un;on lo ,a;qltr;aur paJellap 'luauileqap lol pasodo.rd 'papuadsns ,palleqap Alluasa.rd s; s;ed;rupd sl! Jou ]! laqltau ]etll 'lesodo.rd s1q1 Jo uotsslulqns Aq 'sagryar luedrolued .re11 ra/v\ol e^tpadso.rd aq1 .e @@ ']lneJap Jo asnef, JoJ uolttesueJl slql aleu!uIJal IeuJ Acuate Jo tuauuedap eql 'JueuJuJenog leJapaj eql ol elqelle^e serpeural Jaqlo ol uorllppe u1 'uollresueJl s!r{t ur uorledlrrped uro.rl papnllxa A;1.re1un1on lo ,alqrtr;aur ,pal:eqap ,papuadsns sl ol.l/n uoslad e qluv\ uolpesuel] paJanol Jall Jamol e olu! sJalua llSulrvrou>g uor]f,esueJ] paJe1ol e u! luedlrlped e 41 'suotllrulsu! asalll Jo (9) qde.r8e.red .rapun pazuor.llne suoqf,esue1l .ro4 ]darq .r 'stugleap ssaulsnq,o asJnol fueu;p.ro aq] u! uos:ed luapn:d e iq passassod Alleul.tou s! t{l!q/n }eq} paaf,xa o1 pa.rlnbar }ou s! luedlclped e }o uolleugoJut pue atpalrnoul aql 'asnell slql Aq pa.rlnbal uolle3$lual aqr qlleJ poo8 ur rapual ol rapro u! splofar ;o r.r.ralsAs e Jo luaurLlsllqeFa alrnbal ol perutsuo3 aq lleqs tu1o8aiol eql u! pauleluof, 3u1q1op .q '1sr'1 luaura:noo.rd -uoN eq] >;raqc 'o1 pallnbal ]ou s! 1nq 'Aeul luedorped qce3 's1ed1rur.rd s1 ;o A1r1rqr8r;a slql saulullalap l! t{llq^ Aq Aruanbal} pue poq}au aql aploap Aeur 1ued1o1}red y -snoauorJa s! uollef,utilal eql leql s/nour t! sselun 'uolpesuell parsnof, ar.ll ulo4 papnlsxa {1pe1un1on :o 'a1q13r1au1 'papuadsns 'palleqap lou s! ll leq] uolpesueJl paJanol lall Ja/nol e u! ]uedltlued anlpadso.rd e Jo uoltef,ulual e uodn {ar Aeur uollcesuer} paJa^oo e u1 luedplued v .E 'suOlpesueJ] paJa^of, Jatl Ja/vlol JoJ suOtlellf,llOs lle u! pue suollsesueJl paJenol lell Je/v\ol 11e ur 'uorlelljlpouj lnoqtun ,uolpesuell paja^ol slr.ll o1u1 tupalua Acua8e lo luautyedap eql Aq paplnord .,'uo11f,esueJI paJaAoJ JalIra/vlol - uorsnlsxf fue1un1o1 pue Alrlrqrtrlau; 'uolsuadsns 'lueurreqa6 Burp.reteu uo!te3u!ua3,, palrl asnel3 aq] apnllu! ll!/v\ l! ]eqr ;esodo.td slql 3ululurqns Aq saarSe raqunJ tuedlclued fuer.r,r1.rd anlpadso:d aqg J 'uo!]tesueJl s!l.ll otu! Buualua Aruate :o luauruedap eql Aq pazltoqlne ssalun 'uolpesuell palanof, slql u! uolledlclued uo4 papnlsxa All:e1un;on .ro 'a;q1t11aul palellap 'papuadsns 'pareqap s! oq/v\ uoslad e r{il/v\ uorpesueJ} paJenof, lall Je/v\ol Aue o1u1 .ra1ua AlSulrnoul lou lleqs l! 'o1ug palalua aq uotlf,psuell paJeloc pasodold aql plnoqs '1eq1 ;esodo.rd slql turgtuqns Aq saa.rte luedlrlued fueur;.rd anlpadso.rd aq1 .e 'suo11e;n8al asaq]]o Adoc e tulu;e1qo u!af,uelslsse JoJ pagluqns Sureq sr ;esodo:d slql qtrltlrv\ ol Acuate lo luaupedep aql peluol Aeut no1 '6hSZT JapJO a^!]nlax3 Sulluauagdqr! salnJ aqlJo suollf,as atelanoS pue suolltugaq eql ur lno las s8ulueaur aql eneq 'asne;f, slr4l ul pasn se ,papnlf,xa {1le1un1on pue tesodo.rd tedpul.rd 'uol}Jesuer} palano3 fueur1.rd 'uoslad 'luedrcryed ,uo11cesuel1 paJa^o3 Jalt Ja/nol 'e;q13;;aur 'papuadsns 'paleqap 'uolpesue:1 paja^of, stujel aqI 'p 450 serrruas le^oulau lueutpes )eaJf,Hd 80-€z-zT # 8I 'sgulleap ssoulsnq Jo asJnof, fueurpro aql u! uosJad luapn.rd e Aq passassod Al1eu.rou sl ql!qA'\ lerll peelxe o1 pa.rlnba.r lou sr luedglyed e jo uolleutJolu! pue a3papvroul aq1 'asnels