HomeMy WebLinkAbout1903 Carr & Colliert(CITY OFFINANCE DEPARTMENT
� 2 w
To: City Clerk
iv: Request for Services
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑ Development Order
❑ Final Plat (original mylars)
❑ Letter of Credit
❑ Maintenance Bond
❑ Ordinance
❑ Performance Bond
❑ Resolution
® IFB 17/18-01 Carr and Collier
Once completed, please:
❑ Return original
❑ Return copy
El
Special Instructions:
Please file and keep for City Clerk Records
Thank you!
ff�u�. �0"
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc
❑ City Attorney Signature
® City Clerk Record Keeping
❑ Safe Keeping
❑ City Attorney's Signature
❑ City Clerk's Signature
01-2, t
Oak
WS_ RMx
Item No.
CITY COMMISSION MEMORANDUM 17-299.H
NOVEMBER 13, 2017 AGENDA
TO: Honorable Mayor and Members of the City Commission
PREPARED BY: William Marcous, Utility Support Services Manager
SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager
SUBJECT: East Lake Mary Boulevard Reclaimed Water Main Extension Phase 2;
Carr & Collier Bid Award (IFB 17/18-01)
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Award Bid # IFB 17/18-01 to the lowest responsive and responsible bidder for the Phase 2
reclaimed water main extension on East Lake Mary Boulevard is being requested.
FISCAL/STAFFING STATEMENT:
The low bid was submitted by Carr & Collier, Inc. (Carr) of Leesburg, Florida in the amount of
$357,259.
BACKGROUND:
On August 28, 2017, the City Commission approved an agreement with Safari Investments, LLC
(Safari) whose managers/members are Sadique M. Jaffer and Mohamedtaki Jaffer, for the
extension of a reclaimed water line to service their proposed residential properties. The City's cost
share of the project was $50,000 with the balance to be paid by Safari. This is the second phase of
a successful public-private partnership to fund reclaimed water extensions with the cost shared by
Safari, the City, and the St. Johns River Water Management District (SJRWMD).
On August 28, 2017 the City Commission approved a cost share agreement with the SJRWMD
that will help provide some funding for this reclaimed water line extension. The amount of this
grant is $117,895.47 (33% of construction cost not to exceed $133,827). The construction cost
balance would be paid by Safari Investments which is $239,363.53 (bid amount — grant amount).
The City's cost share of $50,000 was for the design and post design services and is not part of the
construction cost that would be paid to Carr.
On October 3, 2017, bids were opened for the extension of a reclaimed water line on East Lake
Mary Boulevard. There were 7 bidders with Carr being deemed to be the lowest responsive and
responsible bidder. Attached is the bid tabulation.
LEGAL REVIEW:
The City Attorney has reviewed this matter and has no legal objection if all requirements of the
City's Purchasing Policies are adhered to an implemented in accordance with controlling law.
RECOMMENDATION:
City staff recommends award of the bid to Carr as the lowest responsive and responsible bidder at
the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate
escrow fund as approved by the City Attorney.
SUGGESTED MOTION:
"I move to award bid 17/18-01 to the low bidder to Carr as the lowest responsive and responsible
bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an
appropriate escrow fund as approved by the City Attorney.
Attachment: Bid Tab Report
AGREEMENT
PART 1 GENERAL
1.01 THIS AGREEMENT, made and entered into the day of
by and between the City of Sanford, Florida, 300 North Park Avenue, Sd ord, Florida
32771, a municipal corporation of the State of Florida, holding tax exempt status,
hereinafter referred to as the "CITY" (also referred to as "OWNER") and Carr & Collier,
Inc. whose principal and local address is 1410 Emerson Street, Leesburg, Florida
34748 , hereinafter referred to as to as the "CONTRACTOR". The CITY and the
CONTRACTOR are collectively referred to herein as the Parties.
1.02 The Owner and Contractor Agree as Follows:
A. The Contract Documents include the Agreement, Addenda (which pertain to the
Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the
General Conditions, the Supplementary Conditions, the Specifications listed in
the Index to the Project Manual, any technical specifications as incorporated by
the Project Manual; the Drawings as listed in the Project Manual, all Written
Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's
written interpretations and clarifications issued on or after the Effective Date of
this Agreement, and all documents which are fully a part of the Contract with the
City are identified by title and number as set forth below and are available for
review at and downloading from the City's Web site (site. in full) and all
documents are agreed to be incorporated into the Contract as if physically
attached to the Contract and are, further, agreed to be incorporated into the
Contract as if fully set forth therein verbatim. The Contract Documents include:
1. Executed, Section 00520 - Agreement Form.
2. The Project Manual. Note the Index (starting on page number 00010-1 of
.the , Project Manual) includes all instructions, terms, general and
supplemental conditions, bid documents,, plans, prints and specifications
pertaining to the Project.
3. Addenda Applicable to the Bid
4. Contractor's Bid, 00410.
5. Performance Bond, 00605.
6. Payment Bond, 00610
7. Material and Workmanship Bond, 00615.
8. Trench Safety (Executed Form), 00430
9. Non Collusion Affidavit, 00432
10. Conflict of Interest Affidavit, 00434
11. Public Entities Crime Affidavit, 00436
12. Compliance With the Public Records Law Affidavit, 00438
13. Bidder Qualification Affidavit, 00440
14. Certification Of Non -Segregated Facilities (Executed Form), 00450
15. Disputes Disclosure (Executed Form), 00452
16. Drug Free Workplace (Executed Form), 00454
17. Unauthorized (Illegal) Alien Workers Affidavit, 00456
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01) AGREEMENT
Page 1 of 20
18. E -Verify Compliance Affidavit, 00458
19. Americans With Disabilities Act Affidavit, 00460
20. Financial Information (Executed Form) (If Required by City), 00462
21. Insurance Certificate(s)
22. Notice of Award, 00510
23. Criminal Background Check Requirements (If Required for Project by
City), 00525
24. Notice to Proceed, 00530.
25. Consent of Surety to Final Payment (Executed Form), 00617.
26. Contractor's Application for Payment (Executed Forms), 00625.
27. Certificate of Substantial Completion, 00626.
28. Certificate of Final Completion, 00627.
29. Contractor's Partial Release of Lien (Executed Forms), 00640.
30. Subcontractor's Final Release of Lien (Executed Form), 00641.
31. Subcontractor's Partial Release of Lien (Executed Forms), 00644.
32. Contractor's Release of Lien (Executed Form), 00645.
33. Project Field Order (Executed Form), 00940.
34. Work Directive Change (Executed Form), 00945.
35. Change Order (Executed), 00950.
36. Additional document(s) that are not specifically listed in Paragraph
1.02.A.1 through 1.02.A.36, but which are included in the Project Manual
and any additional documents agreed upon by the Parties shall be
included as a part of the Contract.
These documents form the Contract and all are as fully a part of the Contract as
if attached to this Agreement or repeated herein. As the documents indicated
above are executed, the date of final execution and initials of the individual who
received the executed document(s) is to be added to the blank next to the listed
document(s) when processed and made a part of the City's official set of
Contract Documents.
B. Scope of Work
The Contractor shall perform all Work required by the Contract Documents for
the construction of the East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-
C. Contract Time
The Contractor shall begin Work after the issuance of a written Notice to Proceed
from Owner and shall substantially complete the Work within the Contract Time
identified in Paragraphs 1.02.C.5 of the Bid Form, which is 120 calendar
Days. The Work shall be finally complete, ready for Final Payment in
accordance with the General Conditions, within 45 calendar days from
the actual date of substantial completion.
D. Liquidated Damages
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 2 of 20
OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in Paragraph C above, plus any
extensions thereof allowed in accordance with the General Conditions. They
also recognize the delays, expense and difficulties involved in proving in a legal
arbitration proceeding the actual loss suffered by OWNER if the Work is not
substantially complete on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as liquidated damages for delay (but not
as a penalty) CONTRACTOR shall pay OWNER 1000 for each calendar day
that expires after the time specified in Paragraph C for substantial completion
until the Work is substantially complete. It is agreed that if this Work is not
Finally completed in accordance with the Contract Documents, the
CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not
as penalty, one-fourth ('/4) of the rate set forth above.
E. Contract Price
Unit Price Contract
The Owner will pay the Contractor in current funds for the performance of the
Work, subject to additions and deductions by Change Order and subject to the
Measurement and Payment Provisions, and subject to actual constructed
quantities; the Total Contract Price of Three hundred fifty-seven thousand two
hundred fifty-nine and 00/100 Dollars ($357,259.00). Payments will be made to
the Contractor on the basis of the Schedule of Unit Prices included as a part of
his Bid, which shall be as fully a part of the Contract as if attached or repeated
herein.
F. City of Sanford Tax Recovery
The CONTRACTOR shall cooperate with the CITY in the implementation of the
CITY's tax recovery program and, to that end, the CITY may make purchases
directly under its purchase order processes relative to various materials, supplies
and equipment that may be part of the services provided under this Agreement.
The CONTRACTOR hereby recognizes the right of the CITY to engage in tax
recovery/savings through direct purchases.
G. Payments
The Owner will make payments as provided in the General Conditions and
Supplementary Conditions.
H. Retainage
In accordance with the provisions of the State of Florida Local Government
Prompt Payment Act, the value of each application for payment shall be equal to
the total value of the Work performed to date, less an amount retained, and less
payments previously made and amounts withheld in accordance with the General
Conditions and Supplementary Conditions. Retainage for this Project is 10%, to
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 3 of 20
be held by Owner as collateral security to ensure completion of Work. When the
Work is 50 percent complete, defined as being 50 percent complete based on the
construction progress schedule as updated during construction, and expenditure
of at least 50 percent of the total updated construction cost, retainage shall be
reduced in accordance with State law.
Engineer
The Project has been designed by CPH, Inc., referred to in the documents as the
Engineer.
Additional Terms and Conditions
The CONTRACTOR hereby warrants and represents to the CITY that it is
competent and otherwise able to provide professional and high quality
goods and/or services to the CITY by means of employees who are neat
in appearance and of polite demeanor.
