Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2008-07Memo
To: Wayne Saunders, City Manager
From: Tamara Richardson, PE, City Engineer
CC:
Date: February 1, 2008
Re: Legends Way Phase 3
Bid Award
Boykin Construction
The City of Clermont entered into an Interlocal Agreement with Lake County to manage the
design, bid and construction of Legends Way. The project will complete the roadway from
Citrus Tower Blvd. to Hancock Road. Included in the project was an extension of the City's
water main from the elevated storage tank to Citrus Tower Blvd. to provide an additional loop
in the potable water distribution system. The Interlocal Agreement provided transportation
impact fee funds of $365,000.00 for the construction of the roadway.
The project was offered for bid by the City in September 2007. The apparent low bidder is
Boykin Construction with a bid of $1,007,321.00. The County is requesting the additional
funds for the construction of Legends Way at their next County Commission meeting.
Included in that amount is $85,761.20 for the City's water main extension. Although Boykin
was not the low bidder for the water main, it is in the best interest of the project to award the
construction of the water main to the road contractor.
I recommend entering into an agreement with Boykin Construction, Inc., contingent upon the
County securing the additional funds, for the construction of Legends Way and the extension
of the City's water main for a total of $1,007,321.00.
DIVISION W
BID FORM
COMPANY NAME
NOTE: BIDDER SHALL SUBMIT BID IN DUPLICATE ON FORM PROVIDED HEREIN.
BID
OF
` (Name)
t I ~~ ~ i `~`~1~e~( c~ ~ ~I V14~~b~,a, ~L- ~3`t'f ~-~
(Address)
c~2~ 3`~~- :~ `1~.3
(Phone No.)
FOR
LEGENDS WAY PHASE 3
City of Clermont, Florida
Submitted ~~-Z,ti 20~~
TO THE CITY OF CLERMONT, FLORIDA:
We, the undersigned, hereby declare that no person or persons, firm or corporation, other
than the undersigned, are interested in this proposal, as principals, and that this Bid is made
without collusion with any person, firm or corporation, and we have carefully and to our full
satisfaction examined the Special Provisions and form of Contract and Bond, together with the
approved Plans and Specifications for the above described project, and that we have made a
full examination of the location of the proposed work and the source of supply of materials,
and we hereby agree to furnish all necessary labor, equipment, and materials, fully
understanding that the quantities shown herewith are approximate only, and that we will fully
complete all necessary work in accordance with the Plans and Specifications, and the
requirements under them of the Engineer, within the time limit specified in this Bid for the
following unit values, to-wit:
W-1
Legends Way -Phase 3 -Bid Form
Kimley-Horn and Associates, Inc. Project: Legends Way
3404 Southern Trace Project #: 042356006
The Villages, FI 32162
Ph: 352-259-2232 Page 1 of 2
Fax: 352-259-1584
Type of Estimate: Road Improvement Quantities
Take-Off By: CMG 10/1/2007
Estimated By: CMG 10/1/2007
Based on: 100% Engineering plans dated September 24, 2007
Rem No. Description QuantRy Units Cost/Unit Amount
DRAINAGE SYSTEM
-- ---- --- - -- ---- ---- ~ o~__