slqr Aq pa.rlnbal uo!]ell}lual aqt qlleJ poo8 ug rapual o] rapJo u! sprof,ar 4o uapAs e Jo luaurqsllQere allnbal ol panrlsuol aq ilpr.ls tugota.rol aql u! pauleluof, tulqloN -B '1s11 luauralnrold -uoN aql >paqc 'o1 pa:rnbar lou s! 1nq reur luedp;yed qce3 .saldlcupd s}r 4o A}lilqrt11a aql sauluJatap l! ql!q/v\ Aq AruenbaJl pue Por{lau aql ap!3ep Aeu.r luedlolued V -snoeuoJJa s! uollesulua3 aq] leqt s/vloul ]l ssalun 'uolpesual paJanof aql uoJJ papnl3xe Alpelunlon lo 'a;qt8t1au1 'papuadsns 'paleqap lou sr ]r ler.ll uolpesuell paralol Jall Je/nol e u! tuedlllued arupadso.rd e Jo uorlelulua3 e uodn A1a: Aetu uolpesueJl pera^oc e u1 luedlclped y l 'suo!]lesueJl paJa^ol rarl Ja/nol JoJ uolle]!f,llos lle u! pue suollf,esueJl pale^ol Jall Ja/nol lle u! 'uollel$lpolll lnoql!/v\ .,'uolpesueJl paJaAoJ JalI Ja/no-l - uolsnllxl fuelunlon pue A1rlrqr8rlau1 'uolsuadsn5'luaureqa6 tulp.retau uo!te3!Jrua3,, alllt esnell slql apnl3u! llUY\ l! leq] ;esodold stql tulprrlqns Aq saarte Jequn1 tuedrclued Jetl Je/,/\ol arypadso.rd aq1 .e 'peleu!8go uolllesupJl str{tr qr!rl/v\ q11rvr Aruate lo tuautuedap aql Aq paz;roqlne ssalun ,uolpesuell pala^of, sltll u! uolledltlUed uro.rl papnltxe A;llelun;on lo 'alqtt11au! paJellap 'papuedsns 'parreqap s! oq/vl uosrad e qluvl uolpesueJl pe:alol Jalt Ja/nol Aue o1u1 .ra1ua AlSulrnoul lou lleqs ]! 'o1u1 pelalua eq uollf,esueJl paJano: pasodotd aql plnoqs teql lesodo.rd srql Buqgurqns Aq saa.r8e tuedlrlUed rell rarv\ol enlpadsold aq1 .p 'suo11e;ntal aseLlt Jo Ador e Burulelqo ut alueplsse Joj peplutqns st lesodo.td s!t{} tll!t{/n ol uosled aqt pe}uol Aeur no1 'ivszuepro e^rlnoaxf Burlueualdt!! salnr Jo suolpas atelano3 pue suollluuao aql u!]no 1as stulueeur eql aneq 'asne;c slql u! pasn se .papnlcxa Alpelunlon pue 'lesodold ted;ru1ld 'uolpesuerl paJanol fueurgd 'uoslad ,luedlelyed .uolpesuell palanof, latl laly\ol 'a;q1t;1au1 'papuadsns .paleqap .uolpesuell paJa^of, stuJal aqr .3 'sa3ue$tunf,J!f, paSueqr Jo uoseal Aq snoauo.t.ta auosaq seq Jo palllulqns uaq/y\ snoauoJla se/y\ uo!]e3utua3 slt leql suJeel luedtrlued rell re/nol anlpadso.rd aql aull Aue te J! peuruiqns s1 lesodo.rd srql uoq/n ot uos:ad aql ol ef,llou ueuu/v\ alelpeuJuJ! aplno.rd lleqs luedlrlyed .ragl larvrol enlpadso.rd aq1 -q 'luauleqep lo/pue uolsuadsns tu;pn1cu1 'salpaurel alqeltene ans:nd Aetl paleuqtr.ro uollf,esueJl slql Ltt!r.l/t'\ qrrn Acuate Jo luauuedap aq1 ,luauru:anog leJapaj eql o] alqelle^e salpeulal Jeqlo ol uo!ilppe u1 'uo11ecglyaf, snoauoJJa ue palapua: A;Surrvroul luedlllued :ar1 Ja/v\ol a^lpadso:d aql leql paulutJalap Jelel s! l!I 'olu! palelua se/n uolpesuelt slql uaqrvr paoe;d se/n af,uellal q3!q/v\ uodn pe]Jo uolleluasaJda.r lepaleu e s! asnelf, slrll u! uolle3!,tuatr aql -e 'Molaq lno las uolle3utua3 aq13u1p1nold s! luedlclued rallrarnol anlpadso.rd aql'lesodo.rd srql Sulplurqns pue tu1u81s Ag 451 sef,rruas le^ouau luorulpas laarf, 'luaureqep lo/pue uolsuedsns tulpnpul salpaual alqelle^e ansrnd Aeur paleultpo uolttresue4 slrll q3!q,u qryn Acuate :o lueutuedep aql'lueuuJenog leJepa3 aql ot elqellene se!paulel Jeqlo ol uolllppe u1 ,uqpesue4 slr.lt u! uolledp;ped uro.r; papnllxe {pe1un;on .ro 'a;q1t;;au1 ,pareqap ,papuadsns s! oqm uoslad e qlr!1 uolpesueJl peJa of, Jell Je/nol e olu! sJelue Altuynoul uolpesueJl pa1a1of, Jamol e u! luedlllued eg'suolpn.l5u!aseql1o (g) qde.rte.red lapun pazpoqme suolpesuerl.ro;1dacg q Hd 8&€z-zT # 8Lt ,,1 :elul ;o alnleut6:lelluJo 2o2 -o- zo :alec lqt.t4l -t*to2 (/l :Japp!g 452 sarrruas le^oul3u luaulpas laarl Hd 8e€z-zr # 8I alec 4uno :a|ilI :aJnleutls pazuoLllnv UI ?