2. All submissions submitted by the CONTRACTOR in the proposals/bid
submitted to the CITY are hereby incorporated herein to the extent not
inconsistent with the terms and conditions as set forth herein.
3. The CONTRACTOR acknowledges that the CITY may retain other goods
and/or service providers to provide the same goods and/or services for
CITY projects. The CONTRACTOR acknowledges that the CITY, at the
CITY's option, may request proposals from the CONTRACTOR and the
other goods and/or service providers for CITY projects. The CITY
reserves the right to select which goods and/or services provider shall
provide goods and/or services for the CITY's projects.
4. The CONTRACTOR agrees to provide and ensure coordination between
goods/services providers.
5. Each party hereto represents to the other that it has undertaken all
necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations
imposed on it. The person(s) executing this Agreement for the
CONTRACTOR certify that he/she/they is/are authorized to bind the
CONTRACTOR fully to the terms of this Agreement.
6. The CONTRACTOR hereby guarantees the CITY that all materials,
supplies, services and equipment as listed on a Purchase Order meet the
requirements, specifications and standards as provided for under the
Federal Occupations Safety and Health Act of 9970, from time to time
amended and in force on the date hereof.
7. It is agreed that nothing herein contained is intended or should be
construed as in any manner creating or establishing a relationship of co-
partners between the parties, or as constituting the CONTRACTOR
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 4 of 20
(including, but not limited to, its officers, employees, and agents) the
agent, representative, or employee of the CITY for any purpose, or in any
manner, whatsoever. The CONTRACTOR is to be and shall remain
forever an independent contractor with respect to all services performed
under this Agreement.
8. Persons employed by the CONTRACTOR in the provision and
performance of the goods and/or services and functions pursuant to this
Agreement shall have no claim to pension, workers' compensation,
unemployment compensation, civil service or other employee rights or
privileges granted to the CITY's officers and employees either by
operation of law or by the CITY.
9. No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall be honored by the CITY.
10. Execution of this Agreement by the CONTRACTOR is a representation
that the CONTRACTOR is familiar with the goods and/or services to be
provided and/or performed and with local conditions. The
CONTRACTOR shall make no claim for additional time or money based
upon its failure to comply with this Agreement. The CONTRACTOR has
informed the CITY, and hereby represents to the CITY, that it has
extensive experience in performing and providing the services and/or
goods described in this Agreement and that it is well acquainted with the
components that are properly and customarily included within such
projects and the requirements of laws, ordinance, rules, regulations or
orders of any public authority or licensing entity having jurisdiction over
the CITY's Projects.
11. Quality, Professional Standards, and Security Requirements
a. Under this paragraph 11, the term "CONTRACTOR'S employees"
shall include CONTRACTOR'S agents, employees and
SUBCONTRACTORS extending to SUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
quality, accepted standards, technical accuracy, neatness of
appearance of employees, employee conduct, safety, and the
coordination of all services furnished by the CONTRACTOR under
any Agreement resulting from this solicitation. The City reserves
the right to require all CONTRACTOR employees, when on City
property or Work sites, to wear identification badges at all times
which, at a minimum, provides the name of the employee and the
CONTRACTOR.
C. The CITY reserves the right to require the CONTRACTOR to
provide to the CITY a list of employees working on the project.
Also, the list shall include employee working days, times and
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 5 of 20
assignments within forty-eight (48) hours of the CITY's written
request for such information. This information will be reviewed,
screened and verified by the CITY, prior to the employees of the
CONTRACTOR entering the CITY's premises and/or work sites.
d. The CONTRACTOR shall comply with Section 00525 concerning
criminal background check requirements of the employees of the
Contractor and Subcontractors.
e. In the event employees of the Contractor and Subcontractor do
not qualify to Work on the Project due to A) Failure to have the
required criminal background check reports submitted to the City
by the FDLE; or B) Unsatisfactory background check reports on
employees; then those employees will be disqualified by the City,
and those disqualified employees will not be allowed to Work on
the Project. Disqualification of employees to Work on the Project
is a non -excusable delay to the Contract for which the City will not
grant a Contract Time extension.
Additionally, the CITY may request and the CONTRACTOR shall
provide the name, address and social security number and
licenses (driver's, commercial drivers license or CDL, or other
operator's license) for employees of the CONTRACTOR and/or
SUBCONTRACTORS that may work on the CITY's premises in
positions found by the City to be critical to the security and/or
public safety of the CITY by reason of access to any publicly
owned or operated facility. The CONTRACTOR shall release such
information upon approval of the affected employees. If an
employee refuses to authorize the release of their address, social
security number and/or licenses they shall not be allowed to work
or continue to work in such critical positions.
e. The CONTRACTOR shall work closely with the CITY on all
aspects of the provision of the goods and/or services. With
respect to services, the CONTRACTOR shall be responsible for
the professional quality, technical accuracy, competence,
methodology, accuracy and the coordination of all of the following
which are listed for illustration purposes and not as a limitation:
documents, analysis, reports, data, plans, plats, maps, surveys,
specifications, and any and all other services of whatever type or
nature furnished by the CONTRACTOR under this Agreement.
The CONTRACTOR shall, without additional compensation,
correct or revise any errors or deficiencies in his/her/its plans,
analysis, data, reports, designs, drawings, specifications, and any
and all other services of whatever type or nature. The
CONTRACTOR's submissions in response to the subject bid or
procurement processes are incorporated herein by this reference
thereto.
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 6 of 20
12. Neither the CITY's review, approval or acceptance of, nor payment for,
any of the goods and/or services required shall be construed to operate
as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement and the CONTRACTOR
shall be and remain liable to the CITY in accordance with applicable law
for all damages to the CITY caused by the CONTRACTOR negligent or
improper performance or failure to perform any of the goods and/or
services furnished under this Agreement.
13. The rights and remedies of the CITY, provided for under this Agreement,
are in addition to any other rights and remedies provided by law.
14. Time is of the essence in the performance of all goods and/or services
provided by the CONTRACTOR under the terms of this Agreement.
15. Invoices, which are in an acceptable form to the CITY and without
disputable items, which are received by the CITY, will be processed for
payment within thirty (30) days of receipt by the CITY.
16. The CONTRACTOR will be notified of any disputable items contained in
invoices submitted by the CONTRACTOR within fifteen (15) days of
receipt by the CITY with an explanation of the deficiencies.
17. The CITY and the CONTRACTOR will make every effort to resolve all
disputable items contained in the CONTRACTOR's invoices.
18. Each invoice shall reference this Agreement, the appropriate billing
period.
19. The Florida Prompt Payment Act shall apply when applicable. A billing
period represents the dates in which the CONTRACTOR completed
goods and/or services referenced in an invoice.
20. Invoices are to be forwarded directly the City's designated CEI
representative, as identifed at the preconstruction meeting, for review and
processing.
21. CITY designates the City Manager or his/her designated representative,
to represent the CITY in all matters pertaining to and arising from the
Work and the performance of this Agreement.
22. The City Manager, or his/her designated representative, shall have the
following responsibilities:
a. Examination of all Work and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable
time so as not to materially delay the Work of the CONTRACTOR;
b. Transmission of instructions, receipt of information, and
interpretation and definition of CITY's policies and decisions with
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 7 of 20
respect to design, materials, and other matters pertinent to the
Work covered by this Agreement;
C. Giving prompt written notice to the CONTRACTOR whenever the
CITY official representative knows of a defect or change
necessary in the Project; and
d. Coordinating and managing the CONTRACTOR's preparation of
any necessary applications to governmental bodies, to arrange for
submission of such applications.
23. Until further notice from the City Manager the designated representative
for this Agreement is:
Bilal Iftikhar, P.E.
Public Works / Utility Director
City of Sanford
P.O. Box 1788
Sanford, Florida 32772
24. CITY may terminate this Agreement for convenience at any time or for
any one (1) or more of the reasons as follows:
a. If, in the CITY's opinion, adequate progress is not being made by
the CONTRACTOR due to the CONTRACTOR 's failure to
perform; or
b. If, in the CITY's opinion, the quality of the goods and/or services
provided by the CONTRACTOR is/are not in conformance with
commonly accepted professional standards, standards of the
CITY, and the requirements of Federal and/or State regulatory
agencies, and the CONTRACTOR has not corrected such
deficiencies in a timely manner as reasonably determined by the
CITY; or
C. The CONTRACTOR, or any employee or agent of the
CONTRACTOR, is indicted or has a direct charge issued against
him for any crime arising out of or in conjunction with any Work
that has been performed by the CONTRACTOR; or
d. The CONTRACTOR becomes involved in either voluntary or
involuntary bankruptcy proceedings, or makes an assignment for
the benefit of creditors; or
e. The CONTRACTOR violates the Standards of Conduct provisions
herein or any provision of Federal, State or local law or any
provision of the CITY's Code of Conduct.
25. In the event of any of the causes of termination, the CITY's designated
representative may send a certified letter to the CONTRACTOR
requesting that the CONTRACTOR show cause why the Agreement
should not be terminated. If assurance satisfactory to the CITY of
corrective measures to be made within a reasonable time is not given to
the CITY within seven (7) calendar days of the date of the letter, the CITY
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 8 of 20
may consider the CONTRACTOR to be in default, and may then
immediately terminate this Agreement.
26. In the event that this Agreement is terminated for cause and it is later
determined that the cause does not exist, then this Agreement or the
Purchase/Work Order shall be deemed terminated for convenience by the
CITY and the CITY shall have the right to so terminate this Agreement
without any recourse by the CONTRACTOR.
27. The CONTRACTOR may terminate this Agreement only if the CITY fails
to pay the CONTRACTOR in accordance with this Agreement.
28. Notwithstanding any other provision of this Agreement, the CITY shall
have the right at any time to terminate this Agreement in its entirely
without cause, if such termination is deemed by the CITY to be in the
public interest, in writing of deficiencies or default in the performance of
its duties under the Agreement and the CONTRACTOR shall have ten
(10) days to correct same or to request, in writing, a hearing. Failure of
the CONTRACTOR to remedy said specified items of deficiency or
default in the notice by either the CITY's designated representative within
ten (10) days of receipt of such notice of such decisions, shall result in the
termination of the Agreement, and the CITY shall be relieved of any and
all responsibilities and liabilities under the terms and provisions of the
Agreement.