1 18 R.C.P. IQ LF. ~, y • SO z(o tO i
2 24' R.C.P. ~ L.F. ~ . 'i S ~ 3 y - ~ ~
3 30" R.C.P. Q L.F. • (~,b s .oG
4 30" Mitered End Section W/ Ener y Dissipater I E.A. . Gc' ~, s.O • °jO
5 36' R.C.P. Ip L.F. `1 1 ~' Z I `i , O G
6 48" R.C.P. (y~ L.F. oG ar ~'lC°. cG
7 Adjust existinglnletTop .z E.A. ~(oflpO I S'zp.oa
8 Remove Existing Inlet Top E.A. ;Z SO °C7 s6d U~
9 Relocate Existing Storm Inlet ',!_ E.A. 1100 °G ~f
/~ dU • GG
10 TypeP-ilnlet E.A. 3;t, y'pO (~ $20•p6
11 TypeP-2lnlet 2. E.A. 3 's, 5z.w
12 TypellnletTops 2 E.A. i '~ •-o° °
13 TypeDlnlet z E.A. y5(o-ov ~ 9 ,oG
14 Storm Manhole (Top Only) ;Z E.A. I I Ofd • GU Z pq • °
15 Storm Manhole z E.A. ~ZpO• oo ~p p , ° u
16 Connect to Existing Storm Structure E.A. O ' °° 1 1 ~D • ° U
17 Type "F" Curb and Gutter (Entire project) y 70 L.F. ~ i `~ 1 i $ - ~~'
18 Maintenance of Traffic (M.O.T.) I L.S. j 7 76 GU j 1 ~G : o
19 Sawcut and remove existing Type "F" curb p~ L.F. • °G O oL
20 Sawcut and match existing curb E.A. J~• 00 i n p •64
21 Sawcut and match existing asphalt 3 E.A. ~(~,• ~~' I G • G G
22 Erosion Control I L.S. (~,~, ° ° (~ (a Z S-' a
23 Remove Existing Inlet ~ E.A. SGG °O ;3 $pp •oo
24 Remove Existing Pipe 1 L.S. ~ 50- ou q 50 • oG
25 48" Bulkhead or Plug 1 E.A. ;3~ °iJ 3 G •.OG
urlurY
1 Fire Hydrant Assembly 3 E.A. 3"1t-13 0'' fl 'z ~•O~
2 16" D.LP. Water Main +~ t~ LF. 3Q . 1S 9S 83`1 ZS'
3 16' - 221/2 Degree Bend E.A. (a,s'• ~ ~ 3 "I ~
4 16" - 45 Degree Bend E.A. S- .S S-' ('-13 i - ~ G
5 16" Butterfly Valve ~ E.A. ~ )+~Q• ZS" p. Go
6 16" x 16" x 16" Tee 1 E.A. y ' • iS ) 3 $ • 3S-
7 16" x 16" x 6" Tee O E.A. - O -
8 16" x 6° Reducer 1 E.A. Fjr~. ' - S ~ (~S' SS
9 t6" Cap l E.A. 10.3 ~O • 30
10 Connect to existing Water Main "~ E.A. Q33 •G° 1 $t;(~ , o ~~
11 Hydrostatic Pressure Testing 1 L.S. 1 z(,, - °G j;j - G6
t2 Bacteriological & Disinfection t LS. •U© t3 ~ -o°
13 Remove existin water main "-1 t 1 L.F e ~ v (s09 • S~
14 Temporary Jumper Connection I E.A. ~( SD' c 950 . o U
15 16" D.I.P. Water Main -Relocation (Sta 26+50 to Sta 33+19) L.F.
Legends Way -Phase 3 -Bid Form
Kimley-Horn and Associates, Inc. Project: Legends Way
3404 Southern Trace Project #: 042356006
The Villages, FI 32162
Ph: 352-259-2232
Fax: 352-259-1584
Page 2 of 2
10/1 /2007
ROADS
1 4" Thick Concrete Sidewalk z i SO S.Y. Z,Q • ZO ~ ~{ Sv S• `'o
2 6" Thick Concrete Multi Use Trail (12' wide) 1'"1 1 S.Y. 0 5 ZS• eS
3 6" Thick Concrete Multi Use Trail (10' wide) S.Y. ' . GS G qE . two
4 ADA Handicap Ramps w/ Detectable Warning E.A. Q ~ " OQ • o0
5 Remove Existing Pavement Section (Station 9+00 to 10+00) `I S.Y. ao -~~'
LEGENDS WAY NEW ROAD CONSTRUCTION
6 2.5"Types-III (2 lifts) •10 S.Y. ( .7G 9(~ G(°• v
7 10' Limerock Base "~0:~'7 S.Y. ` Z S ~ 1 t . ~ S
8 12" SubBase ~ G•3 S.Y. I , ~,5 iO ? 5~ • ~5
9 Prime Coat 'j03-7 S.Y. O. 40 7. $ l y • 8d
PAVEMENT WIDENING ON LEGENDS WAY
10 2" Type S-III (2 lifts) pq S.Y. y •-~ 2 ~ 2,1 ~ r0
11 8" Limerock Base Q S.Y. ', . to j (, O • i0
12 12" SubBase $ fo S.Y. l . 2S S• OG
13 Prime Coat p9 S.Y. Q.yO j •to0
14 Remove Existing Pavement Section ~ g.Y. - pp -1~ ~ . uU
15 Mill and Resurface i 7 S.Y. I _Qp ~ ~ '7y - 3G
CHAMPIONS WAY NORTH IMPROVEMENTS