-t :Jeppt€ ALIfeql qllrv\ perluof, aql ol luensJnd lro/vt ruro#ad ol rapplg aql Aq peutlsse suosrad llv T pue tepuol1 u!r{l!/vl satlnp luaurAo;durauloyed ol perluof aqllo ural aql Eupnp rapplg aqr Aq paAo;due suos.rad ;;y -r :;o fi;ltqr8t;e luaurAo;dua ar4l urJuuof, ol 'ualsAs er{} }o asn tulu.ranot sruJa} aql q}!/vl rsuepJof,3e u! 'ualsAs r{tr;la1-3 sy'lr.rncas puelauoH Jo luauruedac 'S'n aLll azll!il lleqs rappt€ :turrrrrollol aql ol saalte pue satpal/y\oq3e Japplg sal!rues le^ouag luaul!pes {aaJf :uopdprseq pafo.r6 INtl EMS AJtUln-3 Hd 8o-tz-zI # aLa :raqurnN pr8 453 ussv fu?ioN leuollEN q6norql PapuoS gu 0I '62 ^oN slldxl 'tltuol Aw tsSElt HH f uolssltluroJ PPuolJ ,o alels - lllqnd fueloN u?rsll 0l ANvJJll sal!ruas le^oulau luaulpas IaaJf,Hd 8&€z-zT # 8It EJ fueloN :salldxa uolssltu r.r.ro3 461 uorlef,ljtluap! se d seq JOATNnOf, <)Y l-\oH JO trvls :alec aJnl eutlg hz 'stur.rd5la1u Jo AflJ aq1{l1ou {alelpauuurl ilt/y\ ,lapptg paureu-enoqe aqt lo Jleqaq uo ,g ,sal1ruas;o uolslno.rd aq1 u1 paurluap! s! lseralu! Jo llluuo3 e leql lue^e eql ul .6 'stugd5 reluln Jo ArD aqrJo lradse Aue u1 lsaJalu! palsan e seq #e$ Jo 'luetuateuetu .ro dlqs.rau/v\o s,Jepplg aql to Jaqureur ou leql ,Uuac t'stupd5 ralulA Jo Artl ar'lr q}!/\ uolrrsod papala ue tup;aas Alenlpe ro uo111sod eaAo;dua ue ro} SurAldde Apuasa.rd s1 luauta8euer,u .ro dlqslau/no s/epplg eq]]o raquaul ou teLll AJluar 1'pafo.rd s!q1io; slsaJalu! fuado.rd lo ,spelluoc ,quaglc.ret;lo Aue o} enp lseralu!Jo plUuo3 1e11ua1od Aue aneq uaql q1tn pelelrosse auoAue lou 'sa1e11g4e sl! rou repplg aql raq]laN'Acuety leJepal lo'a1e15 lerol Aue Aq turpal perluof, u! uolledlcued uo.r1"1q,tg1"u, as!/ruaqto lo papuadsns rtlluasa.rd st 'ulaqt q{/$ pa}ellosse auoAue rou 'satellgJe s}! rou rapplg aq} raq}laN 'pa[o.td sllll loJ ]f,erluo] eq]]o uo!]nf,axe pue fuessarau J! suoltello8au;o uo11a;duror aql lltun e]ep tu;rt.rd Jo uolssn3slp eql splllsar luaualels slr,l1'p!g a^oqe aq] JoJ le]tlu,qns s,JapplB aqr qr/h uolpeuuol u; tu;c1.td anllladuor aaJrJo sluleJlsar ur uolpe Aue ua1e1 es!/rueqlo.ro ,uolsn;1oc Aue ur peled!3lued 'luau:aelte Aue olu! perelue {na.r;pu1 .ro Alpa.rp seq repplg paureu -a^oqe aq} rou luel#v aql reqraN 'pe[o.rd outes eq] roJ sprg Sulgurqns sellltue raq]o u! $aJetu! lellueulJ ou seq Jepplg paueu-e^oqe aq] leql pue panluqns tulaq s! ptg a^oqe aLll Jol lepluqns euo A;uo ]eq] saleg lueUJV aql 'a8palrvroul urvro aq/slq uodn paseq r^ep!#v er{} u! paule}uof, uolreuiroJur aql sapgnord pue fu1nbur 1uat1p;p apeu seq lueu+v aqr 'stu;.rd5 ratul^Alo &tC ar{r ro} p!€ e tu;glurqns s! rapplg pauleu_a^oqe aql ms! a^oqe paueu repplg aql ol dlqsuo;1e;a.r Au pue '(q7 r"{vd{-s1aueu461 :requnN fiynca5 1e1co5lnoA3os13tp(7):no1$e|eqlapnl3u!.Nl3louaneqnoApue.ro1apdolda|osex|@ s!