29. The CITY shall have the right to terminate this Agreement without cause
with a sixty (60) day written notice to the other party. The CITY reserves
the right to terminate any Agreement for cause with a five (5) day written
notice to the CONTRACTOR. Notice shall be served to the parties as
specified in the Agreement.
30. In the event that this Agreement is terminated, the CITY shall identify any
specific Work to be continued to completion pursuant to the provisions of
this Agreement.
31. In the event that after the CITY termination for cause for failure of the
CONTRACTOR to fulfill its obligations under this Agreement it is found
that the CONTRACTOR has not so failed, the termination shall be
deemed to have been for convenience and without cause.
32. In the event this Agreement is terminated or canceled prior to final
completion without cause, payment for the unpaid portion of the services
provided by the CONTRACTOR to the date of termination and any
additional services shall be paid to the CONTRACTOR.
33. Upon receipt of notice of termination, given by either party, the terminated
party shall promptly discontinue the provision of all goods and/or services,
unless the notice provides otherwise.
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 9 of 20
34. The performance or provision of the CONTRACTOR's goods and/or
services under this Agreement may be suspended by the CITY at any
time.
35. In the event the CITY suspends the performance or provision of the
CONTRACTOR services hereunder, the CITY shall so notify the
CONTRACTOR in writing, such suspension becoming effective within
seven (7) days from the date of mailing, and the CITY shall pay to the
CONTRACTOR within thirty (30) days all compensation which has
become due to and payable to the CONTRACTOR to the effective date of
such suspension. The CITY shall thereafter have no further obligation for
payment to the CONTRACTOR for the suspended provision of goods
and/or services unless and until the CITY's designated representative
notifies the CONTRACTOR in writing that the provision of the goods
and/or services of the CONTRACTOR called for hereunder are to be
resumed by the CONTRACTOR.
36. Upon receipt of written notice from the CITY that the CONTRACTOR's
provision of goods and/or services hereunder are to be resumed, the
CONTRACTOR shall continue to provide the services to the CITY.
37. The CONTRACTOR agrees that it will not discriminate against any
employee or applicant for employment for Work under this Agreement
because of race, color, religion, sex, age, national origin or disability and
will take affirmative steps to ensure that applicants are employed and
employees are treated during employment without regard to race, color,
religion, sex, age, national origin or disability. This provision shall include,
but not be limited to, the following: employment, upgrading, demotion or
transfer; recruitment advertising; layoff or termination; rates of pay or their
forms or compensation; and selection for training, including
apprenticeship. The CONTRACTOR, moreover, shall comply with all the
requirements as imposed by the Americans with Disability Act, the
regulations of the Federal government issued thereunder, and any and all
requirements of Federal or State law related thereto.
38. Indemnity and Insurance
a. To the fullest extent permitted by law, the CONTRACTOR shall
indemnify, hold harmless and defend the CITY, its agents,
servants, officers, officials and employees, or any of them, from
and against any and all claims, damages, losses, and expenses
including, but not limited to, attorney's fees and other legal costs
such as those for paralegal, investigative, and legal support
services, and the actual costs incurred for expert witness
testimony, arising out of or resulting from the performance or
provision of services required under this Agreement, provided that
same is caused in whole or in part by the error, omission,
negligent act, failure to act, breach of contract obligation,
malfeasance, officers, officials, employees, or
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 10 of 20
subCONTRACTORs. Additionally, the CONTRACTOR accepts
responsibility for all damages resulting in any way related to the
performance of Work. In no event, shall either party be
responsible or liable to the other for any incidental, consequential,
or indirect damages, whether arising by contract or tort.
b. In accordance with Section 725.06, Florida Statutes, adequate
consideration has been provided to the CONTRACTOR for this
obligation, the receipt and sufficiency of which is hereby
specifically acknowledged.
C. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the CITY as set forth in Section 768.28, Florida
Statutes.
d. In claims against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
subCONTRACTORs, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Section shall not be limited by
a limitation on amount or type of damages, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
subCONTRACTORs, under Workers Compensation acts,
disability benefits acts, or other employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; provided, however, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
The CONTRACTOR shall submit a report to the CITY within
twenty-four (24) hours of the date of any incident resulting in
damage or which is reasonably likely to result in a claim of
damage.
39. The CONTRACTOR shall obtain or possess and continuously maintain
the insurance coverage as set forth and required in the bid documents.
40. All insurance other than Workers Compensation and Professional Liability
that must be maintained by the CONTRACTOR shall specifically include
the CITY as an additional insured.
41. The CONTRACTOR shall provide Certificates of Insurance to the CITY
evidencing that all such insurance is in effect prior to the issuance of the
first Purchase/Work Order under this Agreement from the CITY. These
Certificates of Insurance shall become part of this Agreement. Neither
approval by the CITY nor failure to disapprove the insurance furnished by
a CONTRACTOR shall relieve the CONTRACTOR of the
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 11 of 20
CONTRACTOR's full responsibility for performance of any obligation
including the CONTRACTOR's indemnification of the CITY under this
Agreement. If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate of Authority, (2) no longer
comply with Section 440.57, Florida Statutes, or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
shall, as soon as the CONTRACTOR has knowledge of any such
circumstance, immediately notify the CITY and immediately replace the
insurance coverage provided by the insurance company with a different
insurance company meeting the requirements of this Agreement. Until
such time as the CONTRACTOR has replaced the unacceptable insurer
with insurance acceptable to the CITY, the CONTRACTOR shall be
deemed to be in default of this Agreement.
42. The insurance coverage shall contain a provision that requires that prior
to any changes in the coverage, except increases in aggregate coverage,
thirty (30) days prior notice will be given to the CITY by submission of a
new Certificate of Insurance.
43. The CONTRACTOR shall furnish Certificates of Insurance directly to the
CITY's Designated Representative. The certificates shall clearly indicate
that the CONTRACTOR has obtained insurance of the type, amount and
classification required by this Agreement.
44. Nothing in this Agreement or any action relating to this Agreement shall
be construed as the CITY's waiver of sovereign immunity beyond the
limits set forth in Section 768.28, Florida Statutes.
45. The CITY shall not be obligated or liable under the terms of this
Agreement to any party other than the CONTRACTOR. There are no
third party beneficiaries to this Agreement.
46. The CONTRACTOR is an independent contractor and not an agent,
representative, or employee of the CITY. The CITY shall have no liability
except as specifically provided in this Agreement.
47. All insurance shall be primary to, and not contribute with, any insurance
or self-insurance maintained by the CITY.
48. The CONTRACTOR warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for
the CONTRACTOR, to solicit or secure this Agreement and that the
CONTRACTOR has not paid or agreed to pay any person, company,
corporation, individual or firm other than a bona fide employee working
solely for the CONTRACTOR, any fee, commission, percentage, gift, or
any other consideration, contingent upon or resulting from the award of
making this Agreement.
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 12 of 20
49. The CONTRACTOR shall not discriminate on the grounds of race, color,
religion, sex, or national origin in the performance of Work under this
Agreement or violate any laws pertaining to civil rights, equal protection or
discrimination.
50. The CONTRACTOR hereby certifies that no undisclosed (in writing)
conflict of interest exists with respect to the Agreement, including, but not
limited to, any conflicts that may be due to representation of other clients,
customers or vendees, other contractual relationships of the
CONTRACTOR, or any interest in property that the CONTRACTOR may
have. The CONTRACTOR further certifies that any conflict of interest
that arises during the term of this Agreement shall be immediately
disclosed in writing to the CITY. Violation of this Section shall be
considered as justification for immediate termination of this Agreement.
51. The CONTRACTOR shall ensure that all taxes due from the
CONTRACTOR are paid in a timely and complete manner including, but
not limited to, occupational license tax.
52. If the CITY determines that any employee or representative of the
CONTRACTOR is not satisfactorily performing his/her assigned duties or
is demonstrating improper conduct pursuant to any assignment or Work
performed under this Agreement, the CITY shall so notify the
CONTRACTOR, in writing. The CONTRACTOR shall immediately
remove such employee or representative of the CONTRACTOR from
such assignment.
53. The CONTRACTOR shall not publish any documents or release
information regarding this Agreement to the media without prior approval
of the CITY.
54. The CONTRACTOR shall certify, upon request by the CITY, that the
CONTRACTOR maintains a drug free workplace policy in accordance
with Section 287.0878, Florida Statutes. Failure to submit this
certification may result in termination.
55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list
following a conviction for a public entity crime, such action may result in
termination by the CITY. The CONTRACTOR shall provide a certification
of compliance regarding the public crime requirements set forth in State
law upon request by the CITY.
56. The CITY reserves the right to unilaterally terminate this Agreement if the
CONTRACTOR refuses to allow public access to all documents, papers,
letters, or other materials subject to provisions of Chapter 119, Florida
Statutes, and other applicable law, and made or received by the
CONTRACTOR in conjunction, in any way, with this Agreement.
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 13 of 20
57. The CONTRACTOR shall comply with the requirements of the Americans
with Disabilities Act (ADA), and any and all related Federal or State laws
which prohibits discrimination by public and private entities on the basis of
disability.
58. The CITY will not intentionally award publicly -funded contracts to any
contractor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and
Nationally Act (INA). The CITY shall consider the employment by the
CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of
the INA. Such violation by the CONTRACTOR of the employment
provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the CITY.
59. The CONTRACTOR agrees to comply with Federal, State, and local
environmental, health, and safety laws and regulations applicable to the
goods and/or services provided to the CITY. The CONTRACTOR agrees
that any program or initiative involving the Work that could adversely
affect any personnel involved, citizens, residents, users, neighbors or the
surrounding environment will ensure compliance with any and all
employment safety, environmental and health laws.
60. The CONTRACTOR shall ensure that all goods and/or services are
provided to the CITY after the CONTRACTOR has obtained, at its sole
and exclusive expense, any and all permits, licenses, permissions,
approvals or similar consents.
