Loading...
HomeMy WebLinkAbout2023 01 09 Regular 500 - Trotwood Basketball Courts ITB #11-22 LH • REGULAR AGENDA ITEM 500 ,n m=ared CITY COMMISSION AGENDA I JANUARY 9, 2023 REGULAR MEETING 1959 TITLE Trotwood Basketball Courts ITB #11-22 LH SUMMARY On May 23, 2022 the City Commission approved Agenda item 301 which gave authority to city staff to construct new Basketball courts in Trotwood park and further authorized a budget of$315,256. Engineers were hired to work through the Storm Water permit requirements and obtained approval from the St.John's River Water Management District. That permit was approved and received on October 3, 2022. ITB 11-22 LH was issued on November 16th, 2022 with responses due December 5th. The bids were opened and the lowest responsible bidder is Orange Avenue Enterprises, LLC with a bid of$ 130,929 (One hundred Thirty Thousand Nine Hundred and Twenty-Nine Dollars). RECOMMENDATION Staff recommends City Commission consider awarding of Orange Avenue Enterprises, LLC as the lowest responsive bidder to ITB 11-22 LH. The Bid amount is $130,929 (One Hundred Thirty Thousand Nine Hundred and Twenty Nine Dollars). This agenda item authorizes the City Manager and City Attorney to prepare and execute any and all applicable contract documents consistent with this agenda item. 413 IT IS THE BIDDERS RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE,DIVISION OF CORPORATIONS(www.sunbiz.org) Proof of corporate signer must be submitted with Proposal.If not submitted,proposer will be considered non-responsive.Use Sunbiz website screen shot or copy of Corporate Resolution. BIDDERNAME: ORANGE AVENUE ENTERPRISES, LLC TAX ID# SNN or Env: 20-4448375 PROPOSER ADDRESS: 801 W 1ST STREET,SAN FORD FL. 32771 PURCHASE ORDER ADDRESS: 801 W 1 ST STREET,SAN FORD FL. 32771 PHONE NUMBER: 321-926-3145 COMPANY WEBSITE: WWW.Orangeavenue.net COMPANY CONTACT (REP): Anthony Roy CONTACT EMAIL ADDRESS: OFFICE@ORANGEAVENUE.NET _ TOTAL BID AMOUNT: q `-3 o l g 2 NAME&TITLE: Anthony Roy, President SIGNATURE: 414 Contractor's Proiect Experience PROJECT NO. 1 Project Name: Water Reclamation Facility Owner: City Of Casselberry Reference Name: Tara Lamoureux Address: 95 Triplet Lake Drive Casselberry FL Phone Number: 407-262-7700 Ext. 1228 Email Address: tlamoureux(c)_casselberry.org Original Bid/Proposal: $ 365,000 Final Construction Cost: $365,000 Construction Completion Date (month/year): 07/12/2022 Was this project completed on schedule? Yes ✓ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes � No Project elements included (check all that apply): ❑ Demolition ld Architectural Ed Mechanical Elf Plumbing Ed Electrical I Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): S1 Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner ❑ Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Complete new construction of a small work room at Casselberry Water Reclaimation facility. 415 Contractor's Project Experience PROJECT NO. 2 Project Name: Sanford Park Restrooms Rehab Renovation Owner: City of Sanford Reference Name: gobert Beall Address: 300 N. Park Avenue Sanford, FL Phone Number: 407-677-5000 Ext. 5423 Email Address: Robertbeall(a)sanfordfl gov Original Bid/Proposal: $ 220,000 Final Construction Cost: $220,000 Construction Completion Date (month/year): 08/15/2022 Was this project completed on schedule? Yes ✓ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): ❑ Demolition ❑ Architectural Sd Mechanical 0 Plumbing Sd Electrical 0 Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner 9 Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Sanford bathroom renovation at multiple Sanford parks, that included new plumbing, new finishes, new roofing and new flooring and tiling of walls. 416 Contractor's Project Experience PROJECT NO. 3 Project Name: Give Kids The World- Build out of G.K.T.W. Rockin Spa Owner: Give Kids The World Reference Name: Michael Bausman Address: 210 S Bass Road Kissimmee, FL Phone Number: 407-396-1144 EXT. 4240 Email Address: michaelbna gkth.org Original Bid/Proposal: $ 228,000 Final Construction Cost: $ 228.000 Construction Completion Date (month/year): Was this project completed on schedule? Yes�_ No If No please explain. Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): If Demolition ❑ Architectural ❑ Mechanical ❑ Plumbing ❑ Electrical 5d Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract Cid Multiple Concurrent Contracts with same Owner ❑ Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Build out of all new spa area with demo of the area, and then adding all new finishes. 417 Contractor's Project Experience PROJECT NO. 4 Project Name: Sanlando Bathroom Renovation Owner: Seminole County Reference Name: Carlo Scorpio Address: 401 W Highland St, Altamonte Springs, FL 32714 Phone Number: 386-624-5985 Email Address: N/A Original Bid/Proposal: $168,103.00 Final Construction Cost: $168,103.00 Construction Completion Date (month/year): 10/11/2022 Was this project completed on schedule? Yes No If No please explain. Final inspections and finishing tile work caused lroject to get extended Was this project completed in an occupied building or on an occupied campus? Yes ✓ No Project elements included (check all that apply): Rf Demolition Id Architectural ❑ Mechanical 21 Plumbing I( Electrical a Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner 9 Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) This was a complete bathroom renovation of the Sanlando park restrooms, we got all new plumbing, all new finishes, new flooring and new A/C connections in the bathrooms. 418 Contractor's Proiect Experience PROJECT NO. 5 Project Name: Winwood Park ADA Restroom Construction Owner: Seminole County Reference Name: Keith Welty Address: 961 Morse St Altamonte Springs, FL 32701 Phone Number: (407) 665-2175 Email Address: Rwelty@seminolecountyfl.gov Original Bid/Proposal: $ 165 000.00 Final Construction Cost: $165,000.00 Construction Completion Date (month/year): Was this project completed on schedule? Yes No If No please explain. Had to be extended because we needed to get Duke to move a power pole for our digging to be able to connect to the cities sewer connect. Also sewer connection caused problems and extension. Was this project completed in an occupied building or on an occupied campus? Yes V No Project elements included (check all that apply): ❑ Demolition 0 Architectural ❑ Mechanical d Plumbing Electrical I� Interior finishes ❑ Site Work Check if completed under one of the following (Refer to Similar Project Type page 11): ❑ Job Order Contract/Continuing Contract ❑ Multiple Concurrent Contracts with same Owner I Recreation & Parks project ❑ Not applicable Project Type (provide general description of each project) Completely new bathroom built and connected to cities water and sewer connections. Made new building, new finishes, plumbing, electric, and concrete work. 419 PRE-QUALIFICATION CONTRACTOR QUESTIONNAIRE 1. Company legal name and address: ORANGE AVENUE ENTERPRISES, LLC 801 W 1ST STREET,SANFORD FL. 32771 Telephone: 321-926-3145 Email Address: OFFICE(�_)ORANGEAVENUE.NET 2. How many years has your firm been in business? 16 years 3. Previous Firm Name (if applicable): N/A 4. How many years had the previous firm been in business? 