(Nl]J)JaqunNuolle3u!}uap1.raAo1dur3|eJepaJ(a1qerr;dde1|lpue s!ssaJppessau!snqesoqm@(.rappte)Aqpau;ulqnss!}ueua}9lsuJo/nss!qI sallrues le^oulau ]uaujlpas leerf Hd go-Ez-zT # gll JoJ plg q]!,v\ pauluqns s! luauelels uro/ns slql %m *1 ro 'eur o1u/noul A1;euos.lad s! pue /,vzoz@T7_lol,e|'p!U1uoa^oqepap1no.rdaledsaq11ealn1eut1s ,"q@"*s4,'atl Aq uro/ns 8u1eq p.rg iage 'oqrn 'rQ.roqlne pau8gs.rapun eq] .lhl 3UOJJS O;1UVlddV ,rfffVruOSUf a FNnuq) '8 .L '9 's 'v 't 'z .T 454 sal!ruas le^our3u luaujlpas {aajf,Hd 80€z-zr # 8It atec lellu+o pazuor.llnv s/epp!€ lo 3lt!I pue eureN J2 / 'rq3 J4uafl ;o aln1eut15le!l!#o pazlrotllnv s Aue I'arnsolrsrp pue uoltelgtp al srql ol Agdd e 'sluauralets pue sutell esleJ JoJ salpaulau anlteJ1slu!tupv,g€ raldeq3 .3.g.1-1 I€ Jo suols!^old aq1 1eq1 saa:te pue spuelsJepun lopeJluo3 aql,uoglq u1 'Aue l! 'aJnsolf,slp pue uollef,glyal sI Jo luauale5 qsea Jo Acelnle pue ssaulnlqlnjl eql sulu+e Jo sagluaf,s 'rapprg aq1 (papuaure sel ZSS1S ?.S.n 19 ,luaupuauy Bu[qqo1-;1uy prAg 'arnlleJ qlns Llrea roJ 0O0.00TS ueqf erot! Jou pue OO0.OTS ueql ssal tou Joftleuad l!^.f, e o] pafqns eq ller.ls uo!]ef,!]tilal pa.rgnba.r aqt alg o] sl!e] oqrn uoslad Auy .apo3 .s.n .It al]!t,zs€T uolpes Aq pasodtttl uolpesuerl slqt olu! 3u1.ra1ua .ro tul1eu .rotr a1;slnba.rald e s1 uotlef,lJluaf, slql Jo uolsslurqns .olu! peralua Jo apeu sem uolpesueJl sltll uaqrn pareld se/n ef,uellel qllq/n uodn pe;;o uolleluesarda: lepaleur e s! uolle3glual slqt 'A18u1p'rooce asorlslp pue iglyac lleqs s1uald1f,erqns lle reql pue (slueuaarte antleladoor pue 'sueo1 's1uel8 lapun speJluol pue 'sluer3qns 's1f,er1uorqns tu;pn;cu1) sra1111e te spJe1r\eqns lle ro, sluaunf,op pJetne aql u! papnllu! aq uo!]elulual slqlJo atentue; aql teqt allnbu ;1eqs pautlsJepun aql .€ 'suo!pnJ$u! sl! qf!/t'l af,uepJo3f, e u1 ,.'tut^qqol lodag ot uIJoJ aJnsolsslc,, ''ll-uJJoJ pJepuels ilurqns pue epldr.r.rol llpl.ls pautgslapun eql.luauraa:te anlleladoor Jo 'ueol '1uut ']oe:tuoo leJepal slqr quivr uollf,auuof, ug ssa.rtuo3 Jo Jaquan e 1o aa1o;du.ra ue Jo .ssartuo3 1o aeAoldu:a Jo relUJo ue 'ssaltuo3 Jo Jequar{ e 'Acuate Aue;o aaAoldura Jo JeJlJ+o ue etuangu! o} tu!}dqrane JoSulruangul .ro1 uoslad iue ot pled aq ll!/n ro pted uaaq a^eq spun; pale;.rdo.rdde lerapal ueql raqlo spunl Aue 31 .z 'luetuaalte anlleladool .ro 'ueo1 '1uett '1f,et1uof, leJapal Aue 1o uo!]elgpour .ro luarlpuaue lernaual 'uoglenupuol ,uolsualxa aq] pue ,luauraar3e anlleladoor Aue 1o olu! 8ulralua aq1 'ueo; leJapal Aue 1o tu14eu aql 'lueJ8 lelapel Aue ;o Bu11eu aql .peJluof, leJepal Aue;o tulp.rerne aq] ql!/l uotJf,euuo3 u; ssa.r8uo3lo Jaquel l e 1o aaAo;dtue up lo,ssaJtuo3lo aaAo;dua Jo JalUJo ue 'ssalSuof lo Jaquau\l e 'Aruate ue 4o aaAo;dua Jo JeJUJo ue acuengul o1 tullduraue Jo Bu;ruangul .ro;uoslad {ue ol 'pautlslapun aqlJorleqeq uo ro Aq 'p1ed aq lllivl.ro pled uaeq e^eq spun, palelrdo.rdde leJepal oN .T :leql 'Jallaq pue a8pa;moul raq ro slq Jo lsaq aqt ot 5a!J!ual pauSls.rapun aq1 sluatuaalty anrluadoo3 pue ,sueo1 ,s1ue:9 .spel1uo3 JoJ uo!]elgluaf, tu;Aqqo1 turp.retag uo!]elglyaf - gT Ued .U.J.f, ,, ,y xrpuaddy uolle3uluaf, tudqqol-11uv prAS 'tur{qqo1 tulp.retag uolteculua3 - /nolaq eas .tualdller aql ol dn lall ol ra!] ulolJ paple/uoJ eJe sarnsotlsrp qlns 'pre/yle leJapal Aue tu;u;e1qo ql!