61. If applicable, in accordance with Section 216.347, Florida Statutes, the
CONTRACTOR shall not use funds provided by this Agreement for the
purpose of lobbying the Legislature, the judicial branch or State agency.
62. The CONTRACTOR shall advise the CITY in writing of it who has been
placed on a discriminatory vendor list, may not submit a bid on a contract
to provide goods or services to a public entity, or may not transact
business with any public entity.
63. The CONTRACTOR shall not engage in any action that would create a
conflict of interest in the performance of that actions of any CITY
employee or other person during the course of performance of, or
otherwise related to, this Agreement or which would violate or cause
others to violate the provisions of Part III, Chapter 112, Florida Statutes,
relating to ethics in government.
64. The CONTRACTOR shall maintain books, records, documents, time and
costs accounts and other evidence directly related to its provision or
performance of services under this Agreement. All time records and cost
data shall be maintained in accordance with generally accepted
accounting principles.
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 14 of 20
65. The CONTRACTOR shall maintain and allow access to the records
required under this Section for a minimum period of five (5) years after
the completion of the provision or performance goods and/or services
under this Agreement and date of final payment for said goods and/or
services, or date of termination of this Agreement.
66. The CITY may perform, or cause to have performed, an audit of the
records of the CONTRACTOR before or after final payment to support
final payment under any Purchase/Work Order issued hereunder. This
audit shall be performed at a time mutually agreeable to the
CONTRACTOR and the CITY subsequent to the close of the final fiscal
period in which goods and/or services are provided or performed. Total
compensation to the CONTRACTOR may be determined subsequent to
an audit as provided for in this Section, and the total compensation so
determined shall be used to calculate final payment to the
CONTRACTOR. Conduct of this audit shall not delay final payment as
required by this Section.
67. In addition to the above, if Federal, State, County, or other entity funds
are used for any goods and/or services under this Agreement, the
Comptroller General of the United States or the Chief Financial Officer of
the State of Florida, or the County of Seminole, or any representatives,
shall have access to any books, documents, papers, and records of the
CONTRACTOR which are directly pertinent to goods and/or services
provided or performed under this Agreement for purposes of making
audit, examination, excerpts, and transcriptions.
68. In the event of any audit or inspection conducted reveals any
overpayment by the CITY under the terms of the Agreement, the
CONTRACTOR shall refund such overpayment to the CITY within thirty
(30) days of notice by the CITY of the request for the refund.
69. The CONTRACTOR agrees to fully comply with all State laws relating to
public records.
70. The CONTRACTOR agrees that if any litigation, claim, or audit is started
before the expiration of the record retention period established above, the
records shall be retained until all litigation, claims or audit findings
involving the records have been resolved and final action taken.
71. The CONTRACTOR shall not sublet, assign or transfer any interest in this
Agreement, or claims for the money due or to become due out of this
Agreement to a bank, trust company, or other financial institution without
written CITY approval. When approved by the CITY, written notice of
such assignment or transfer shall be furnished promptly to the CITY.
72. Any CONTRACTOR proposed subcontractors shall be submitted to the
CITY for written approval prior to the CONTRACTOR entering into a
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01) AGREEMENT
Page 15 of 20
subcontract. Subcontractor information shall include, but not be limited
to, State registrations, business address, occupational license tax proof of
payment, and insurance certifications.
73. The CONTRACTOR shall coordinate the provision of goods and/or
services and Work product of any CITY approved subcontractors, and
remain fully responsible for such goods and/or services and Work under
the terms of this Agreement.
74. Any subcontract shall be in writing and shall incorporate this Agreement
and require the subcontractor to assume performance of the
CONTRACTOR's duties commensurately with the CONTRACTOR's
duties to the CITY under this Agreement, it being understood that nothing
herein shall in any way relieve the CONTRACTOR from any of its duties
under this Agreement. The CONTRACTOR shall provide the CITY with
executed copies of all subcontracts.
75. The CONTRACTOR shall reasonably cooperate at all times with the
CITY and other CITY contractors and professionals.
76. This Agreement is to be governed by the laws of the State of Florida.
77. Venue for any legal proceeding related to this Agreement shall be in the
Eighteenth Judicial Circuit Court in and for Seminole County, Florida.
78. This Agreement is the result of bona fide arms length negotiations
between the CITY and the CONTRACTOR and all parties have
contributed substantially and materially to the preparation of the Contract.
Accordingly, this Agreement shall not be construed or interpreted more
strictly against any one party than against any other party.
79. Neither party shall be considered in default in performance of its
obligations hereunder to the extent that performance of such obligations,
or any of them, is delayed or prevented by Force Majeure. Force Majeure
shall include, but not be limited to, hostility, terrorism, revolution, civil
commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any
law, proclamation, regulation, or ordinance or other act of government, or
any act of God or any cause whether of the same or different nature,
existing or future; provided that the cause whether or not enumerated in
this Section is beyond the control and without the fault or negligence of
the party seeking relief under this Section.
80. This Agreement, together with the exhibit(s), if any, constitutes the entire
integrated Agreement between the CITY and the CONTRACTOR and
supersedes all prior written or oral understandings in connection
therewith. This Agreement, and all the terms and provisions contained
herein, including without limitation the exhibits hereto, constitute the full
and complete agreement between the parties hereto to the date hereof,
and supersedes and controls over any and all prior agreements,
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 16 of 20
understandings, representations, correspondence and statements
whether written or oral.
81. This Agreement may only be amended, supplemented or modified by a
formal written amendment.
82. Any alterations, amendments, deletions, or waivers of the provisions of
this Agreement shall be valid only when expressed in writing and duly
signed by the parties.
83. Written notice requirements of this Agreement shall be strictly construed
and such requirements are a condition precedent to pursuing any rights
or remedies hereunder. The CONTRACTOR agrees not to claim any
waiver by CITY of such notice requirements based upon CITY having
actual knowledge, implied, verbal or constructive notice, lack of prejudice
or any other grounds as a substitute for the failure of the CONTRACTOR
to comply with the express written notice requirements herein. Computer
notification (e-mails and message boards) shall not constitute proper
written notice under the terms of the Agreement.
84. The failure of the CITY to insist in any instance upon the strict
performance of any provision of this Agreement, or to exercise any right
or privilege granted to the CITY hereunder shall not constitute or be
construed as a waiver of any such provision or right and the same shall
continue in force.
85. In no event shall any obligation of the CITY under this Agreement be or
constitute a general obligation or indebtedness of the CITY, a pledge of
the ad valorem taxing power of the CITY or a general obligation or
indebtedness of the CITY within the meaning of the Constitution of the
State of Florida or any other applicable laws, but shall be payable solely
from legally available revenues and funds.
86. The CONTRACTOR shall not have the right to compel the exercise of the
ad valorem taxing power of the CITY.
87. Each exhibit referred to and attached to this Agreement is an essential
part of this Agreement. The exhibits and any amendments or revisions
thereto, even if not physically attached hereto, shall be treated as if they
are part of this Agreement.
88. The Section headings and captions of this Agreement are for
convenience and reference only and in no way define, limit, describe the
scope or intent of this Agreement or any part thereof, or in any way affect
this Agreement or construe any provision of this Agreement.
89. If any term, provision or condition contained in this Agreement shall, to
any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 17 of 20
persons or circumstances other than those in respect of which it is invalid
or unenforceable, shall not be affected thereby, and each term, provision
and condition of this Agreement shall be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisions of this Agreement shall be read and applied in para materia
with all other provisions hereof.
91. In the event of a dispute related to any performance or payment
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute resolution procedures reasonably imposed by the
CITY prior to filing suit or otherwise pursuing legal remedies.
92. The CONTRACTOR agrees that it will file no suit or otherwise pursue
legal remedies based on facts or evidentiary materials that were not
presented for consideration to the CITY in alternative dispute resolution
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
93. In the event that CITY procedures are exhausted and a suit is filed or
legal remedies are otherwise pursued, the parties shall exercise best
efforts to resolve disputes through voluntary mediation. Mediator
selection and the procedures to be employed in voluntary mediation shall
be mutually acceptable to the parties. Costs of voluntary mediation shall
be shared equally among the parties participating in the mediation.
94. This Agreement may be executed in any number of counterparts, each of
which shall be deemed an original, but all of which, taken together, shall
constitute one and the same document.
K. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records
Requests. In order to comply with Section 119.0701, Florida Statutes, public
records laws, the CONTRACTOR must:
1. Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the service.
2. Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that
does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law.
4. Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of the CONTRACTOR upon
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 18 of 20
termination of the contract and destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the
CITY in a format that is compatible with the information technology
systems of the CITY.
5. If the CONTRACTOR does not comply with a public records request, the
CITY shall enforce the contract provisions in accordance with this
Agreement.
6. Failure by the CONTRACTOR to grant such public access and comply
with public records requests shall be grounds for immediate unilateral
cancellation of this Agreement by the CITY. the CONTRACTOR shall
promptly provide the CITY with a copy of any request to inspect or copy
public records in possession of the CONTRACTOR and shall promptly
provide the CITY with a copy of the CONTRACTOR's response to each
such request.
7. The CONTRACTOR shall note the following:
IF THE CONTRACTOR/VENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S
(VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 407-688-5012,
CYNTHIA PORTER, CITY CLERK, CITY OF SANFORD,
CITY HALL, 300 NORTH PARK AVENUE, SANFORD,
FLORIDA 32771, E-MAIL: PORTERC@SAN FORD FL.GOV.
(Agreement Execution Page Follows)
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 19 of 20
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
CONTRACTOR:
Carr & Col
Name of F
By (Signatyre,
Date
[-\Clyl - r-1t-'01UU1
Name and Title
ATTEST:
/ - -z-; - / 9
By (Signature) /7- Date
Printed Name and Title
FORTIN":
Name of Owner
R'
By (Signature)
Jeff Triplett, Mayo
Printed Name and
ATTEST:
CV4��
By (tignature) Date
Cynthia Porter, City Clerk
Printed Name and Title
al
Date
ity Attorney
74CA
ll✓✓SEAL),",,,
OLL/P
V 0 R
J (T)"', Ql$
SEA]
�J&G,
max: %ft� �
WMA0001
I
East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT
Page 20 of 20
WS_ RMx
Item No.