5. Has your organization ever been denied bonding? Yes No V 6. Has your organization been assessed liquidated damages on any projects within the past ten (10) years? Yes No If yes please explain: 7. Has your organization defaulted on any projects within the past 5 years? Yes No If yes please explain: 420 8. Give name and data about any construction projects the organization has failed to complete: N/A 9. Within the previous ten (10) years, has your Firm been denied a contract award on which you submitted the low bid in competitive bidding, or been refused prequalification? Yes No V 10. State the construction experience of principal member of your firm, state name, title, years construction experience, type of work, cost range, in what capacity? Anthony Roy has held a r,GC Jr cense o 900E with the State of Florida Prior to that he had 10 Years of residential construction enerlence In total,he has performed a wide range of projects including: residential including heavy remodeling and new construction.Commerical involving full scale extelor rehabs of buildings,hospitality sector including themed rides,restaurant build outs,hotel refresh,office and industrial remodeling or tenant improvement and lastly government capital projects. 11. Has your organization's General/Building Contractor's license ever been revoked? Yes No V 12. Has your organization ever been found non-responsible and subsequently denied work? Yes No V 13. Has your organization been cited by OSHA and subsequently fined over 5 times in the past 2 years? Yes No V 421 SUPPLEMENTAL INFORMATION 1. Current President or Chief Executive Officer: Anthony Roy 2. Years in that position: 16 years 3. Number of permanent employees: 4 4. Give any special qualifications/certifications of firm members (i.e. registered engineer, surveyor, etc.): Anthony Roy has a general contractor license and a roofing license. 5. Give total contract value of work accomplished by your organization in the last 3 years: 2019 $ 2.65 million 2020 $ 1.7 milion 2021$ 1.5 million 6. Give contract value of work on going currently or pending award to your organization: On-going: $ 1.1 million Pending award: $ 950,000 PROPOSED PROJECT MANAGER INFORMATION List the name, qualifications and background of your proposed Project Manager for this project. Include the names and addresses of companies he/she has been affiliated with in the last ten (10) years. Michael Rice, Senior Project Manager for Orange Avenue holds an Engineering Degree from University of Central Florida. He's been involved in numerous Commercial and Municipality Projects during his time with Orange Avenue. 422 REFERENCE INFORMATION FORM BID#:11-22 LH TROTWOOD PARK BASETBALL COURTS SITE WORK Organization: Contact Person: Address: l S (t- `�l�-�' �r•�L City: CC-�$SAK State: Zip: -2-161 Phone Number: Project Cost: 3 CS Date Performed: Z I lzl 2a2^i t Organization: Contact Person: Address: 301) dJ A-, City: State: Zip: -37--7-7( Phone Number: K- �71 S r`l23 Project Cost Date Performed: C�I l 5- Organization: Organization: �q-�,�;,1 e .t•��-•i __ Contact Person: p� Address: �(�.� (�s e City: M� � State: Zip: 32?of v Phone Number: t 67 ) L Z�-)S Project Cost: Date Performed: /o 12,%-1� Representative Typed Name/Title Anthony Roy President Representative Signature Firm ORANGE AVENUE ENTERPRISES,LLC 423 INSURANCE REQUIREMENT FORM Insurance Type Required Limits Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Worker's Compensation Statutory Limits 4/ Employer's Liability $1,000,000 each accident,single limit per occurrence Commercial General $1,000,000 single limit per occurrence Liability $3,000,000 aggregate for Bodily Injury Liability&Property Damage Liability. 4/ (Occurrence Form) This shall include Premises and Operations; Independent Contractors; Products patterned after the current &Completed Operations&Contractual Liability. ISO form To the maximum extent permitted by Florida law,the ContractorNendor/Consultant shall indemnify and hold harmless City of Winter •/ Indemnification Springs,its officers and employees from any and all liabilities,damages, losses and costs,including,but not limited to,reasonable attorneys' fees and paralegals' fees,to the extent caused by the negligence,recklessness,or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. •/ Automobile Liability $1,000,000 each person;Bodily Injury&Property Damage, Owned/Non- owned/Hired;Automobile Included. O Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as "Additional Insured"on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty(30)days cancellation notice required. The undersigned firm agrees to obtain prior to award if selected insurance as stated above. ORANGE AVENUE ENTERPRISES, LLC Bidder Authorized Signature President Officer Title 12/05/2022 Date 424 THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The Vendor,owners,or principals are aware of the requirements of Section 287.135,Florida Statutes; and b. The Vendor, owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more,the Vendor, owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further,are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract,the Vendor,owners,or principals will immediately notify the City in writing if any of its company,owners,or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel;or engage in business operations in Cuba or Syria. (Authorized Signature) Anthony Roy,President (Printed Name and Title) ORANGE AVENUE ENTERPRISES, LLC (Name of Vendor) STATE OF F JC)r r a(cA - COUNTY OF S e M/ri o(iG The foregoing instrument was acknowledged before me by means of(_2!L physical presence or(_�online notarization, this _44-6day of Del,-2022,by p D V the P%e.s;4n+ of Orq me,Aym"c ,SSS ,a l 1 who is pers nally kn wn to me or who produced as identification. MIcMAEI J RICE ` Notary Pubk SUto a P7o�tda Notary Public r I '� * CoAxnistbn No.NN 2WS .I Eon YI0M Print Name: My Commission Expires: `f/a0 �ad 425 NON-COLLUSION AFFIDAVID OF PRIME RESPONDENT STATE OF Florida ) COUNTY OF Seminole ) Anthony Roy ,being duly sworn, deposes and says that: (1)He/she is President of ORANGE AVENUE ENTERPRISES,LLC Title Firm/Company The respondent that has submitted the attached response. (2) lie/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4)Neither the said respondent nor any of its officers,partners, owners, agent representatives,employees or parties in interest including this affiant,has in any way,colluded, conspired,or agreed,directly or indirectly, with any other respondent,firm or person,to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner,directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder,firm or person to fix the price or prices in the attached solicitation or of any other respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion,conspiracy,connivance or unlawful Agreement any advantage against the City of Winter Springs,Florida,or any person interested in the proposed Agreement. (5)The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion,conspiracy,or unlawful Agreement on the part of the proposer or any of its agents,representatives,owners, employees, or parties of interest, including affiant. 6L,—" President (Signed) (Title) STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was acknowledged before me this e&m6e.