/n uollleuuof, u1 ateld salel leqltpunJ lerepaJ-uou qlrn tutAqqo;Aue asollslp osle lleqs rer] qf,e3 '(papuaure se) ZS€TS 'f.S.n T€ Aq palanoc pleme Jeqto Aue lo 'lue.rt 'lre.rluof, leJapal Aue tu;u1e1qo ql!/|1 uolpauuol u1 ssaltuo3lo Jaqrxeut e 1o aaAoldqra ue Jo ,ssaltuo3;o aaAo;dua Jo Jasu+o 'ssa.rtuo3;o Jaqutau e 'Acua8e Aue;o aaio;dr.r.ra Jo Jalu+o ue a3uengu! ol tulldruene .ro tulouang.u; roJ uo!}ezluetlo.to uos:ad Aue Aed ot spun, palegdo.rdde lerapel pesn lou seq pue lou llr/vt r! leql a^oqe Jalt eql ol sa$lUal rall qle3 'uotlelUluac pallnbal aql alg lleqs aJout Jo 000'OOTS Jo pJerne ue loJ p1q to Agdde oqm sropeJluo3 455 sarrruas le^oueu luaulpas learf,Hd 80-€z-zT # 81t psol{}lsra^lp-rallddnslo-acgo/uolter$ru!ulpe-Aruate/u.roc'epr.ropAu.sup.rnrnm//:sdpq Alsrenro .rar;ddn51o aluJo eprrolr aql ro uollerl'!u!urpv sseulsng lleus aql se suollezluetJo tllns 1o 'a1e1ldo.rdde se 'atuelslsse pue sat!ruas aql Burs6 . 'sassau!snq pau/no ueJalan pue sasl.td.talua ssaulsnq s,uauo/vl pue'sassau;snq Aq.loulru pue;1eus Aq uo11ed;r;ped atelnorua ql!q/n'slulad luauarrnbal aql aJoq/n salnpaqls fuanr;ap turqsrlqelsll o 'saspdlalua ssaulsnq s,uotuo/n pue ssaulsnq Alt.toulur pue lleus Aq uorledtrgped unurrxeur lur.radol salilluenb lo qsel Jalleus o1u1 'a1q1sea; A;;elurouof,a uaq/n 'sluauatlnbe1 ;e1o1tu1prnrg.sooJnos ;e11ua1od ale Aeql Janauaq/v\ pal!f,!los ale saspdlalua sseulsnq s,uaulo/n pue'sassaulsnq {1pou!ru pue;1eurs leqtguUnssv .sls!l uolleilf,llos uo sesl.tdlalua ssaulsnq s,uotuo/n pue ssautsnq Aluoulr.u pue lleus pag4penb turoel6 'fuessacau se'paqrepe aq Aeru sated leuotltppv .srurll eaJV sn;dln5 Joqel pue lSnAhlSlo esn ;el1ua1od pue tu[11uapr Jo] ue;d s,r.u.rg lnoA aqycsep aseald ./nolaq petrl se sda$ aAlleuJu+e e^!l aql alel ol 'tal aq ot ore sperluof,qns 1g '(slopertuo3 aur.r6) srapplg 1eq1 sa.rlnba.r AJI aql 'a;qlssod uoq/n pasn aJe sruJl1 eaJe snld:ns Joqet pue 'sesg.rdlalua ssaulsnq s.ueuto/v\ ,ssaulsnq I11.tou;tu teql alnsse ol sdals a^lleturuJe fuessaoau lle a{el o} sluauurenot 1erol sallnbal Tzt.OgZS UJ) z Hd 8o-EZ-ZT# 8J palord sao!ruas le^ouag luaullpas laarf : aueN pafold :(rapplg) orueN Aueduro3 uollezlllln surlJ eary sn;drns Joqq pue '(lgmyg5) sespdJeuf ssaulsng s,ueuton pue ,filroulyu ,lleus o a a 456 09tgg -tJ'[Atvtntr l_s .LS !.6 MN S0g H=INnF{ Xs= ugFfv erui- sserppv ? atueN l-;e]-af I(s-[ro-sf e.ffia@rtffi aAAE -tJ'3-Xt |ANOSXSVT "=nv =ctsH=tnrH g{F .3NI .STN:ISV NOIIVIJQdUCS S=IVIS O=TINN -s-sa.ilrpv?Errml[rm6v-p-slitsT6iru 0Etgg -IJ 'thtv!&lt rs IS t6 f\'tN 00s 5s?.IFi-plr-6[peg[ 0E tge -tJ 'tk1{vltA[ .n-s IS 16 IWN 009 srFFvlEdlwl =AtISV XJ Ea$en [/80 =NON Lgz6Lt000edl $rlEls pE[J *tEe rsEulnN tEIn:H JsqrllnN w.urrcog alrts w6w 31-I gN[NCtr -TV|3H=1'U]1|O3 Sfi Aueduog Il;1$e!