16 2" Type S-III (2 lifts) ~} O S.Y. f 3 • $O G O
17 8" Limerock Base S.Y. `-t. ?O 3 (o ~(fl• ~' G
18 12" SubBase -~j'j S.Y. I .2S "'( ~ 2
19 Prime Coat y$G S.Y. O. y~ I y 2 • O o
20 Remove Existing Pavement Section OGG S.Y. ~„ .00 . a
21 Remove Existing Sidewalk ~{~{9 S.Y. j_ (~, ~ 3~ SO
22 Remove Existing Barbed Wire Fence I L.S. 1 S00.aG i SOU a ~
23 Excavation t p _t{$ C.Y. - `JD 1 r1' 9 ~ 1 - SO
24 Embankment O C.Y. •p0 23g `j p.oo
25 Sodding { 000 S.Y. i.7S z2, '1SG'°O
26 Signage and Marking ~ L.S, to Z~5'V° ~ . oG
27 6' Tall Black Chain link Fence 1 L.S. S'1 IS°u~ 7l ° ~'
28 Remove existing Road Barricades 1 L.S. - p - -- p -
MISC.
1 Mobilization 1 L.S. -r'O •Z d O °
2 Geotechnical Testing t L.S. 10 S 8i ° ` ~ t 0 ' $ . I O
3 Construction Stakeout 1 L.S. I "; O - • ~ ° !3 D l f • 7
4 Record Drawings t L,g. 4 . °o z bG . 0 0
TOTAL ~ pg'lpf,y. S
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive
bidding or market conddions. Opinions of probable casts provided herein are based on the information known to Engineer at this time and represent
only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that
proposals, bids, or actual construction costs will not vary from its opinions of probable costs.
Legends VIOay -Phase 3 -Multi Use Trait -Alternate Bid Form
Kimley-Horn and Associates, Inc. Project: Legends Wey -
3404 Southern Trace Project #: 042356006
The Villages, FI 32162
Ph, 352-259-2232
Fax:352-259-1584
Type of Estimate: Road Improvement Quantities
Take-Off 8y: CMG 8/27/2007
Estimated By: CMG 8/2712007
Based on: 100% Engineering plans dated July 27; 2007
Item No. Description Quantity Units CostlUnit Amount
RQaDS I
1 1 1/4' Type IIII Structural Course ~qOq S.Y. ~~(p S' zSj lLyiZ' ~" _
2 5 Limerock Base 3 S.Y. (p~S..i
- J.S -77.3C'
_
3 8' SubBase ~ S,Y. _
l ~,~ Ej•)„3jV~. iv
IOIAL
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive
bidding or market conditions. Opinions of probable costs provided herein are based on the information knovan to Engineer at this time and represent
only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that
proposals, bids, or actual construction costs will not vary from its opinions of probable costs.
The undersigned further agrees to execute the Contract within ten (10) calendar days after
receipt of notice of award, and within the time frame of Division X.
The undersigned further agrees to bear the full cost of maintaining all work until the final
acceptance.
The undersigned further declares that his Bid is based on specifications as modified by the
following Addenda: .~~
Addendum No.
Addendum No.
Addendum No.
3
Qj7-~~a? ~
Dated ~ Addendum No. Dated
Dated R~~-~f~z Addendum No. Dated
Dated ~o~z~o~ Addendum No. Dated
The undersigned Contractor's address and principal place of business is
~ ~ ~' ~~ fk`~~ ~ Jt~ iVltr~r~~l~, Ft :715
If Contractor is corporation, list the names, titles, and business addresses of its President,
Secretary and Treasurer:
1. PRESIDENT .. ~ Address ~~~ ~~" ~a~~~.~t 't,~0.G
~~ ,~ 7%~
(ame) ~,~~Yt~i ~'~'i -~
Z. SECRETARY _ ~- ~~ t Address
(Name)
3. TREASURER ~ ~ ~ ~. ~ tM1 Address
Name)
~~G~'1n~.l.~t'~.1 , ~1. ~T ~ ~j
W-5
Said corporation is qualified to do business in the State of Florida.