— 5:aW by444�pei 0 V , who is personally known to me or who has produced as identification and who did(did not)take an oath. IC-c cmc. (Signature of Notary Public) t l l C e-- (Name of Notary Typed,Printed or Stamped)Notary Public a S35 1 ?j (Commission Number) MICHAEL J RICE # * Notary Public,State Of Florida Commission No.HH 255513 My Commission Expires:4/2012026 426 DRUG FREE WORKPLACE FORM The undersigned proposer,in accordance with Florida Statute 287.087 hereby certifies that ORANGE AVENUE ENTERPRISES, LLC does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug- free workplace, any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under contract,employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to,any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. ORANGE AVENUE ENTERPRISES, LLC Company Name: Authorized Signature: Anthony Roy Print Name: President Title: 11/28/2022 Date: 427 VERIFICATION OF EMPLOYMENT STATUS USING E-VERIFY The undersigned proposer,in accordance with Florida Statute 448.09 and 448.095 hereby certifies that ORANGE AVENUE ENTERPRISES, LLC IS: (Name of Business) 1. Currently registered with the U.S. Department of Homeland Security's E-Verify system,and is compliant with the requirements of Sections 448.09 and 448.095,Florida Statutes. 2. Has not had any contracts terminated as a result of violations of Sections 448.09 or 448.095,Florida Statutes,that prohibit it from contracting with a public agency. 3. Aware that if it enters into an agreement with a subcontractor, an express provision shall be included in all of its subcontracts requiring subcontractors,who perform work or provide services pursuant to the contract,to use the E-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the contract term. 4. Aware that any subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with,or subcontract with an unauthorized alien, and the contractor understands it shall maintain any such affidavits for the duration of the contract,and the contract with the subcontractor must be immediately terminated if the City has a good faith belief that the subcontractor knowingly violated Section 448.09(1), Florida Statutes. 5. Aware that in the event the City has a good faith belief that the contractor has knowingly violated Section 448.09 (1),Florida Statutes,the City shall terminate the contract, and the contractor may not be awarded a public contract for a period of at least one(1)year after the date of termination. The contractor may be held liable for any additional costs incurred by the City as a result of termination of the contract. As the person authorized to sign the statement,I certify that this business complies fully with the above requirements ORANGE AVENUE ENTERPRISES, LLC Company Name: Authorized Signature: ORANGE AVENUE ENTERPRISES,LLC Anthony Roy Print Name: President Title: 11/28/2022 Date: 428 FLORIDA TRENCH SAFETY ACT CERTIFICATION Bidder acknowledges that the Bidder must comply with the Florida Trench Safety Act and applicable trench safety standards. Included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act(90-96, Laws of Florida)effective October 1, 1990. The bidder further identifies the costs to be summarized below.The separate item identifying the cost of compliance with trench safety standards shall be based on the linear feet of trench to be excavated.The separate item for special shoring requirements,if any,shall be based on the square feet of shoring used.Every separate item shall indicate the specific method of compliance as well as the cost of that method. Item Trench Safety Measure Unit of Unit Unit Cost Extended Description Measure Cost A N/A B C D This amount disclosed as the cost of compliance with the applicable trench safety requirement does not constitute the extent of the Contractor's obligation to comply with said standards. The contractor shall expend additional sums,at no additional cost to the OWNER(except as may otherwise be provided),which are necessary to so comply. Acceptance of the bid to which this certification and disclosure applies in no way represents that the OWNER or its representatives have evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the bidder, as Contractor,of its sole responsibility to comply with the applicable trench safety requirements. ORANGE AVENUE ENTERPRISES, LLC Name of Firm Authorized Signature 11/28/2022 Date 429 BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation,performance of all operations relative to performance of the project, overhead,and costs of all kinds, and profit to complete the work items in accordance with the Project Manual, plans,and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed.The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract,as attached. SITE WORK Item No. Description TOTAL 1 GENERAL CONDITIONS Mobilization -115-0 Portalets Pre-Construction Video $-p .f Insurance Permits Survey Layouts as Builds Superintendent -3 2 :r.m Density Testing rO Maintenance of Traffic As Necessary) Grub GENERAL CONDITIONS TOTAL: 2 EROSION CONTROL Management, Coordination of SWPPP _ Slit Fence Inlet Protection Cb EROSION CONTROL TOTAL: 3 EARTHWORK Excavate basketball stockpile and haul off G �� Import Fill Milling Exiting Asphalt (3 1.9 L9 EARTHWORK TOTAL: Y2 ZS-- 4 CONCRETE & SOD 4" Sidewalk SOD in pond and around courts and sidewalk Y CONCRETE& SOD TOTAL: -3q 7-7q 430 5 SUBGRADE FOR COURTS & SIDEWALKS 12" Stabilized Subgrade 06" Lime Rock Base �o SUBGRADE FOR COURTS & SIDEWALKS TOTAL: 2 S (a Sub-Total 0 2 TOTAL BID: Sa,�,.Z I DOLLARS (In Words) $ 431 BID#- 11-22LH Trotwood Park Basketball Court Site Work December 5, 2022 PROPOSED JOB SCHEDULE Week One- Site Mobilization/Toilet/Dumpsters/Silt Fencing/Protection Week Two-Clearing/grubbing/exporting fill Week Three-Concrete Slab Prep/importing fill/limerock/Grading Week Four-Concrete/Sod Week Five-Demobilization of site 432 620 N.Wymore Road,Suite 200 FLORIDA SURETY BONDS, INC. Mait1407-�86327 0 Fax 407-786-7766 888-786-BOND (2663) Fax 888-718-BOND (2663) www. FloridaSuretyBonds.corn December 1, 2022 RE: Orange Avenue Enterprises LLC Bonding Letter To Whom It May Concern, It is a privilege to be the surety agents for Orange Avenue Enterprises LLC. Bonds are currently written through United States Fire Insurance Company which is A.M. Best Rated "A, XIV" and has a U.S. Treasury Listing of$ 169,690,000.00. Orange Avenue Enterprises LLC is an outstanding contractor and we hold them in the highest regard. We are extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming projects. We usually anticipate no difficulties in providing surety bonds for Orange Avenue Enterprises LLC in $750,000 single, $1,500,000 aggregate range. These limits are merely guidelines and can be extended subject to underwriting which includes surety review of the contract terms, pertinent bond forms and general financial reporting at the time of said request. This letter is not an assumption of liability or a commitment to provide any bonds unless all underwriting requirements including contract, bond form and financing review are met prior to issuing any bonds. Neither our agency, nor the surety is liable for any damages relating to this letter or project. Should you have any questions, please do not hesitate to contact me. My email is sarah@floridasuretybonds.com and my direct line is 407-755-6353. Best regards, C�)a'va-"c ;' Sarah K. O'Linn Vice President, Florida Surety Bonds 433 W N n a �ro J n� •p� N N n m N m 0o Oa � W m m Cj w 0 c7 z z ooaa 0 0c� aa 1 , ■ f. 1,*;:: � a Z 47:;.. a �' ®• a a 7 m . .;'::: • • H 434 ORANGE AVENUE co�s .ti,�ao.