-X pailutril epgolJ , outEN ,{lRua ,Q lprao{ro1s1H euepbp-'- EFlahI o;i-457 sal!ruas le^oulau tuauJtpes IaaJf Hd 80-€z-zT # 8l-t 3z 6t (spro1y1ul) aa: ]-re)P^H 3 v)n aa1 :otg lvrol 'peqseue se '1cer1uoc palnlaxa Jleq] qit/v\ papnllut aq pue rapplg alqtsuodsal lse/v\ol aqt Aq paprno.rd aq lleqs sanlen Jo alnpaqls paltelap aql 'pa/v\olle eq lll/v\ uoglesuaduoc leuolllppe ou pue ]leJluol eql ot letuaplru! paJaplsuol aq lleqs /v\olaq ural! palstl e tou s! aJaql qf,tLl/v\ JoJ lroM'slltu:ad pue 'sue;d ';enue61 palo.rd aql ql!/v\ aouepJoof,e ur sr,ua]t IJo/v\ aq] e1a;du.roc o11r1o.rd puP spull lle Jo slsoJ pue 'peaqlano 'pa[o.rd aql Jo uo!]f,nJ]suoJ o] an!]elal suolle.rado lle Jo a3ueu.royad ,uorgeyodsuerl 'luautdlnba 'roqe; 's;epaleu llp luasardar qllqivlsac1.rd lelol pue slrun lelol 3u1mo11o1 aql salel!pur Aqa.raq japprg aql 'sNo tJcN ol No tllnuIsN ol-3ud l_33ht ot o3u lnD3 u Sl NOIIVUOIS3U 'lvNOll-l0OV Jl lNlt U3llC OI SHdVUSOI-OHd ONV O3OIA NOlllnU$NOl-tUd JHI MJlAtu ]]lM Ltf tst '(O:olrr,r Jt) f,u 'gtrttlNil 'u3!-n9 8 sunl 'llvuouvng 'sAV/v\3Aluc tlv/v\3cts Jo Notrvuorsiu lHl- sscntlNt stHrNoulnu$Nol Jo IUVIS lHl- Ol UOIUd NVHI NOll-lCNOl uil.l3s uo tvno3 NV ol NO|IVUOIS3U ]]V UOJ lSOl 3Hr 3on]lNt llVHS lsol cts lsvS'1v101 ot8 'uoA3AUns 0lulrst9iu votuolJ v le (rvror s) NOllVlO] lVAOhlSU 1N3U!lC3S HlV3 UOJ AIAUnS J-lln€-sv oNV SgN|MVUC OUOI3U gNtUVd3Ud UOJ tSOt 3H]S3Cn'ltNt ti!3Lt AVd stHt- 6 'slsol]vsodslc cNV]nvH gNlcnllNl 'Nollv^Vlx3 "llNNVHI UOr ClUtnD3u )uoM -l'lv uoJ tsoJ 3HlS3Cn'llNt l^tlt AVd StHl s 'slsol 'lVSOdSlo 0NV'inVH gNlOn'llNl '9NlSsnUg CNV gNllvl'If, 3^l1l3]3s UOJ C3Utnblu )UO/v\ IV UoJ lsol lHl sScn'ilNt hEIt AVd stHl n INnOWV 0r8]VIOI3Hl lO %0T NVHI IUOIA l€ ION "l"tvHs NotlVZt.ilSOr ,l uoj tltud Nns dnnt 3Hr 1 :stroN t^3lt Vd 526.'B t6.r(sr^r3lr ]]v Jo wns) ct8 3sv€ lvror 6 h6'o1,s h8'oh I s'1 ^3AUnS IllnS-Sv CNV SgNt/vVUO CUOItU z-6666 6 og5 '?og s'?I s1 sHdvu90IoHd cNV O30tA NOtl]nutsNol-lsod oNV - lud T-5666 8 oh7'oL 0g'ol 008'z AS cos 'JUru :lruVnUO:U:a z-T-oLs L oe1 h E 0a.z6t 08r NI 9NtNl't Hllro IU t-€-0€s 9 ooo 66 I 00'0hl 0s€'T Al NOIIVAV]X3 l3NNVH]s-0zT s osg tz oo5 6 €'0 ]V 9Nr88nU9 0NV 9Ntuv3]l l^tll3lls z-z-gtt v oos 04 I st NOllnl]od U3l_V/v\ ONV NO|SOU3 JO lN3ht3IV8V CNV -lOUtNOl'NOtlNSnlUa ,t-v0I € ooz orz I s'l (ruvurslola ]]NVN3INIVhIcNV ulnnfrHrn) lsrvut ro T.7OT z os 5'lt o;s'Lt I s'l (rNno^v cl€ ]vlol Jo %oI O33lX3 toru trvHs) Notrvzt'l t€oht:o/Norrvzrr reon T-IOI T 'tvIoI lf,rud llNn AllINVNO llNN NOlldluf,sSo n3ll t illt AVd looJ # NOtI\nngVI Otg - y x;puaddy 458 vz$z rteruqeg p rep ql6 ** Jo ra,uql e$ u! rnJot lEs slolrEllp lo pJBoq eql lo suompsgu el,{ petpe$p pue 6u;o6ero1 eql 1eql AJ;IU3C .uo[eJodt€ utsucrsy\ E {tuauo4org slqr elDpllDAu! lou saop uotssluutor s,fuo1ou ;o uqlor;dxg) 9207,'82 JaqualdaS- :sa1dx3 uolsqurr.uog,el oflqnd IEpN cNt dnoue !_=uns H=111V ($€)zslazcsuo n 'plegl1oorglo 4C aqp papes pue peuQg 000t-26 'sJoJ u! ilou eJe.{eu.lopy le$ r€rourJsr0rru pue :pe)p^eJ ueeq lou seq pue arot lllu ur suleus ltauogry 10 lenoS 'ANVdl,llOC A_EIU1S Cngn63u elg e$ Jo Ire4e.rces Uelqsse ,peuQoepun erg .1 :twclJt-1U30 ')) 'uoperodtoo pes p sJolcaJlp lo pleoq ar41o Apoqne eq Aq paun4su pes aql ol pequcsqns pue pexue ,qnp aJe,$ sJ@l$o qcns se sa.rnpues rlaql puglPs elaodJ€ pl?s pltl pua 'uogaodro aw lo Fes aql s! luarnqsu! a oqB eql ol pe4se lBas ar4 1eq puB 'pesaJorp uo$etodr@ er4 p sraogo pps eq1 a;g 1oqlle$ :fes pue aeodap [11aanas plp 'llJo,us ,!np au Aq 6qaq puE 'alrles arg lo uorE exa at4 peopeprouype rpee iaql pu" rra,rrrrii,! e oqe aql perpaxe oqryr ^Nvdylloc^l3unsclTnd:Iuc1oaqp$€qgopuBqenp!