CITY COMMISSION MEMORANDUM 17-299.H
NOVEMBER 13, 2017 AGENDA
TO: Honorable Mayor and Members of the City Commission
PREPARED BY: William Marcous, Utility Support Services Manager
SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager
SUBJECT: East Lake Mary Boulevard Reclaimed Water Main Extension Phase 2;
Carr & Collier Bid Award (IFB 17/18-01)
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Award Bid # IFB 17/18-01 to the lowest responsive and responsible bidder for the Phase 2
reclaimed water main extension on East Lake Mary Boulevard is being requested.
FISCALISTAFFING STATEMENT:
The low bid was submitted by Carr & Collier, Inc. (Carr) of Leesburg, Florida in the amount of
$357,259.
BACKGROUND:
On August 28, 2017, the City Commission approved an agreement with Safari Investments, LLC
(Safari) whose managers/members are Sadique M. Jaffer and Mohamedtaki Jaffer, for the
extension of a reclaimed water line to service their proposed residential properties. The City's cost
share of the project was $50,000 with the balance to be paid by Safari. This is the second phase of
a successful public-private partnership to fund reclaimed water extensions with the cost shared by
Safari, the City, and the St. Johns River Water Management District (SJRWMD).
On August 28, 2017 the City Commission approved a cost share agreement with the SJRWMD
that will help provide some funding for this reclaimed water line extension. The amount of this
grant is $117,895.47 (33% of construction cost not to exceed $133,827). The construction cost
balance would be paid by Safari Investments which is $239,363.53 (bid amount — grant amount).
The City's cost share of $50,000 was for the design and post design services and is not part of the
construction cost that would be paid to Carr.
On October 3, 2017, bids were opened for the extension of a reclaimed water line on East Lake
Mary Boulevard. There were 7 bidders with Carr being deemed to be the lowest responsive and
responsible bidder. Attached is the bid tabulation.
LEGAL, REVIEW:
The City Attorney has reviewed this matter and has no legal objection if all requirements of the
City's Purchasing Policies are adhered to an implemented in accordance with controlling law.
RECOMMENDATION:
City staff recommends award of the bid to Carr as the lowest responsive and responsible bidder at
the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate
escrow fund as approved by the City Attorney.
SUGGESTED MOTION:
"I move to award bid 17/18-01 to the low bidder to Carr as the lowest responsive and responsible
bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an
appropriate escrow fund as approved by the City Attorney.
Attachment: Bid Tab Report
ADDENDUM NO. I
September 26, 2017
CONTRACT DOCUMENTS
For
CITY OF SANFORD
—87
East Lake Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio Ave. to Brisson Ave.)
(IFB 17/18-01)
To: Prospective Bidders and other Concerned Parties
This Addendum No. 1 to the Plans, Specifications, and Contract Documents for the East Lake
Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio Ave. to Brisson Ave.) (IFB 17/18-01),
is hereby declared a part of the Original Contract Documents. This addendum shall be
incorporated within the Contract Documents and have the same force and effect as if part of the
original documents, and in case of conflict, this Addendum No. 1 shall govern.
This Addendum consists of a total of 1 page plus the following attached items:
A. Section 00410, "Proposal (Bid Form)" (Total of 4 Pages)
CHANGES TO THE PROJECT MANUAL:
1 Section 00410, "Proposal (Bid Form)" has been revised to change the quantity of Item
11 (12" Gate Valve) from "2" to "3". Therefore, remove existing Section 00410 in its
entirety and replace it with the attached revised Section 00410.
QUESTIONS:
2. Question: In the plans appear 3 - 12" Gate Valves (Sheet 5, 6 and 7), and in the
schedule only 2.
Response: This Addendum No. 1 revises the quantity of 12: gate valves on the Bid
Form / Bid Schedule.
3. Question: What is the Engineer Estimate Price for this Job?
Response: The Engineer's Estimate is $390,000.
Page 1 of 1
SECTION 00410
PROPOSAL. (BID FORM)
PART 1 GENERAL
1.01 Description
The following Bid, for the East Lake Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio
Ave. to Brisson Ave.) (I FB 17/18-011, is hereby made to the City of Sanford,hereafter called the
Owner. This Bid is submitted by (1) Carr & Collier Inc.(fka Villages Construction, Inc.)
1410 Emerson Street
(1) Name, address, telephone number, and E-mail Address of Bidder
1.02 The Undersigned:
A. Acknowledges receipt of -
1. Project Manual and Drawings identified within the Project Manual.
2. Addenda: Number 1 Dated 9/25/17
Number Dated
Number Dated
Number Dated
B. Has examined the site and all Bidding Documents and understands that in
submitting his Bid, he waives all right to plead any misunderstanding regarding
the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2. To accept the provisions of the Instructions to Bidders regarding
disposition of Bid Security.
3. To enter into and execute a contract with the Owner, if awarded on the
basis of this Bid, and to furnish a Performance Bond and a Labor and
Material Payment Bond in accordance with the Instructions to Bidders.
4. To accomplish the Work in accordance with the Contract Documents.
East Lake Mary Blvd. RWM Extension - Ph. 2 PROPOSAL (BID FORM)
August 31, 2017 REV. PER ADD. NO. 1 -9/25!17
NAME OF BIDDER: Carr & Collier Inc.
(fka Villages Construction, "A$ 0-1
Carr & Collier Inc., Page 1
5. To begin Work after the issuance of a Notice to Proceed, unless
otherwise provided, and substantially complete the Work within 120
calendar days of the date of the Notice to Proceed. -
6. To accept the provisions of the. Agreement .as to liquidated damages in
the event of failure to complete the Work on time.
1.03 Bid Schedule
The Bidder hereby agrees to perform all Work as required by the Contract Documents for the
following Unit Prices. All Work required to be performed by the Contract Documents is to be
included within the following Pay Items, inclusive of furnishing all manpower, equipment,
materials and performance of all operations relative to construction of the Project. Work for
which there is not a Pay Item will be considered incidental to the Contract and no additional
compensation will be allowed.
(This area left blank intentionally)
East Lake Mary Blvd. RWM Extension - Ph.2
August 31, 2017
NAME OF BIDDER: Carr & Collier Inc.
(fka Villages Construction, Inc.) 00410-2
Carr & Collier Inc., Page 2
PROPOSAL (BID FORM)
REV. PER ADD. NO.1 -9/25117
wbc:)Opoc)oqq000000
C,
Ct:6:)
0
C)o
CD
ON.
Q
U- 0)
0000000000CDOCDC)CO
C;
C;
C5
C;
oi
6
C;
C;
C=;
C,:)*
ci
C;
C;
(5
6
C)
L f)oi
F-
d
0
CL
0
c,
c)
c,
0
M
C.0
0
0
0
0
(0
0
M
LO
M
0
0
CD
W
m
m
M
't
,
N
M
<Z
0
6
C6
(d
C,4;
C\l
sc
00
(o
o
-4
0)
m
U-)
't
.N
.
(Y)cj
00
ce)
69,
Q91
6pr
6c).
61��
6a
(0
C14
ua�
61D�
6f:�
09-
69.
60�� 60-:�
(09.
0-
CV)O
CL W
a:
w
w
C)
C)
C)
C)
0
0
0
a
0
0
0
CD
0
0
0
0
0
0
a
CD
0
CD
Cl
C)
0
Cl
CD
(D
0
0
C)
C)
0
0
66
6
66
(Y566
6
c66
6
6
66
66
o
o
o
0
o
ve.
o
o
0
m
o
C)
m
0
c) -.1-
64
CL
C)
Lo
0
o
cy)
CD
ce)
(01->
6G.
CD
0)
co
c?)
It
69-
L6
Cli
(d
C14
C14
C6
cli
C6
1-:
V-:
Ici
r-:
ai
U')
0co I-
N CO cq 0 CgU)
M.
cr
0
cn
ay cn U) (n CO co U- co z U- LL 0
<
> z _3 _3 _3 -i -i -i -i F- -j -j W w w w w co co w
CL
0 d
:E M s
0
CN =3
0o-6
(1) CD
Cl) Q
IL 0 V
Nt ca
0
0 15; as
ry -0
x
ui C14
0
0
M CL A L(.)
0 C:
Cl)
0
O W
0
qUj 0 E
O 0 E (Dx
01 C-) a) ca 0 C, UJ
C:3 cm CO CO C:
0 0 O N
ccZ -0 < crj
0 co �o >11 I —
> E >
J0 4- 0 C: E E — ca co
ca a)
Z C . U) > a)
> 0 1p 0 (1) = -0 Ca 0 -Fa > Ci) 73 ca w
0 0ca (1) a 2
0 co C: =3 q COL > a) co
m to
WCL A- N ca C13 (D > ca (1) (1) W
C(3 = r -4.- (D 0 > >
0 w -0 a) c C: C C W > C13 4,
U- 'S 0 0) o 0--
C) o 0 -0 < Fa Lu
US U- ca C: CL EL M
C0 (D 3: E E
E 0 !E! = ::
NICD a) 0 :t� 0) 0 0) a) 0 b
cn -Y. L- &- F .— N N C\l = cv
4- IL w n LL v- co m < U) -j U-
< 0
U-) (o 0 fn CZ <
o m =3
CD
U- Lf) T- V- T- F- ui<Z
0 uj
C5
Z C,
1.04
Miscellaneous Requirements and Affirmations
A. Proposals (Bids) must be on the Bid Form.
B. I have attached the following required fully executed forms to this Bid:
1. Bid Security complying with the requirements of the Bidding Documents.
2. Trench Safety Statement - Section 00430
3. Non Collusion Affidavit- Section 00432
4. Conflict of Interest Affidavit - Section 00434
5. Florida Statutes on Public Entity Crimes Affidavit - Section 00436
6. Compliance With the Public Records Law Affidavit - Section 00438
7. Bidder Qualification Affidavit - Section 00440
1.05 RESPECTFULLY SUBMITTED, signed and sealed this _ 03 day of October
2017
Carr & Collier Inc. (fka Villages Construction, Inc.)