.~
i t~'t1 ~ 4~'i _ 4i1~~'1r[Al, C~1 I N1i',
Corporate Name
B ` '" ~' 1 /
Y•
President
***CORPORATE SEAL***
or Qualifying Agent
Contractor's Registration or Certification No.
If Contractor is not a corporation, list the name(s) and business address(es) of its owner(s),
joint venturers or partners:
1. Address _
(Name)
2. Address _
(Name)
3. Address _
(Name)
The said company or business entity is a sole proprietorship, partnership, or joint venture and
is trading and doing business as
-- (Company Name).
By:
Name of Firm or Qualifying Agent
Contractor's Registration or Certification No.
W-6
FLORIDA TRENCH SAFETY ACT CERTIFICATION AND DISCLOSURE STATEMENT
The undersigned acknowledges the requirements of the Florida Trench Safety Act (Section
553.60 et. seq. Florida Statutes).
A. The Bidder further acknowledges that the Florida Trench Safety Act, (the Act) establishes
the Federal excavation safety standards set forth at 29 C.F.R. Section 1926.650 Subpart P, as
the interim state standard until such time as the State of Florida, through its Department of
Labor and Employment Security, or any successor agency, adopts, updates or revises said
interim standard. This State of Florida standard may be supplemented by special shoring
requirements established by the State of Florida or any of its political subdivisions.
B. The Bidder, as Contractor, shall comply with all applicable excavation/trench safety
standards.
C. The Contractor shall consider the geotechnical data available from the City, if any, the
Contractor's own sources, and all other relevant information in its design of the trench safety
system to be employed on the subject Project. The Contractor acknowledges sole
responsibilities for the selection of the data on which it relies in designing the safety system, as
well as for the system itself.
D. The amounts that the Bidder has set forth for pipe installation includes the following
excavation/trench safety measures and the linear feet of trench excavated under each safety
measure. These units, costs, and unit values shall be disclosed solely for the purpose of
compliance with procedural requirements of the Act. No adjustment to the Contract time or
price shall be made for any difference in the actual number of linear feet of trench excavation,
except as may be otherwise provided in these Contract Documents.
Trench Safety
Measure
Descri tion Units of Measure
(LF, SF) Unit
(Quantity) Unit Cost Extended Cost
A.
B.
C.
D.
E
F.
For Information Only, Not for Payment Purposes $
Bidder may use additional sheets as necessary to extend this form.
W-7
Failure to complete the above may result in the bid being declared non-responsive.
E. The amount disclosed as the cost of compliance with the applicable trench safety
requirements does not constitute the extent of the Contractor's obligation to comply with said
standards. The Contractor shall extend additional sums at no additional cost to the City, if
necessary, to comply with the Act (except as may otherwise be provided).
F. Acceptance of the bid to which this certification and disclosure applies in noway represents
that the City or its representative has 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 Contractor of its sole responsibility to comply with the applicable trench safety
requirements.
Address:
Company
Name and Title
Telephone: (~~>L) ~h (~ `-~ - 5 ~~~.~>
C
W-8
DIVISION X
AGREEMENT
THIS AGREEMENT, made and entered into by and between the City of Clermont, a political
subdivision of the State of Florida, hereinafter designated the CITY, and Boykin Construction
Incorporated authorized to do business in the State of Florida, with principal place of business
located at 116 W. Center Street, Minneola, Florida 34715 hereinafter designated the
CONTRACTOR,
WITN ESSETH
That for and in consideration of the sum of One million seven thousand three hundred
twenty one dollars and zero cents ($1,007,321.00) to be paid by the CITY to the
CONTRACTOR as herein provided, and in further consideration of the mutual covenants and
promises to be kept and performed by and between the parties hereto, it is agreed as follows:
A. THE CONTRACTOR AGREES:
1. To furnish all services, labor, materials and equipment necessary for the
complete performance, in a thorough and workmanlike manner, of the work contemplated under
LEGENDS WAY PHASE 3 in Clermont, Florida, to comply with the applicable standards, and to
perform all work in strict accordance with the terms of the Contract Documents, defined in
Section D of this Agreement.