� Company Name: Orange Avenue Enterprises, LLC. Street and Mailing 801 West 1st St. Address: City,State,Zip: Sanford, FL.32771 Phone: 321.926.3145 Fax: Email: office@orangeavenue.net Website: www.orangeavenue.net Company Structure: Corporation Date of Incorporation: November 30, 2005 State of Incorporation: Florida Work: General Contractor, Roofing Contractor Commercial&Municipal License: State Certified General Contractor#CGC1512126 State Certified Roofing Contractor#CCC1328212 Insured: General Liability—$1M each occurrence/$2M aggregate Worker's Comp—$1M each per statute Umbrella—$51VI each occurrence/$5M aggregate Automobile—$1M combined single limit Pollution -$1M each condition/$1M aggregate Bonding: Bond Capacity-$1.5M Florida Surety Bonds, Inc. Insurance Agent: LRA Insurance, Inc. Work Jurisdiction: Entire state of Florida 15 years in business as Orange Avenue Enterprises, LLC. Organization Information: President/Owner: Anthony Roy 407.617.0156 Anthony@orangeavenue.net 435 ion�� ORANGEAVENUE C... tio" Rnotiaag Average annual revenue (last 5 years) $2,387,569 Experience See attachment"A" Major Projects See attachment"B" Subcontractor References See attachment "C" Client References See attachment"D" Vendor References See attachment"E" Bank References Available upon request Additional Lines of Credit Available upon request Claims and Suits Has OA ever failed to complete any work awarded? No Are there any judgments,claims, arbitration proceedings or suits No pending against OA? Has OA filed any lawsuit or requested arbitration with regard to No constructions contracts within the past 5 years? Has any officer or principal ever of OA been an officer or principal No of another organization when it failed to complete a construction contract in the past 5 years? 436 Al nV Orange Avenue ORANGEAVENUE Abilities Attachment "A" Areas of Expertise: Full-service Interior and Exterior Renovations New Construction Interior/Exterior Painting Soffit,Stucco,and Siding replacement Fire/Flood damage Miscellaneous small projects Roof epairs&New Roofing Tenant Build Out Concrete Caulking n Backer Rod —waterproofing and Sealant Services: Design Build Pre-construction Services Development Services General Contractor Remodeling Owner's Representation Property Maintenance Construction Management Roofing Industries: New Construction Retirement homes/Assisted living facilities Municipality Hospitality Restaurants Salons Office Building Muted Use Retail/Residential Self-performed Expertise: Demolition Concrete Masonry Carpentry Metal Framing Drywall and Finishing Doors and Windows Flooring Acoustical Ceilings 437 _ lD lD lD l0 l0 lD lD l0 O^ l0 lD l0 lD O c L L 0 a W Ln 4- Ln CU J ++ O O O 0O 0 M to Ql T w O o d 2 m V r O O Ln O O m m � �4 n m O O A a� ; m o o Ln r` N m rn * m O o rn tr I N� 4r o C 0 0 o C 0 0 0 0 `^ 0 0 0 0 N Ol +r 0 00 Ol 00 m N 00 N L!1 Lr) m Ol N rn ul Q0 V C ci Q N N N c I co l!l m M 0) 0 4A `� U c (10f0 +� f � N C) Q O L- CL CL L- 0 0 C� G L a v v c o 0 O = _ c � t t c a a 0- -0 -0 Q o } o T o O ° 0 2 Q O O m _L c m -M Q c N U m m O dA y L O Q m O `" m Ln a a 2 a � c t N m 4- to cc w oC m o3 4 0 w a 0. 4-1N v o >- > m fC O m U W (U —j m C7 oC U F- 2i 6 0 4- 0 Ln 1A u Q S a i txo a 16 0 0y bz Q- 0 c o ani COCU U 0 a - o ° w ca Y u a 3 a = L E •� o ,a •o >. m m m c to a oc o +1 c ° Ln o ° d w Ln m n ° ami E o f m M :° a n � mcr O CO O U = :L' EL ` '^ Q. m m E U c CL Cl c > a 0 o n U m Q ° L m V �, s a o + u > n a o m u a a O o a 2 cC m m m n Q 4- o 5 m c Y m O m a t c a; m CL U m U U F- O 0 U m U 438 aJ v 3 o .o L6 c c � Oa N o Q --I �o Q rn `^ L O V) CU `) \ v aj L O Q aj N or_ O) Ln O N r, N L _r_ r I, Ln o0 m .6 O v Gul 1.0 oo0 .^-i v T +' a H oo ry rn m O O LO N N m N � Q m m n m m > rnr-� m � � Ho .-goo 00 r- ct v J L1 CQ C (O Lj J H V- Ln L1 N J Z O Q e3: 0 O `^ �L- O (n d0 L l0 c U Y > -6O O U x 06' Lri m W N LI) I- c m 00 O Q o r-J o " N Z o x x W V v 2 m m N 00 O O M co a 0 a o 13 a E =5ra c N L CLO Q CL C 7 Co V -u L c m 7 N L Q m U N F- 439 v c 0 Q. u O U u C N N �+ \ c v of Z Vv� m � v, a, c c •� W v u u L N 01 01 '6 .s a � 'o o _ L a a a m a, — D_ 4° ° -W CL o •Q •Q •Q cn a U U U U N � O V � C C W L1 +-1 LL LL J J ? O W LL U- J V Cl LL Q L. %+- C Q1 O O u Q =C (a E to to L co Ol tA O U E j aj CT aj .N m M 7 > Y n p D O Q 0ru Ln � Y o N L 'EJ +J 0 W N O co Q Z U _Q m w LLJ L O O Ln ~ O O O N Ln i-i Ln Kl c-I Ql N ci C) m o -4 o O cn O Ln o Ln 0 00 Q1 N LD 00 t 00 LD Q1 00 lD Ln N M M v o`no C) v m W Q; O Z � W 0 c et CL W � 0 O U Ln O c Ln o ZQ o u m o co v)� a U m c d' 0 7 O Y C c > m i Ln U U 3 v C C Of° L IL M 3 Ln � " c m = vii m c t c Y m m O (3) c u L Y V N L v v Y U G` 440 G \ \a 2 \ \ / / / — u G c u / ` _ � u \ Q cu Ee e � � L) v k \ \ $ E f w � a o 6 Ln O \ 7 \ / $ $ 2 \ \ \ \ � \ % § / L 2 / / \ / c: C / \ / / / > 6 u e to % 0 uj _ _ \ { O k \ j \ A 2 $ ( § a M y � A 7 q f 3 CO uj �`c $ 2 U : ) 23 w O S o V) / / / r / f / k E / E Ln u j / 3 / % co / 441 v � m ° D o m � � Z m � � O � Z 0 D < O 70 o Crn O p r" � 00 C aC) Z n > Z Z —1 z o o D D -� Z o ? D 7O z "'.� --j ;Q v m m C D Q D ?v w z 0 m 70 p r Q r ni w CA A GJ ;a 3: O n n O v CD N m m ori Z cmn D n' Ln N 1-4r Z DLn �t N m -D-I C) Z M C Z m r -�Ln M m Q n m Ln = p C Q m 3 � 0.-r Z 442 o a fI h t, i„ v o -� = n 3-s m o m Z m m o m D O m 70 �,• O C p < X O X Z n n OD Q O c °m D Z 0 LA O N o M O ml -M 00 " m � Z m D v `� Z Z, O 0 C Z D Z (A —� CL ° rn WI m0 (A m = ;a = � Z 0 M 3 D 7E7 N Z O OD m y r CD 3 CDC C�� � �� -i Z -4 nom m mC h o m N NII N m m O Z N Z D T tA N 3 o 0 °', r- ;C � © Z O w D c Z o C Z 0 r `� —i 70 m C) Ln CLm C o n fD CD d 1 O�• Z I 443 CFE CC3Mj7 ATION City of Winter Springs 1126 E SR 434 Winter Springs, Fl 32708 Trotwood Park Basketball Courts Site Work Bid#11-22 LH Due: December 5, 2022 Time: 2:00pm Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 444 CFE c=IMj 7RAT10N City of Winter Springs Trotwood Park Basketball Courts Site Work Bid#11-22 LH Section A-- Bidder Information Form Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 445 BIDDER INFORMATION FORM FOR BID#:11-22 LH TROTWOOD PARK BASKETBALL COURTS SITE WORK The Undersigned: A. Acknowledges receipt of: 1. ITB 11-22 LH—TROTWOOD PARK BASKETBALL COURTS SITE WORK 2. Attachment A: Approved Civil Plan 3. Attachment B: Approved Civil Calculations 4. Attachment C: Technical Staff Report 5. Attachment D: St.Johns River Management District Permit B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 60 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this ITB at the prices quoted in my responsive bid and in compliance with the Bidding Documents. 3. To accept the provisions of the Instructions to Bidders. 4. To enter into and execute a contract with the OWNER incorporating the bid amounts,if selected on the basis of this Bid. 5. To accept a City Purchase Order issued by the OWNER at the submitted Bid Price. 6. To accomplish the work in accordance with the contract documents and this Project Manual. 