Printed Name and Title
1410 Emerson Street
Business Address
Leesbur FL 34748
City State Zip Code
Telephone No.
ccestimate@gmail.com
E -Mail Address
ATTEST:
Facsimile No.
Name and
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
NAME OF BIDDER:
ipr Inc.
(fka Villages Construction, tnctl)0410-4
Carr & Collier Inc., Page 4
UQ�•'o�p 0 qq� ,�20
(CCAI?AAX& -
SEAL
G, �0
PROPOSAL (BID FORM)
REV. PER ADD. NO. 1- 9/25117
SECTION 00420
BID BOND FORM
KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1)Carr & Collier Inc.
as Principal, and (2) Hartford Fire Insurance Company
as Surety, are hereby and firmly bound unto (3)
City of Sanford , as Owner, in the penal sum of (4) FIVE percent of the bid amount
Dollars ($ S% ) for the payment 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 City of
Sanford a certain Bid for East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01)
attached hereto and hereby made a part hereof.
1) Bidder
?.) Surety
3) Owner
4) Amount of Bond as Required In the Instructions to.Bidders.
NOW, THEREFORE,
A. If said Bidder shall be in rejected, or in the alternate,
B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement
(properly completed in accordance with the Bidding Documents), and shall furnish a
bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other
respects perform the agreement created by the acceptance of said Bid, then this
obligation shall be void, otherwise the same shall remain in force and effect; 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 any extension of the time within which
the Owner may accept such Bid; and said Surety does hereby give waive notice of any such
extension.
East take Mary Blvd. RWM Extension - Ph. 2
August 31, 200
004204
Carr & Collier Inc., Page!5
BID BOND FORM
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers.
Signed and sealed this 3rd day of October 2017
By ZPrincipal.
COLS
RP -044; _-EAL)
SEAL r
ct a
._.
,,,«11«,90„
7
45�9�
By
Anna E. Heitzman, CSR
Typed Name and Title
(SEAL)
Officer)
Typed Name and
1410 Emerson Street
Address
Leesburg, FL 34748
City, State, Zip
Hartford Fire Insurance Company
Surety
orney-in=Fact
Benjamin H. French, Attorney -in -Fait &.FL Resident Agent
Typed Name and Title
One Hartford Plaza
Address
Hartford, CT 06155-0001
City, State, Zip
860-547-5000 877-536-9102,
Telephone No. Facsimile.No.
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00420-2
Carr & Collier Inc., Page (p
BID BOND FORM
Direct JnquiriesiClaims to:
THE HARTFORD
BOND, T-12
laza
POWER ATTORNEY HartfOne ord, Connecticut 06155
Bond.Ctaimsftheitartford.com
call. 888-266-3488 orlaz* 860.757-5835
Agency Name: WALDORF? TNS & SOND114G INC
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-222556
Q Hartford Fire Insurance Company, a corporution duly organized under tlto laws of the State of Connecticut
Q Hartford Casualty insurance Company, a corporation drily organized under the laws of the State -if Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe.swe of Connecticut
0 Hartford Underwriters Insurance Company, u corporation duly organized under the lows of rite State of Connecticut
Q Twin City Fire Insurance Company, a corporation duh -organized underthe laws ofthe State of indiana
0 Hartford insurance Company of Illinois, a corporution duly organized under the laws of the Stute of Illinois
Hartford insurance Company of the Midwest, a corporation duly organized under flee taws ofthe State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly orstan ized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the -Comparnew) do nereny make, consti
uptotheamourltof unlimited
Benjann=1 K. French, Clyde D. --rare, Pataela L. aa-rman, Paul A. Locascio, L. Dale Waldorff, X.
Wayne -vralker, Rebekah G. -violf of FORT WALTON BEACH, Florida
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as
delineated above by ®, 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.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on .May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals m be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
� t..•... � ( �a 14 P7[i � � 14$I' � �aS�4i r na--
'�j} �t ` Ai '♦ 1.,.. . Jif �3�,. � � �� �`�
la�e
John Gray, Assistant Secretary
91AIEOt-CONNECHc1.11
ss. Hanford
COUNTY OF HARTFORD
ifr3
M. Ross Fisher, Senior Vice President
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: that he resides in the County of Hartford, State of Connecticut that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
Instrument are such corporate seals; that they urere so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
OsT
Nota M. Stranko
Notary Public
C.FRTIFIC:ATF
t1y commissionFXPhuMarch 31.2016
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the,ab&6 anis foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 3, 2017.
Signed and sealed at the City of Hartford.
ars,jrrttRhit
'
a 10$? "rwt+x°osa"�n� h,3
a'► s? ^' '1tr,nrr�l` • �.attif► a .lD a�• I27i c 1979'
Kevin Heckr6an.A -�Istard Vlce President
Fay mt, Carr& Couierlue. Page6A
SECTION 00430
TRENCH SAFETY FORM
Bidder acknowledges that included in the various items of the proposal contained on the Bid
Form are costs for complying with the Florida Trench Safety Act (FS 553.60-553.64). The
Bidder further identifies the cost of compliance with the applicable trench safety standards for
the project as follows (Bidder to attach additional sheets as necessary to identify all costs):
Trench Safety Measure
(Description)
Units of Measure
LF, SF, SY
Unit
Quantity
Unit Cost Extended
Cost
A Trench Box
LF
50
100 $5,000.00
B
C
D
E
F
TOTAL $ $5,000.00
The total cost shown herein is already included in the various items on the Bid Form and is not
additional to the pricing shown on the Bid Form.
Bidder, by signature below, assures that the contractor performing trench excavating will comply
with the applicable Trench Safety Standards.
Submitted, signed and sealed this 3rd day of October , 2017
Carr & Collier
es Construction
Reynolds Holiman, Vice President
Printed Name and Title
ATTEST:
Signature
10/03/2017
Date
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00430-1
Carr & Collier Inc., Page 7
TRENCH SAFETY FORM
t
SECTION 00432
NON COLLUSION AFFIDAVIT
The undersigned, by signing this document hereby certifies that the company named below
hereby is or does:
1. States that the entity named below and the individual signing this document has
submitted the attached bid or proposal:
2. He is fully informed respecting the preparation and contents of the attached proposal
and of all pertinent circumstances respecting such proposal;
3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal;
4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, has in any way
colluded, conspired, connived or agreed, directly or indirectly with any other bidder,
proposer, firm or person to submit a collusive or sham bid or proposal in connection with
the Contract for which the attached bid or proposal has been submitted or to refrain from
bidding or proposing in connection with such Contract, or has in any manner, directly or
indirectly, sought by agreement or collusion or communications or conference with any
other bidder, proposer, firm or person to fix the price or prices in the attached bid or
proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element
of the bid or proposal price or the bid or proposal price of any other bidder or proposer,
or to secure through any collusion, conspiracy, connivance or unlawful agreement any
advantage against the City of Sanford or any person interested in the proposed
Contract.
5. The price or prices quoted in the attached bid or proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of
the bidder or proposer or any of its agents, representatives, owners, employees, or
parties in interest, including the individual signing this document.
Carr & Collier Inc. (fka Villages Construction, Inc.)
10/0312017
Representative (Affiant) Date
Reynolds Holiman, Vice Presiden
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Lake
STATE OF FLORIDA
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00432-1
Carr & Collier Inc.. Paye 8
NON COLLUSION AFFIDAVIT
On this 3rd day of October -12017 before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holliman
whose names) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n1a as
identification.
(Notary Public in and for the -County and State Aforementioned)
SEAL My commission expires: 09/16/2019
HOWMAFMN
my roommissION # FF 91MW
END OF SECTION
ExpIREs. september 16,2D19
Bon&dThrUtbWYP0MUnd-br$
East Lak6. Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00432-2
Carr & Collier Inc., Page 9
NON COLLUSION AFFIDAVIT
SECTION 00434
CONFLICT OF INTEREST AFFIDAVIT
Project Name: East Lake Mary Blvd. RWM Extension - Ph. 2
Bid No.: 1FB 17/18-01
The Affiant identified below deposes and states that:
1. The below named Bidder is submitting an Expression of Interest for the City of Sanford
project named above.
2. The Affiant has made diligent inquiry and provides the information contained in this
Affidavit based upon his own knowledge.
3. The Affiant states that only one submittal for the above project is being submitted and
that the below named Bidder has no financial interest in other entities submitting
proposals for the same project.
4. Neither the Affiant nor the below named Bidder has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the Bidder's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project
5. Neither the Bidder nor its affiliates, nor any one associated with them, is presently
suspended or otherwise ineligible from participating in contract lettings by any local,
state, or federal agency.
6. Neither the Bidder, nor its affiliates, nor any one associated with them have any potential
conflict of interest due to any other clients, contracts, or property interests for this
project.
7. 1 certify that no member of the Bidder's ownership, management, or staff has a vested
interest in any aspect of or Department of the City of Sanford.
8. 1 certify that no member of the Bidder's ownership or management is presently applying
for an employee position or actively seeking an elected position with City of Sanford.
9. In the event that a conflict of interest is identified in the provision of services, 1, on behalf
of the below named Bidder, will immediately notify the City of Sanford in writing.
East Lake Mary Blvd. RWM Extension - Ph. 2 CONFLICT OF INTEREST AFFIDAVIT
August 31, 2017
00434-1
(`arr A• (' nlliPr Tnr_ Pnap i n
Carr & Collier Inc.