2. To commence work under this contract with an adequate force and equipment
within ten (--10--) consecutive calendar days after receipt of written notice from the CITY to
proceed hereunder, and to fully complete all necessary work under the same within not more
than one hundred ten (200) consecutive calendar days, or by date September 19, 2008,
whichever comes first. It is understood and agreed that the date on which the consecutive
calendar days will begin to be charged to the project shall be the thirtieth (30th) calendar day
from the date of receipt of the Notice to Proceed. Time of performance and completion of the
X-1
contract is of the essence.
3. That upon failure to complete all work within the time provided for above, the
Contractor shall pay to the City such sums as shall be determined in accordance with the
Liquidated Damages provision of this contract, and the payment of such sum shall be secured
as provided for therein.
4. That the CONTRACTOR and each subcontractor shall furnish to the CITY, upon
demand, a certified copy of the payroll covering work under this contract, together with such
other information as may be required by the CITY to ensure compliance with the law and the
provisions of this contract.
5. To procure and maintain all insurance as required by the Instructions to Bidders.
6. To procure and maintain all permits and licenses which may be required bylaw
in connection with the prosecution of the work contemplated hereunder, except for those
permits obtained by the City as expressly set forth in Division P of the Contract Documents.
7. To permit any representative(s) of the CITY, at all reasonable times, to inspect
the work in progress or -any of the materials used or to be used in connection therewith,
whether such work is located on or off the project site, and to furnish promptly, without
additional charge, all reasonable facilities, labor and materials deemed necessary by the City's
Engineer, for the conducting of such inspections and tests as he may require.
8. Unless otherwise provided in the special provisions, conditions and
specifications, to assume liability for all damage to work under construction or completed,
whether from fire, water, winds, vandalism, or other causes, until final completion and
acceptance by the City and notwithstanding the fact that partial payments may have been
made during construction.
9. No subcontract or transfer of contract shall in any case release either the
Contractor or his surety of any liability under the contract and bonds. The City reserves the
X-Z
right to reject any subcontractors or equipment.
10. The Contractor shall indemnify, pay the cost of defense, including attorneys'
fees, and hold harmless the City from all suits, actions or claims of any character brought on
account of any injuries or damages received or sustained by any person, persons or property by
or from the said Contractor; or by, or in consequence of any neglect in safeguarding the work;
or through the use of unacceptable materials in the construction of improvements; or by, or on
account of any act or omission, neglect or misconduct of the said Contractor; or by, or on
account of, any claim or amounts recovered for any infringement of patent, trademark or
copyright; or from any claims or amounts arising or recovered under the "Workers'
Compensation Law" or of any other laws, by-laws, ordinance, order or decree, including any
joint negligence of the City, except only such injury or damage as shall negligence of the City,
except only such injury or damage as shall have been occasioned by the sole negligence of the
City; and so much of the money due the said Contractor under and by virtue of his Contract as
shall be considered necessary, may be retained by the City or, in case no money is due, his
surety shall be held until such suits, actions or claims for injuries or damages shall have been
settled and suitable evidence to that effect furnished to the City. The City and the Contractor
agree the first $100.00 of the Contract amount paid by the City to the Contractor shall be given
as separate consideration for this indemnification, and any other indemnification of the City by
the Contractor provided for within the Contract Documents, the sufficiency of such separate
consideration being acknowledged by the Contractor by the Contractor's execution of the
Agreement.
The Contractor shall guarantee the payment of all just claims for materials, supplies,
tools, labor or other just claims against him or any subcontractor in connection with this
Contract; and his bonds will not be released by final acceptance and payment by the City unless
all such claims are paid or released.
X-3
B. THE CITY AGREES:
To pay to the Contractor the contract price hereinabove specified, as follows:
If progress satisfactory to the City is being made by the Contractor, the Contractor will
receive partial payments, not more frequently than once a month, on this contract as the work
progresses, based upon estimates of the amount of work done less payments previously made.