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 vendor and that the vendor is ready,willing,and able to perform if awarded the bid. 446 IT IS THE BIDDERS RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE,DIVISION OF CORPORATIONS(www.sunbiz.org)Proof of corporate signer must be submitted with Proposal.If not submitted,proposer will be considered non-responsive.Use Sunbiz website screen shot or copy of Corporate Resolution. BIDDERNAME: Central Florida Environmental Corp TAX ID#SNN or EIN: 59-3072378 PROPOSER ADDRESS: 910 Belle Ave #1040, Winter Springs FI 32708 PURCHASE ORDER ADDRESS: 910 Belle Ave #1040, Winter Springs FI 32708 PHONE NUMBER: 407-834-6115 COMPANY WEBSITE: N/A COMPANY CONTACT (REP): David Stalowy CONTACT EMAIL ADDRESS: stalzz@aol.com TOTAL BID AMOUNT: �.W,6M.m NAME&TITLE: David Stalowy, President SIGNATURE: 447 CFE CORPORATION City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section B - Table of Contents Section A - Bidder Information Form Section B - Table of Contents Section C - Introduction Letter Section D - Qualifications General Firm Experience Team Experience Florida Knowledge References Conclusion Section E - Other Information Section F - Cost and Time Section G - Mandatory Bid Forms Section H - Florida State Corporate Filing Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 448 CFE CORPORATION City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section C - Introduction Letter Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 449 CFE i ORATION Trotwood Park Basketball Courts Site Work Bid#11-22 LH Section C-1 Introduction After attending the mandatory pre-bid, reviewing the bid docs and completing a full site inspection CFE Corp has a complete understanding of the purpose of this project. Trotwood Park is located within a large residential community and the purpose of this project is to add (2) basketball courts to the park. It is understood, the scope for this contract is to complete the site work only for the new basketball courts. Key work items within the scope include earthwork cut & fill, stabilized subgrade, base, concrete sidewalk and sodding. These items are to be completed within a timeframe as submitted by the contractor. CFE Corp looks forward to the opportunity working with the City of Winter Springs. David Stalowy, president 910 Belle Ave, Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 450 CFE O=1Mj A710N City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section D - Qualifications Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 451 CFE CORPORATION Trotwood Park Basketball Courts Site Work Bid#11-22 LH Section D-1 General a) Construction Team: CFE Corp construction team is composed of individuals that have been a part of the team 10+ years and have experience in all aspects of stormwater construction from dewatering to installing large pipe and structures. Team members know the importance of good communication and coordination with all parties involved on a project. All team members have experience working in close proximity of residents and businesses and always conduct themselves in a professional manner. b) Subcontractors: CFE self performs work items related to stormwater, concrete work and asphalt paving but has worked with the same subcontractors for 10+ years resulting in established working relationships beneficial to successful project completion. These subcontractors include Acme Barricades, A-Plus Dewatering, True Bore Directional Drilling, Tru-Mark Inc, Universal Engineering, H&H Survey, On-Point Survey, and VeteranScapes. c) History Summary: CFE has a long history working with many municipalities within the Central Florida region over the last 30 years and has completed a multitude of project scopes including parking lots, storm drainage systems and multi-use trails working within public right-of-way and residential neighborhoods. Meeting clients' needs and intent of the project is priority. CFE strengths are within the team members experience, positive attitude and determination to complete a project on time and within budget exceeding the clients' expectations. CFE has received accommodation from FDEP for performance and completion of a Bulkhead repair project in Wekiva Springs Sate Park. 910 Belle Ave, Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 452 Z FE RPORATION Trotwood Park Basketball Courts Site Work Bid# 11-22 LH Section D-2: Experience CFE's approach to all projects is to gain full understanding of the owners' request and follow details provided by project engineers with the intent of the project as well as adapting field conditions to the intent. CFE Corp has successfully completed all projects previously referenced on time and within owners' budget. Stormwater project experience includes precast structures, cast-in-place structures, CDS structures, nutrient separating baffle boxes, gravity walls, retaining walls, box culverts, gabion baskets, articulated concrete block, Exfiltration Systems, HDPE, RCP and PVC storm pipe, rubble rip rap, Swale construction and re-construction as well as incidental work items concrete, roadway construction, asphalt paving and brick pavers. Well-established, long-standing relationships with subcontractors and suppliers allow CFE to respond and complete the projects as required. 910 Belle Ave,Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 453 CTION Trotwood Park Basketball Courts Site Work RFQ#11-22 LH Section D-3 Supervisory Team Members Supervisory Team members proposed for this project are as follows: David Stalowy, President and Estimator Christina Tabor, Project Manager and Estimator Basil Maroney, Project Coordinator Mark Broat, Project Superintendent Richard Heath, Project Superintendent Chris Tabor,Truck Foreman/Field Maintenance Supervisor Key team members have been a part of CFE Corp 10+years and have experience in all aspects of the construction projects completed by CFE Corp. Each of these persons has established good standing relationships with all project inspectors and CEI's worked with in the Central Florida region, knows what is expected of them by the many municipalities and knows what is required to efficiently and effectively complete a project. All are well known by many project managers, inspectors and CEI's associated with the local and state municipalities. Team members hold various certifications including Advanced TTC, Trench Excavation and Safety, CQC, OSHA and Stormwater Level 1. Team members are experienced working in various traffic situations with public safety as the primary concern. All of these individuals know the importance of good communication and coordination with all parties involved on a project. All have experience working in close proximity of residents and businesses and understands the importance of keeping those individuals informed and minimizing the negative impact the construction may have on those individuals. Team members work together with knowledge of each one's strengths and abilities, and it can be said that is their role within the company but they are not limited to that as each one has the ability to assist the others as needed whenever the situation presents itself. Each team member has a positive attitude and the determination to do what it takes to get the project completed no matter what it takes. This, we have been told, is a benefit to anyone associated with the projects we are constructing. 