Villages Construction,
Representative (Affiant)
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Lake
STATE OF FLORIDA
On this 3rd day of October —'20 17 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a as
identification. _ �
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
HOLU
MAFMN
MY COMM 918900
EXPIRES: September 16, 2019
`' P,F�, BondedThmWtaryPubrcUndemt m
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2 CONFLICT OF INTEREST AFFIDAVIT
August 31, 2017
00434-2
Carr & Collier Inc., Page 11
SECTION 00436
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT
Project Name: East Lake Mary Blvd. Reclaimed Water Main Extension - Ph 2
Bid No.: IFB 17/18-01
The Affiant identified below attests to the following:
1. I understand that a "public entity crime" as defined in Section 287.133(1)(g), Florida
Statutes, means a violation of any State or Federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for :goods or services to be provided to any public entity or an
agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
2. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crimes, with or
without an adjudication of guilt, in any Federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
3. 1 understand that an "affiliate" as defined in Section 287.133(1)(a), Florida Statutes,
means: A predecessor or successor of a person convicted of a public entity crime: or an
entity under the control of any natural person who is active in the management of the
entity and how has been convicted of a public entity crime. The term "affiliate" includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one (1)
person of shares constituting a controlling interest in another person, or a pooling of
equipment or income among persons when not for fair market value under an arm's
length agreement, shall be a prima facie case that one person controls another person.
A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding thirty-six (36) months
shall be considered an affiliate.
4. 1 understand that a "person" as defined in Section 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts for the provision of goods or services let by a public entity, or
which otherwise transacts or applies to transact business with a public entity. The term
"person" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity.
East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON
August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT
00436-1
Carr Rt Ca1lipr Tnr_ Pnap 19
5. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. '(Note: indicate which of the below
statements apply)
X Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
management of the entity, nor the affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members or agent who are
active in management of the entity, or an affiliate of the entity, has been charged with
and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees; members or agents who are
active in management of the entity, or an affiliate of the entity, has been charged with
and convicted of a public entity crime subsequent to July 1, 1989. However, there has
been a subsequent proceeding before an Administrative Law Jury of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Administrative
Law Jury determined that it was not in the public interest to place the entity submitting
this sworn statement on the convicted vendor list. (You must attach a copy of the final
order.)
I understand that the submission of this form to the City of Sanford is for the City only and, that
this form is valid through December 31, of the calendar year in which it is filed. I also
understand that i am required to inform the City prior to entering in to a contract in excess of the
threshold amount provided in section 287.017, Florida Statues, for category two of any change
in the information contained in this form.
of �L thorized Representative (Affiant)
ds Holiman, Vice President
Printed or Typed Name and Title of Authorized
COUNTY OF
STATE OF FLORIDA
FEIN No.
Date
On this 3rd day of October -.20 17 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a as
identification.
East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON
August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT
00436-2
Carr & Collier Inc., Page 13
r
Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
HOWYM11H END OF SECTION
�A 4.0Y W, COMMISSION # FF 9MM
f EXPIRES: S601ember 16,2019
East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON
August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT
00436-3
Carr & Collier Inc., Page 14
SECTION 00438
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
Upon award recommendation or 30 days after opening, it is understood that all submittals shall
become "public records" and shall be subject to public disclosure consistent with Chapter 119,
Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and
other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects
all replies submitted in response to a competitive solicitation and provides notice of its intent to
reissue the solicitation, the replies remain exempt from disclosure until the City provides a
notice of intent to award or withdraws the reissued solicitation. If no award is made, responses
are not exempt for longer than 12 months after the initial notice rejecting all responses.
Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to
the response to the solicitation, must identify the data or other materials to be protected, and
must state the reasons why such exclusion from public disclosure is necessary. The submission
of a proposal authorizes release of your firm's credit data to the City.
If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder
must specifically and in detail identify with specificity which pages/paragraphs of their
bid/proposal package are exempt from the Public Records Laws, identifying the specific
exemption under the Public Records Laws that applies to each. The protected information must
be submitted to the City in a separate envelope marked accordingly.
By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify
and hold the City harmless in the event the City litigates the public records status of the
Proposer's/Bidder's documents. This provision obligates the Proposer/Bidder to pay the full
legal costs of the City including, but not limited to, attorneys fees, court costs, and any and all
other charges, regardless of what level of trial or appeal.
of Abtliorized Representative (Affiant)
Printed or Typed Name and Title of Authorized Representative
COUNTY OF Lake
STATE OF FLORIDA
Date
On this 3rd day of October 20 17 , before me, the
undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within, instrument, and
he/she/they acknowledge that he/she/they executed it.
East Lake Mary Blvd. RWM Extension - Ph. 2 COMPLIANCE WITH THE PUBLIC RECORDS
August 31, 2017 LAW AFFIDAVIT
00438-1
Carr & Collier Inc., Page 15
WITNESS my hand and official seal. He/She is personally known to me or has
produced n/a , as identification.
in and for the County and State
SEAL My commission expires: 09/16/2019
__ END OF SECTION
°N NOW MAAT(N
My COMMISSION # FF 91890D
EXPIRES: September 16, 2019
'"'�,1i -. HondedThtuNotaryPubGcth�denvrRers
East Lake. Mary Blvd. RWM Extension - Ph. 2 COMPLIANCE WITH THE PUBLIC RECORDS
August 31, 2017 LAW AFFIDAVIT
00438-2
Carr & Collier Inc., Page 16
SECTION 00440
BIDDER QUALIFICATION AFFIDAVIT
State the true, exact, correct and complete name of the company, partnership, corporation,
trade orfictitious name under which the Bidder does business and the address of the place of
business.
Carr & Collier Inc. (fka Villages Construction, Inc.)
Name of Bidder
Address of Bidder I
352-314-3625 352-240-3439 ccestimateftmail.com
Phone No. of Bidder Fax No. of Bidder Bidder E -Mail Address
Bidders Contractor's License No(s). CGC037504 CUC056650
(As issued by the Florida Dept. Of Business and Professional Regulation Construction Industry
Licensing Board)
The Bidder is (check one of the following):
)An Individual
)A Partnership
(X) A Corporation
Principal Office Address: 1410 Emerson Steet, Leesburg, FL 34748
1. If Bidder is a corporation, answer the following:
Date of Incorporation: . December 15, 2005
State of Incorporation: Florida
Presidents Name: Joseph Rayl
Vice President's Name: Reynolds Holiman
2. If Bidder is an individual or a partnership, answer the following:
Date of Organization: NIA
Name, Address and Ownership Units of all Partners:
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00440-1
Carr & Collier Inc., Page 17
BIDDER QUALIFICATION AFFIDAVIT
State whether general or limited partnership: N/A
3. If Bidder is other than an individual, corporation or partnership, describe the organization
and give the name and address of principals:
N/A
4. If Bidder is operation under a fictitious name, submit evidence of compliance with the
Florida Fictitious Name Statute. Information attached: Yes X N/A
5. How many years has the Bidder been in business as a Contractor under its present
name?
9 months
6. Under what other former names has the Bidder operated?
Villages Construction, Inc.
7. How many years of experience in construction work has the Bidder had as a Prime
Contractor? 6 years
8. List below information concerning projects the Bidder has completed in the last (5) years
as a Prime Contractor for the type of Work required for this project (attach additional
sheets as necessary). It is noted that the experience claimed here must be associated
with the Bidder named above. The Owner reserves the right to require additional
information and to conduct any investigation deemed necessary to evaluate the Bidder.
(This area left blank intentionally)
East Lake Mary Blvd. RWM Extension - Ph. 2 BIDDER QUALIFICATION AFFIDAVIT
August 31, 2017
00440-2
Carr & Collier Inc., Page 18
4
iG 0
(D
0
UL
(D 0
CL (1) 0-
0.- z -i Z
M
I E
V
0-
IL E N -ZC
-A
U.
a
t- (a
co
U.
U.
LL. LL U.
0
E >L
o c 0
S
C)
-J
C
C� 0 C) a
1110
CL.,,., = M 3r
Uvaj o m
ce) co
LO 1�
tin
(A
r— LO C%4 cc (1)
0:5 (1)
pul Q. 0
tn co mc
E
V- T- M N >
0 a I a I
>
M—
r
W E c 0 EW
V =4 M
0 0
to
It CD 0 C)
00 >
MA CL
0 n OJ
r w
NNrr
0
o E
R
oho
C)
co
Ln
to
C14
0
co
0 0
w
UU
aNi
ca
Cl
0
0
0 a =
c- M
tai tG
T-
C)
C-4
cu
cc:' E 14
04
C,4 CD
awCL
a. 0
o ovuE
Cf)
0
O
Cp
C-4
0°-`t
0
0
(0 >
to 42
X
itff
E
CIO
C%A Qi
C)a
0
to
co@)
tF
Zzw
@
win
C)
ca
Ncoco
co i-0
zoo E
C) U
M io
M a
tL t0
T
0 o
C) m
C-4 r
C-4
ouz
000
CD
0
0
0
V
4-
0
4-
0
a
>
0
E
2
w
z
06
0
0'
L-
=
w .-O
0 0
E
0 -P
4-
0
m E CL m 'ou
CL=
LL
E
z L. E 2.6
0 :3
E 0
CL
0
lz
-OW CL 0LLCL 1
z CO
o za. =
LL
z
0
Cf
w
ui
u
QF
cl
A
U)
M
E
0 o
>
En.
a.
6 6
0 U) 'm z Z
m
>
w
= a CD 0
=a. E
0 0 M M 4) N 0. C
Zqm4j
3r , cc
tu j5 COQ1
E
41
E.
O a o o o C
U) z
E EW
0
in
_3 w ED 0. OJ
0
O E
wa
CD
to
0
to
69-
C.) U0
Q
2a o
-W cc "a
C-4 0)
04 E
ur_) E
--w
c CL
0 0
c 0
o o
E
0
ay
0
=
4) V
IL <
E
0
rN
(D
E
E
.2 >,
@
&-
o
44
Z W
Nq 42
r-
T7 ca)
(D 0
dry' CO
-lid I
O N
Lo
m 00 U5
(D w w
CO
E
r
0 0
Q
E o
0
0 C.) z
0
F- cv) F-
V
0
0
4O-
0
4-
(1)
0
E
m
z
rC c
CO r
a.
KS
E
.
*0 0
--
4-
0
(D
.0— IE 0
14a 0 01—
>
0 m
(D -a
mids=
IM
co A
E
0
@E
' w
*&:
CL a) m
mm =
Iz
0 -j w
w co co
05
71
IL
0
9. Has the Bidder ever failed to complete any work awarded to it? if so, state when, where
and why (attach additional sheets as necessary).