^lpu!eqeqolu,llol.D|e!ol.pue'€uI erotaqeuiec{Jeuosled'@ -loi'epJ6- slql uO ruaplsard ss -vt{s:DtnvMlo/rl-Nnoc 'NtsNocstl lo lrvls ANVdnO9 Al3UnS Cngndtu 010 ez$z tudveq o1 leas alao0oo sil pue tago todold qr fq pau6p aq og quase.rd eseq pssnEe seq ANVdlflOC AI3U6S fo^ep -qi6:-- 31qpe4se Cngnd3u OlO 'JO3U:|HM SS3NIIM Nt 'pa4ge ,{lenueu q6noq1 se pqga pue oJol ateri aw e eq ilBqs pasn os uaqrn lEes pue arnpuolsqcns pue lAueduroo aql p suogeQlqo dlqsAprns retso ro 'sue4u6oar 'Ougleyapun 'puoq {ue 1o f.ra41ap pue uo$rcExa aq1 6u;4.roqne Joa13$ uqlpcg$alo {aurogy 1o lamo6 lue ot qlulscE Aq Pexg}e eq {eu.r itueduroo er0 Jo lEes eq pue JOso paaroqne itue 1o arnleues "ur i",+ rr:r.rrunc g:l -los3u 'suosred ro uosred rpns o1 fueduoo eq1 rq pensq reurogy 10 raiuod ar{l Iq pauep^eIpoqpe sql Jo sllll4l eql ult{lt,ll puP ol luensrnd qua6e .ro pE-u6laulo$e aJou ro auo i(q (palrnbar aq'pas e g) pa;eas puB papcexa ,(1np uaqru (llf) rc fua6e lo pg-ur-Ieulope pa4.roqpe {np e {q (pa4nberaq lees e g) paleas pue peuDtsrelunoo pue '&BlsJeas luelstsse Jo ^JeleJoas lueppeld ac!^ luelslsse ro luepts-ald ec6 Aue :p"'pt.irO eW ,tq peldts uaqfi (') ro lteprces luBlslssB Jo Llelalcas lue {q (pallnba.r aq leas e 1) paleas pue paFaBB pue '1uap1sa.rd ara lue}stsse .ro luaprse.ld aclrr Aue ,lueplse1d aq1 ,{q pau61s ueqn (;) Iuedtuog aq uodn 6u;pu1q pue p!F^ aq pqs uorreQgo dgs{arns rc 'aueauEooa 'oqlelrapun ,puoq lue pq1 ,uEnr-unr o3i1los3u 'uostad tpns ol pepa6 Ipno6ed fautogylo lamo6 {ue arpna pue pe6e.ro pE-ulAauloge qcns Aue eaouar{eu s.tagp ples pue :spuH ile ro suogeDlqo d;gs,(pns pue 'saue4u6oer 'souDFtrapun 'spuoq o1 {ueduo eql }o pes et;1 xge puE 134Fp pue arg;sxa o1 ^ueduoo a$ p JlEqeq uo pue loJ 'esec qc"e q par4updde eql 6upuep4a lueulruFu! eql ul pelulll rc pauuep se iyoqpe qyin gue6e ro pE-ur+Aauroge ulodde reur '&elenas uEslsse Aue lo ftqe.nes eql wr^ uolpunfuoo u; fueplsa.rd ecn ueFrsse ro lueplse.rd-ora ,tui luaplserd eq1 'Brn o:l,Alos:lu (Iro eql lo srope4p p preoq ers {q pqdope suo'lntoser 6uyrrols eq p rsroqlne aq1 rq pue ,"oun ",riguj':i i:,H""irYjSX,t1%ffiTr*TXil '2861 '81 ,terugal uo ppq bugaau lQoeds e le stoyterlp lo p.reoq agp i{poqyre rQ puplepun ap"ltt s! Neuqulodde qqt'paurlguoc puP peUSBl aJe 'quesaJd aseq ol luengnd fce3-ut-sleurogy ples Jo q3E eql lo ile pue 'r(qaraq ANVdlrlOO A-1;1U1S Ongnd3u O.lO pulq ol pup S]-N3T\jNUISNI NSITIUM ]'IV :s,sololse'(qwq6un14*1q)o'9Bettoq P rwufied dupeTuenn0 spuoq rlpinestrditaot stelzon eilruenls,u,.l|r,spuoq ilue,e,nDstou pue .M 7t'mu114su1 1o s?Fll4retenD 'sPuaq fiuercn0 a6e0rcur 'spuoq tlcwlcg4 a0r6yont ,apuoq /.;rcr4scdop ,uq ,ggiuoq 16;9 ueq ;61t41o) ?oala$ alnleu eql u1 suo[eQlqo uas! r J€qlo .to soue4u6ooa 'sOuqapapun 'spuoq '(pa,r;nba s! lea6 e Jt) o1al"r$ Aueduoo eqr p re39 e1g xup pue refllap puE eIE€xe ol 'Aelns se r{ueduoc eql Jo geqeq uo pue