910 Belle Ave, Suite 1040 Winter Springs FI 32750 407-834-6115 (o) 407-834-6391 (f) 454 CFE CORPORATION Trotwood Park Basketball Courts Site Work Bid#11-22 LH Section D-3 Team Experience David Stalowy, President/PM/Estimator * 1991 to current-CFE, Corp. * 1992 Florida Certified General Contractor License—CGC055230 Education and Experience: • 1982 Florida International University—Bachelor of Science in Parks and Recreation • 1973-1978 US Air Force, Eglin Air Force Base, Ft. Walton Beach, FI • 1983 Assisted with the FRDAP grant for development of Turkey Lake Park with Orlando Mayor Bill Fredrick and Bureau Chief Tom Farnsworth • 1984 VP of Prep Tech Corp. infrastructure with a focus on private work • 1990 Formed CFE Corp.focus on municipal work • 1991 Certified General Contractor CGC055230 • 2014 Advanced MOT Certified • 2014 Construction Quality Management for Contractors Certified • 2014 Earthwork Levels I & II Certified • 2020 Excavation and Trenching Competent Person Project Experience Include: Flex paving, Drainage,Sodding, Landscape,Concrete, Minor Bridge, Gabion Baskets, Reno mattress, Grading, Option Base Group 04,06,Asphalt paving, Underground utilities water,sewer, storm Christina Tabor, PM/Estimator 06/15/98 to Current—CFE Corp * 2016 Florida State Certified General Contractor License (not activated) * 2016 Underground Utility Certified Contractor(not activated) * 2008 Qualified Storm Water Inspector * 2018 Advanced MOT Certified * 2018 Stormwater Operator I Certified * 2019 Certified Construction Quality Management PROJECT EXPERIENCE Flex paving, Drainage,Sodding, Landscape, Concrete, Minor Bridge, Gabion Baskets, Reno mattress, Grading, Option Base Group 04,06, Underground utilities water,sewer, and Storm Drainage. 910 Belle Ave, Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 455 Z-- E ATION Section D-3 Team Experience Basil Maroney, Project Coordinator * 2017 to current-CFE, Corp. * 2016 Advanced MOT Certified * 2020 Excavation and Trenching Competent Person Project Experience Include: Flex paving, Drainage,Sodding, Landscape,Concrete, Minor Bridge,Articulated Concrete Block Grading, Option Base Group 04,06, Underground utilities water,sewer, storm. Mark Broat, Roadway Foreman * 1998 to current-CFE, Corp. * 2014 Advanced MOT Certified * 2015 OSHA 10 Hour Certified * 2020 Excavation and Trenching Competent Person Project Experience Include: Flex paving, Drainage,Sodding, Landscape, Concrete, Minor Bridge, Gabion Baskets, Reno mattress, Grading, Option Base Group 04,06, Underground utilities water,sewer, storm. Richard Heath, Superintendent *2021 to current—CFE Corp *15 years in Public Sector * Class B Stormwater Certified * Class C Stormwater Certified * Class A CDL Project Experience Include: Flex paving, Drainage,Sodding, Landscape, Concrete, Minor Bridge, Gabion Baskets, Reno mattress, Grading, Option Base Group 04,06,Asphalt paving, Underground utilities water,sewer, storm 910 Belle Ave,Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 456 ZFE POF7AT10N Trotwood Park Basketball Courts Sitework Bid#11-22 LH Section D-4: Florida Knowledge Having an office located in the Central Florida area for 25+years and working with multiple municipalities in the Central Florida area,CFE Corp has the ability to stay up to date on current events and issues impacting local communities. Our team stays up to date with the local news, municipality social media sites and views various municipality commission meetings. Team members attend pre-bid meetings for new projects engaging in conversations with the owner's team members and other contractors on not only the new project but other relevant topics. CFE Corp has worked on many projects with outside funding sources and is aware of the different types and processes the municipalities receive funding for projects. Having the experience and local knowledge is beneficial for successful projects. 910 Belle Ave, Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 457 CFEIcc3=j RATIO City of Winter Springs Central Winds Park Piokleball Courts Site Work Bid#99-22 LH Section D-5 References Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 458 REFERENCE INFORMATION FORM BID#:11-22 LH TROTWOOD PARK BASETBALL COURTS SITE WORK Organization: Seminole County Public Works Contact Person: Stephen Miller, P.E. Address: 100 East First St City: Sanford State: A Zip: 32771 Phone Number: ( 407 ) 665-5654 smiller02@seminolecountyf.gov Project Cost: $896,450 Date Performed: 06/2020 Organization: City of Ocoee Contact Person: Richard Campanale, P.E. Address: 301 Maguire Rd City: Ocoee State: FI Zip: 34761 Phone Number: ( 407 ) 905-3170 rcampanale@ocoee.org Project Cost: $180,158 Date Performed: 06/18 Organization: City of Mount Dora Contact Person: Marilyn Douglas Address: 510 N Baker St City: Mount Dora State: FI Zip: 32757 Phone Number: ( 352 ) 735-7176 douglasm@ci.mount-dora.fl.us Project Cost: $389,727 Date Performed: 10/2019 Representative Typed Name/Title David Stalow , President Representative Signature aim Firm Central Florida Environmental Corp 459 Z FSORPORATION Trotwood Park Basketball Courts Site Work Bid#11-22 LH Section D-6: Conclusion In conclusion, having an office and being a business owner within the City of Winter Springs CFE Corp is familiar with many aspects of the city. Completing projects in the past for not only the city but also for Seminole County within the city, CFE Corp has experience within the area at local parks and within the city's various communities. CFE team members have been a part of these projects and have not only have the knowledge but also the experience to complete the project within the City's expectations. 910 Belle Ave, Ste 1040 Winter Springs FI 32708 407-834-6115 (o)407-834-6391 (f) 460 CFE CO$MjE710N City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section E - Other Information Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 461 CFE CO{aPORA710N City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section F - Cost and Time Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 462 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 perfonnance of the project,overhead,and costs of all kinds, and profit to complete the work items in accordance with the Project Manual,plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract,as attached. SITE WORK Item No. Description TOTAL 1 GENERAL CONDITIONS Mobilization $8,903.00 Portalets $356.00 Pre-Construction Video $540.00 Insurance $8,220.00 Permits $1,000.00 Survey Layouts as Builds 2 055.00 Superintendent $9,864.00 Density Testing $2,877.00 Maintenance of Traffic (As Necessary) $275.00 Grub $13,300.00 GENERAL CONDITIONS TOTAL: $47,390.00 2 EROSION CONTROL Management, Coordination of SWPPP $2,642.00 Slit Fence $1,500.00 Inlet Protection $6,700.00 EROSION CONTROL TOTAL: 1$10,842.00 3 EARTHWORK Excavate basketball stockpile and haul off $19,660.00 Import Fill $39,053.00 Milling Exiting Asphalt $0.00 EARTHWORK TOTAL: $58,713.00 4 CONCRETE & SOD 4" Sidewalk $33,026.00 SOD in pond and around courts and sidewalk $11,204.00 CONCRETE & SOD TOTAL: $44,230.00 463 5 SUBGRADE FOR COURTS & SIDEWALKS 