In each case 10% of each progress payment shall be withheld as retainage until 50%
completion of the project. After 50% completion of the project, the City shall withhold 5% of
each subsequent progress payment. Payment of retainage shall be as set forth in Section
218.735, Florida Statutes (2005). Neither progress payment nor partial or entire use or
occupancy of the project by the City shall constitute an acceptance of work not in accordance
with the Contract Documents.
The City, prior to making of any payment, may require the Contractor to furnish a
certificate or other evidence showing the amount of work done or completed at that time.
C. IT IS MUTUALLY AGREED:
1. That no change, alteration, amendment, payment for extra work or
agreement to pay for same, shall be binding upon the City until its Engineer has approved the
same, and until the same shall be properly approved in accordance with Board policy.
2. That the Engineer shall represent the City insofar as prosecution of the
work, and interpretation of the plans and specifications are concerned, and that no payments
shall be made by the City under this contract except upon the certificate of the Engineer.
3. This Contract shall be interpreted under and its performance governed by
the laws of the State of Florida.
4. The failure of the City to enforce at any time or for any period of time any
X-4
one or more of the provisions of the Contract Documents shall not be construed to be and shall
not be a waiver of any such provision or provisions or of its rights thereafter to enforce each
and every such provision.
5. Each of the parties hereto agrees and represents that this Contract
comprises the full and entire agreement between the parties affecting the work contemplated,
and that no other agreement or understanding of any nature concerning the same has been
entered into or will be recognized, and that all negotiations, acts, work performed, or payments
made prior to execution hereof shall be deemed merged into, integrated and superseded by
this Contract.
6. Should any provision of this Contract be determined by a court to be
unenforceable, such determination shall not affect the validity or enforceability of any section or
part thereof.
D. The following named Documents, which shall be referred to as the "Contract
Documents," are by reference hereby incorporated into this contract:
DIVISION A Instructions to Bidders
DIVISION B General Conditions
ADDENDUM #1 Pre-Bid Meeting Minutes
DIVISION W Proposal and Bid
DIVISION Y Performance Bond
Payment Bond
DIVISION Z Affidavit by General Contractor
APPENDIX Al "Sample Change Order"
Construction Plans prepared by the Engineer of record for this project.
E. Notices.
1. All notices, demands, or other writings required to be given or made or
X-5
sent in this Contract, or which may be given or made or sent, by either party to the
other, shall be deemed to have been fully given or made or sent when in writing and
addressed as follows:
C~ Contractor
City of Clermont
685 W. Montrose Street
Clermont, Florida 34711
2. All notices required, or which may be given hereunder, shall be
considered properly given if (a) personally delivered, (b) sent by certified United
States mail, return receipt requested, or (c) sent by Federal Express or other
equivalent overnight letter delivery company.
3. The effective date of such notices shall be the date personally delivered,
or if sent by mail, the date of the postmark, or if sent by overnight letter delivery
company, the date the notice was picked up by the overnight letter delivery
company.
4. Parties may designate other parties or addresses to which notice shall be
sent by notifying, in writing, the other party in a manner designed for the filing of
notice hereunder.
F. This contract shall be binding upon, and shall insure to the benefit of the
executors, administrators, heirs, successors and assigns of the Contractor.
X-6
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed
on the day and year as written.
CITY OF CLERMONT
.~%~
..~.~.~~
Harold S. Turville, Jr., Mayor
This day of ~f < 20~
Contractor's Name
~C
This // day of /1~Jg,-LG. , 200 g
A'
Tracy Ackroy¢", ~i'ty Clerk
Cii:~i ofof Cler ont
Clermont, Florida
Approved as to form and legality by
City Attorney for City of Clermont, Florida
City of Clermont
685 W. Montrose Street
Clermont, Florida 34711
(352) 394-4081
Dan Man arcs
City Attorney
ATTEST:
Print Na e: eh ~ G
Title: sj .,
***CORPORATE SEAL***
OR
WITNESSES: ~j~
Print Name: ~~`l ~'sE'_ ~y--q"s~--
Print Name: ~~eH~,~~'l- G. !S~/~',~
Business Address: ~ U . J>~'~ ~ ~
/til i nn~~ ~h ~/~ ~ b7 Ss.
~` UC l 2. Z. ~~"~ /
Contractor's Reg. or Cert. No.
X-7