rc1 figo$nB pup rernod gry qrrvr lceg-ur-(sfiaurolry Inlrl Bl pue en4 s[! ll 'S:lyvl lt lvlv! Jo HClASSUng 'V NVHIVNOI '3N|IVS 'I CIIAVO 'U3I]V't4 N3UUVM ry1oddepue eFUFU€ 'eleu seop 'uogaodro sue.tnsu! Ieols ulsuoosh6 e ,AitVdyr1OC A13H1S CnSndIU OtO 1eql :SlNlS3Ud ;1slHl AS N3n T1y MOIOI ASNUOJ-IVJOU3i Od ++++ ANIVdhIOJ AISUNS f,I.IgNdUU O,-IO I * !I 459 sal!ruas lerrouau luaullpas {aaJf,Hd 8e€z-zr #8I 'uolsuaue qJns Aue Jo af,ltou enlefir e tt AqaJaq saop AFrnS ples pue jp!€ qJns ldarce Aeur u3N/no aLll r{l!rl,t\ ulLlllrU\ aurll aql lo uolsuaua ue Aq papage lo palledul Aem ou u! aq lleqs puoq s1 pue Alalns ples ,o suollet;;qo aqt teLll searte pue salelnd;p Aqaraq 'pangaral ente^ JoJ ,r{1a.rn5 aq1 'palels ulalaq se uo11et1;qo slr,llJo lunoue leuad aq1 paaJxe 'lua a ou u; l;eqs rapunaJeq sulep lle pue Aue lol A1aln5 aql ro Ailneil aql teqt paa.rte pue poolslapun {ssa.rdxa tu;aq 1 lledpu;.r4 ar{l }o aJnllerJoJ satetlep pa1ep1nb1l se'erpaurylo sapls pauun aq1;o Aauout tnp\El pue pooS u! ,sgNluds UllN|/n JO Allf, aql Jo pueuap uodn ,{a1e!paurr!! utns ples Aed ot saalte uleraq Ala.rns aql pue SgNlUdS U3lN;1n JO AItf aql ol apeAed pue anp aq lleqs pete$ ulalaq uns eql pue paJJa pue alroJ u! uleulal lleLls aues 3ql aslrruaqlo iplo aq ;;eqs uogeS;lqo slllf uaql 'peJluor Lllns lo lueurllqn1 Jado.rd puB eJueulJopad ;n1q1e1 aql Jol 'pallnbar aq Aeu se 'saglalns lo r{1alns lualJgJns pue poot q1m puoq a4t lleqs pue '(P!€ ples Ll1tn atueprorf,e u! pala;druor Apadord) olareq paqlege 1uauaa.rfu Jo utJol aLll lo suJa] eql sapnpul 'tunulultu le 'leql ]rerluoJ e pue af,ueJnsu! lo selelulyar pa.rgnba.r ra llap puE autexa ;;eqs 1ed1ru;Jd eqt pue paldacte aq lleqs plg ples 4 ,a1eule1;e aql u! lo ,arues aqtloBu;uado aqlrage sAep 95 ull,l1rn plg ples,$erpqlrn lou lleqs 1ed;cu;.r6 aql,! ,lugJlgllll,tnON :se paqplsap ryo/11\ aql roJ €u;pun u1 peJluol e olu!Ja1ueolJoaJaq yed eapeutAqalaq pue oleJeq paqlepe,pgg ugepao e SgNlUdSU3INl/V\ JO AtD eql ot peuluqns seq 1ed;ru;.r6 aql searaq,n teql qlns s; uo;1et;;qo e oqe aqlJo uolllpuol eql 'sutgsse pu e's,rossallns'stolelp! u! ul pe,s.rolnraxa,u gaq rno 'saa;asrno pulq {lelaaas pue {1u;o[ Aqa.raq aan ,apeur aq o1 {n.r1 pue lta,n 'qrgqar 1o spauAed aq1 ptg Nnouvlo %9 srelloo plg lunouvlo luored erul ,o uns ;euad aql u! 'u3N/v\o se SgNlUdS UJlNfn Jo Allf, eql olun punoq {rurg pue Aqa.raq ale 'A1atn5 pto pue'1ed;ru;.16 c']'l 0Nlnto'lvtcu:tnuloc sn 'pautluapun aq1 'am leql 'SlNtSlUd ts3t{l Ag NtU\t -UV tngN)t JOJ nusurJuu rydJils l tuol oNog ot8 -f, xlpuaddv 460 set!ruas prrqreu ueulpas Fe.tf,Hd 80€z-zr #8ll It Tvttslob.@ ssarppvl 9e9t t0ue9 tM'eolnB/qry{'9e9t xo8'o'd peJ-u Ff euJroY"ir"ily -yI ueJreM n"Q (pasl (Aam5; Aueduog fie.rng crlqndeg plg (sserypy) 09tee lJ 'lujetyI 'ls lst.6 MN 009 (sseqn$ 55 0q 42:N 0eesl (pd;ru;r4) c'l'l nro lelcJauuoc sn paut;srapun s1; rtq pautls {np 'Apoq tu;u:anot qglo iryoqme ol luensrnd ,aageluasardar sluasard asaql pue paxuF olaJeq tu;aq Apoq aprodloa q3ea ,o lees alelodror pue aueu eql'IZOZ ,teruqel lO t[6 sltll sleas leJeAes Jlaql Japun luaurulsu! slt{l pa}nrexe aneq salued papunoq a^oqe eqr'lolu3l{rut Sslt{llrll Nl 461