12" Stabilized Subgrade $16,645.00 06"Lime Rock Base $24,010.00 SUBGRADE FOR COURTS & SIDEWALKS TOTAL: $40,655.00 Sub-Total $201,830.00 TOTAL BID: Two hundred one thousand, eight hundred thirty and zero cents DOLLARS (In Words) $201,830.00 464 CFE CC314j RAT10N City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section G - Mandatory Bid Forms Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 465 INSURANCE REQUIREMENT FORM Insurance Type Required Limits J Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Worker's Compensation Statutory Limits Employer's Liability $1,000,000 each accident,single limit per occurrence Commercial General $1,000,000 single limit per occurrence Liability $3,000,000 aggregate for Bodily Injury Liability&Property Damage Liability. (Occurrence Form) This shall include Premises and Operations;Independent Contractors;Products patterned after the current &Completed Operations&Contractual Liability. ISO form To the maximum extent permitted by Florida law,the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Indemnification Springs, its officers and employees from any and all liabilities,damages,losses and costs,including,but not limited to,reasonable attorneys' fees and paralegals' fees,to the extent caused by the negligence,recklessness,or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the 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. Q Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as"Additional Insured"on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty(30)days cancellation notice required. The undersigned firm ajzrees to obtain,prior to award,if selected, insurance as stated above. Central Florida Environmental Corp Bidder Authorized Signature President Officer Title 12/5/22 Date 466 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. £a. Any amount if,at the time of bidding on, submitting a proposal for,or entering into or renewing such contract,the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725,or is engaged in a boycott of Israel; or b. One million dollars or more if,at the time of bidding on, submitting a proposal for, or entering into or renewing such contract,the company: 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 Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a. The company is found to have submitted a false certification;been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; 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 Contractor of any determination concerning a false certification. a. The Contractor 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 Contractor shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes. 467 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. (Author ed Signatu ) David Stalowy, President (Printed Name and Title) Central Florida Environmental Corp (Name of Vendor) STATE OF Florida COUNTY OF Seminole The foregoing instrument was acknowledged before me by means of( X )physical presence or online notarization, this 5th day of December ,2022,by David Stalowy the President of Central FI Environmental Corp a Corporation ( _X ) who is personally known to me or who produced as identification. E Notary Public State of Florida Christina Tabor Notary Public My Commission HM 243949 Christina Tabor Exp.04/07/2026 Print Name: My Commission Expires: 4/7/2026 468 NON-COLLUSION AFFIDAVID OF PRIME RESPONDENT STATE OF Florida ) COUNTY OF Seminole David Stalowy ,being duly sworn,deposes and says that: (1)He/she is President of Central FI Environmental Corp Title Firm/Company The respondent that has submitted the attached response. (2)He/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation. (3) Such solicitation is genuine and is not a collusive or sham solicitation. (4)Neither the said respondent nor any of its officers,partners,owners,agent representatives,employees or parties in interest including this affiant,has in any way,colluded,conspired,or agreed,directly or indirectly,with any other respondent,firm or person,to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner,directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder,firm or person to fix the price or prices in the attached solicitation or of any other respondent,or to fix any overhead,profit or cost element of the proposed price or the proposed price of any other responder,or to secure through any collusion,conspiracy,connivance or unlawful Agreement any advantage against the City of Winter Springs,Florida,or any person interested in the proposed Agreement. (5)The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion,conspiracy,or unlawful Agreement on the part of the proposer or any of its agents,representatives,owners,employees,or parties of interest, including affiant. President (Signed) (Title) STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was acknowledged before me this 12/5/22 by David Stalowy who is personally known to me or who has produced as identification and who did(did not)take an oath. (Signature of Notary Public) Christina Tabor (Name of Notary Typed,Printed or Stamped)Notary Public HH243949 (Commission Number) Notary Public State of Florida Ak Christina Tabor My commission IIII HH 243949 Exp.o41o712026 469 DRUG FREE WORKPLACE FORM The undersigned proposer,in accordance with Florida Statute 287.087 hereby certifies that Central Florida Environmental Corp does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug- free workplace,any available drug counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4. Notify the employees that as a condition of working on the commodities or contractual services that are under contract,employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this business complies fully with the above requirements. Central Florida Environmental Corp Company Name: Authorized Signature: David Stalowy Print Name: President Title: 12/5/22 Date: 470 VERIFICATION OF EMPLOYMENT STATUS USING E-VERIFY The undersigned proposer,in accordance with Florida Statute 448.09 and 448.095 hereby certifies that Central Florida Environmental Corp IS: (Name of Business) 1. Currently registered with the U.S.Department of Homeland Security's E-Verify system,and is compliant with the requirements of Sections 448.09 and 448.095,Florida Statutes. 2. Has not had any contracts terminated as a result of violations of Sections 448.09 or 448.095,Florida Statutes,that prohibit it from contracting with a public agency. 3. Aware that if it enters into an agreement with a subcontractor,an express provision shall be included in all of its subcontracts requiring subcontractors,who perform work or provide services pursuant to the contract,to use the E-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the contract term. 4. Aware that any subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien,and the contractor understands it shall maintain any such affidavits for the duration of the contract,and the contract with the subcontractor must be immediately terminated if the City has a good faith belief that the subcontractor knowingly violated Section 448.09(1),Florida Statutes. 5. Aware that in the event the City has a good faith belief that the contractor has knowingly violated Section 448.09 (1),Florida Statutes,the City shall terminate the contract,and the contractor may not be awarded a public contract for a period of at least one(1)year after the date of termination.The contractor may be held liable for any additional costs incurred by the City as a result of termination of the contract. As the person authorized to sign the statement,I certify that this business complies fully with the above requirements Central Florida Environmental Corp Company Name: Authoriz6cT Signature David Stalowy Print Name: President Title: 12/5/22 Date: 471 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we,the undersigned,Central Florida Environmental Corporation as Principal,and ..-Merchants Bonding,_Inc...___.__..,...,,as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of FIVE PERCENT OF PROPOSED BID Dollars(S---5%--- ) 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: TROTWOOD PARK BASKETBALL COURTS SITE WORK NOW,THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same, or in the alternate, if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that,at minimum, includes the terms of the Form of Agreement attached hereto(properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties, as may be required,for the faithful performance and proper fulfillment of such contract,then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately,upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF,the above bounded parties have executed this instrument under their several seals this 5th day of December , 2022 ,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. 472 Central Florida Environmental Corporation (WiUxMS) 910 Belle Ave,Ste 1040,Winter Springs, FI 32708 (Address) Merchants National Bonding,Inc. ` (fid imams) Natalie C.Demers Lau .Mos Ider, Attorney-In-Fact& Florida Resident Agent 4380 St.Johns Pkwy,Ste. 110,Sanford, Florida 32771 (A dress Inquiries: 407-330-3990 473 MERCHANT BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Don Bramlage;Edward M Clark;Laura D Mosholder their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 `may �O LP0#'.. O:• �•�O,.ORPO,q , f MERCHANTS BONDING COMPANY(MUTUAL) �:Z: y:y '��.��• MERCHANT NATIONAL BONDING,INC. 2003 v?,� :a' 1933 c By •.� •.........�J.••' ••.;��Y „' �1•� President STATE OF IOWA •�`"' •"°°� ' °'•••'' COUNTY OF DALLAS ss. On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. eIA4s POLLY MASON o aCommission Number 750576 Z °°°° My Commission Expires �. January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5th day of December 2022 ,�PZ10Aiq� 0111 C?4. x 2 -0- C.Z; •s': 1933 �.�� Secretary :v 2003 :�ti: POA 0018 (1/20) """•"'� ° 474 FLORIDA TRENCH SAFETY ACT CERTIFICATION Bidder acknowledges that the Bidder must comply with the Florida Trench Safety Act and applicable trench safety standards. Included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act(90-96,Laws of Florida)effective October 1, 1990. The bidder further identifies the costs to be summarized below.The separate item identifying the cost of compliance with trench safety standards shall be based on the linear feet of trench to be excavated. The separate item for special shoring requirements,if any,shall be based on the square feet of shoring used. Every separate item shall indicate the specific method of compliance as well as the cost of that method. Item Trench Safety Measure Unit of Unit Unit Cost Extended Description Measure Cost A N/A B C D This amount disclosed as the cost of compliance with the applicable trench safety requirement does not constitute the extent of the Contractor's obligation to comply with said standards. The contractor shall expend additional sums,at no additional cost to the OWNER(except as may otherwise be provided),which are necessary to so comply. Acceptance of the bid to which this certification and disclosure applies in no way represents that the OWNER or its representatives have evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the bidder,as Contractor,of its sole responsibility to comply with the applicable trench safety requirements. Central Florida Environmental Corp Name of Firm Authorized 9fignature 12/5/22 Date 475 CFE COFIPCIRATtON City of Winter Springs Central Winds Park Pickleball Courts Site Work Bid#09-22 LH Section H - Florida State Corporate Filing Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 476 ftowm DEPARTMENT 1 STATE DiviSION OF •-••-• • DrvISION Of 67 CORPORATIONS an offirial State of Florida website Department of State / Division of Corporations / Search Records / e r h b Entity Name / Detail by Entity Name Florida Profit Corporation CENTRAL FLORIDA ENVIRONMENTAL CORPORATION Filing Information Document Number S59402 FEI/EIN Number 59-3072378 Date Filed 06/10/1991 State FL Status ACTIVE Principal Address 910 BELLE AVE. SUITE #1040 WINTER SPRINGS, FL 32708 Changed: 01/25/2008 Mailing Address 910 BELLE AVE. SUITE #1040 WINTER SPRINGS, FL 32708 Changed: 01/25/2008 Registered Agent Name &Address STALOWY, DAVID E. 910 BELLE AVE. #1040 WINTER SPRINGS, FL 32708 Address Changed: 01/25/2008 Officer/Director Detail 477 Name &Address Title PVT STALOWY, DAVID 910 BELLE AVE., STE.#1040 WINTER SPRINGS, FL 32708 Title S STALOWY, DAVID 910 BELLE AVE., STE.#1040 WINTER SPRINGS, FL 32708 Annual Reports Report Year Filed Date 2020 04/18/2020 2021 02/20/2021 2022 03/08/2022 Document Images 0108/2022--ANNUAL REPORT View image in PDF format 02/20/2021 --ANNUAL REPORT View image in PDF format 04/18/2020--ANNUAL REPORT View image in PDF format 02!1312019--ANNUAL REPORT View image in PDF format 03/05/2018--ANNUAL REPORT View image in PDF format 03/23/2017--ANNUAL REPORT View image in PDF format 01/27/2016--ANNUAL REPORT View image in PDF format 01/10/2015--ANNUAL REPORT View image in PDF format 02/10i2014--ANNUAL REPORT View image in PDF format 04/19/2013 ANNUAL REPORT View image in PDF format 04/29/2012--ANNUAL REPORT View image in PDF format 03/01/2011 --ANNUAL REPORT View image in PDF format 03/03/2010--ANNUAL REPORT View image in PDF format 02/16/2009--ANNUAL REPORT View image in PDF format 01/25/2008—ANNUAL REPORT View image in PDF format 02/09/2007--ANNUAL REPORT View image in PDF format 01/25/2006--ANNUAL REPORT View image in PDF format 02/07/2005--ANNUAL REPORT View image in PDF format 01/08/2004--ANNUAL REPORT View image in PDF format 01/06i2003—ANNUAL REPORT View image in PDF format 01/09/2002--ANNUAL REPORT View image in PDF format 01/11/2001 --ANNUAL REPORT View image in PDF format 01!20/2000--ANNUAL REPORT View image in PDF format 03/24/1999--ANNUAL REPORT View image in PDF format 478 01/16/1998--ANNUAL REPORT View image in PDF format 02/21/1997--ANNUAL REPORT View image in PDF format 04/02/1996—ANNUAL REPORT View image in PDF format 01/13/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations 479 State of Florida Department of State I certify from the records of this office that CENTRAL FLORIDA ENVIRONMENTAL CORPORATION is a corporation organized under the laws of the State of Florida, filed on June 10, 1991. The document number of this corporation is S59402. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on March 8, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fourth day of May, 2022 %x> * f �'coD Wif tv ` Secretary nf'State Tracking Number:4299021787CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication 480