M
10. Has any officer or partner of your organization ever been an officer or partner of some
other organization that failed to complete a construction contract? If so, state name of
individual, name of other organization, and reason therefore (attach additional sheets as
necessary).
IM
11. State the names, addresses and the type of business of all firms that are partially or
wholly owned by the Bidder (attach additional sheets as necessary):
None
12. What is the Bidder's bonding capacity?
$20,000,000.00
13. What amount of the Bidder's bonding capacity has been used as of the date of this bid?
$7,000,000.00 approximately
14. State the name of the Surety Company which will be providing the Performance and
Payment Bond, and name and address of the Agent:
Hartford Fire Insurance Company
WaldorfP Insurance & Bonding
1110 NW 6th Street
Gainesville, FL 32601
15. Has the Bidder been in disputes or litigations in the last five (5) years over construction
projects which are completed or still pending for completion? if so, describe the nature
of the disputes or litigations and state the Owner's Name, Address, Telephone, and
amount of disputes or litigations (attach additional sheets as necessary).
No
East Lake Mary Blvd. RWM Extension - Ph. 2 BIDDER QUALIFICATION AFFIDAVIT
August 31, 2017
00440-5
Carr & Collier Inc., Page 21
The Bidder acknowledges and understands that the information contained in response to this
qualifications form shall be relied upon by the owner in awarding the contract and such
information is warranted by Bidder to be true. The discovery of any omission or misstatement
that materially affects the Bidders qualifications to perform under the contract shall cause the
Owner to reject the bid or proposal, and if after the award to cancel and terminate the award
and/or contract.
Carr & Collier Inc.
10/03/2017
WAt—h/bZfiz�edRep�resen�tafive (Affiant)
Date
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF 1.0-&
STATE OF FLORIDA
On this 3rd day of October , 20 17 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITH n�a my hand and official sea(. He/She as
personally known to me or has produced
identification.
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
Hcki.Immni END OF SECTION
MY coWISSiON t FF glow
EXPIRES: september 16, 2019
eonaed fico tJota�Ypnt+Undanmtea
East Lake Mary Blvd. RWM Extension - Ph. 2
BIDDER QUALIFICATION AFFIDAVIT
August 31, 2017 00440-6
Carr & Collier Inc., Page 22
SECTION 00450
CERTIFICATION OF NON -SEGREGATED FACILITIES FORM
The Contractor certifies that no segregated facilities are maintained and will not be maintained
during the execution of this contract at any of its establishments.
The Contractor further certifies that none of its employees are permitted to perform their
services at any location under the Contractor's control during the life of this contract where
segregated facilities are maintained.
The Contractor certifies further that it will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that he will not permit his employees to
perform their services at any location, under his control, where segregated facilities are
maintained.
As used in this certification, the term "segregated facilities" means any waiting rooms, work
area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race, creed, color or national origin,
because of habit, local custom, or otherwise.
The Contractor agrees that (except where it has obtained identical certification from proposed
subcontractors for specific time periods) it will obtain identical certifications from proposed
subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such
certifications in its files.
Carr & Collier Inc.
Co
of �\Li horized Representative
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized Representative
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00450.1
Date
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
SECTION 00452
DISPUTES DISCLOSURE FORM
Answer the following questions by answering "YES" or "NO". if you answer "YES", please
explain in the space provided, please add a page(s) if additional space is needed.
1. Has your firm, or any of its officers, received a reprimand of any nature or been
suspended by the Department of Professional Regulation or any other regulatory agency
or professional association within the last five (5) years? N (Y/N)
2. Has your firm, or any member of your firm, been declared in default, terminated or
removed from a contract or job related to the services your firm provides in the regular
course of business within the last five (5) years? N (Y/N)
3. Has your firm had filed against it or filed any requests for equitable adjustment, contract
claims or litigation in the past five (5) years that is related to the services your firm
provides in the regular course of business? N (Y/N) Note: If yes, the
explanation must state the nature of the request for equitable adjustment, contract claim
or litigation, a brief description of the case, the outcome or status of suit and the
monetary amounts or extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any
misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights
for further consideration of the project identified.
Carr & Collier Inc.
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized Representative
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2 DISPUTES DISCLOSURE FORM
August 31, 2017
00452-1
SECTION 00454
DRUG FREE WORKPLACE FORM
The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company
named below does:
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 proposed a copy of the statement specified in item 1.
4. In the statement specified in item 1, notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or
plea of guilty or nolo 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.
Carr & Collier Inc.
Firm , 1
Representative
Reynolds Holiman Vice President
Printed or Typed Name and Title of Authorized Representative
END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2 DRUG FREE WORKPLACE FORM
August 31, 2017
00454-1
SECTION 00456
UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT
The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who
knowingly employs unauthorized alien workers, constituting a violation of the employment
provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and
Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of
unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor
of the employment provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the City of Sanford.
The Affiant identified below deposes and states that:
1. The below identified Contractor does not and will not during the performance of any
contract resulting from the solicitation identified below employ illegal alien workers or
otherwise violate the provisions of the federal Immigration Reform and Control Act of
1986.
2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person
associated with the above named company who has been or is present at the
designated jobsite associated with any work or project resulting from this solicitation.
Carr & Collier Inc.
Contractor
-'W/ lo/10 lr+-
Signatur of hori ed Representative (Affiant) Date
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized
COUNTY OF Lake
STATE OF FLORIDA
(Affiant)
On this [C9 day of October , 20 17 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a , as
identification. %-`,-,�-� , /'"1 1
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
NOW MAHi1N END OF SECTION
=� W COMMISSION # FF 918900
_# ' -
'•.
EXPIRES:W �unaam
'fltxtension - Ph. 2
August 31, 2017
00456-1
UNAUTHORIZED (ILLEGAL)
ALIEN WORKERS AFFIDAVIT
SECTION 00458
E -VERIFY COMPLIANCE AFFIDAVIT
Project Name: East Lake Mary Blvd. RWM Extension - Ph. 2
Bid No.: IFB 17/18-01
The Affiant identified below attests to the following:
1. That the Contractor is currently in compliance with and throughout the term of the above
identified project and will remain in compliance with Executive Order 11-02, issued by
the Office of the Governor, State of Florida, requiring the use of the Department of
Homeland Security's Status Verification ("E -Verify") System to ensure that all employees
of the Contract and the Contractor's subcontractors performing work under the above -
listed Contract are legally permitted to work in the United States.
2. Each Contractor that performs work under the Project referenced above shall provide
the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating
enrollment in the E -Verify Program.
3. The Contractor will register and participate in the work status verification for all newly
hired employees of the contractor and for all subcontractors performing work on the
above -listed Contract.
4. The Contractor agrees to maintain records of its compliance with the verification
requirements as outlined in this Affidavit and, upon request of the any Authority having
jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to
provide a copy of each such verification to that Authority.
5. That all persons assigned by the Contractor or its subcontractors to perform work under
the above identified project will meet the employment eligibility requirements as
established by the Federal Government and the government of the State of Florida.
6. That the Contractor understands and agrees that its failure to comply with the verification
requirements as set forth herein or its failure to ensure that all employees and
subcontracts performing work under the above identified project are legally authorized to
work in the United States and the State of Florida constitute a breach of contract for
which the City of Sanford may immediately terminate the Contract without notice and
without penalty. Contractor further understands and agrees that in the event of such
termination, the Contractor shall be liable to the City for any costs incurred by the City as
a result of the Contractor's breach.
7. That for the purposes of this Affidavit, the following definitions apply:
"Employee" — Any person who is hired to perform work in the State of Florida.
East Lake Mary Blvd. RWM Extension - Ph. 2 E VERIFY COMPLIANCE AFFIDAVIT
August 31, 2417
00458-1
"Status Verification System" — the procedures developed under the Illegal Immigration
Reform and Immigration Responsibility Act of 1996, operated by the Department of
Homeland Security and known as the "E -Verify Program", or any successor electronic
verification system that may replace the E -Verify Program.
Carr & Collier Inc.
Reynolds Holiman
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Lake
STATE OF FLORIDA
On this I C01 day of October , 2017 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a , as
identification.
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
HOW MARTIN
MY COMMISSION # FF 918900
gf �.lJ6,1b
slamNgtu�ae� END OF SECTION
East Lake Mary Blvd. RWM Extension - Ph. 2 E -VERIFY COMPLIANCE AFFIDAVIT
August 31, 2017
00458-2
SECTION 00460
AMERICANS WITH DISABILITIES ACT AFFIDAVIT
By executing this Certification, the undersigned Contractor certifies that the information herein
contained is true and correct and that none of the information supplied was for the purpose of
defrauding the City of Sanford.
The Contractor will not discriminate against any employee or applicant for employment because
of physical or mental handicap in regard to any position for which the employee or applicant for
employment is qualified. The Contractor agrees to comply with the rules, regulations and
relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101
et seq. It is understood that in no event shall the City of Sanford be held liable for the actions or
omissions of the Contractor or any other party or parties to the. Agreement for failure to comply
with the ADA. The Contractor agrees to hold harmless and indemnify the City of Sanford, its
agents, officers or employees from any and all claims, demands, debts, liabilities or causes of
action of every kind or character, whether in law or equity, resulting from the Contractor's acts or
omissions in connection with the ADA.
Carr& Collier Inc.
Sig4hare of Aufhorized Representative (Affiant)
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Lake
STATE OF FLORIDA
Date
On this « day of October , 2017 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a as
identification. /--->,. .
ry Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
'f :��:E:E:XPl
COMMISSIFF 916900END OF SECTION
RES: September 16, 2019
fd ThN Abtary Public Undermders
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00460-1
AMERICANS WITH DISABILITIES ACT
AFFIDAVIT
To the Board of Directors and Stockholders
Carr & Collier, Inc., and Affiliates
Leesburg, Florida
We have reviewed the accompanying combined financial statements of Carr & ColIier, Inc., and its
affiliates, which comprise the balance sheets as of December 31, 2016 and 2015, and the related
combined statements of income, changes In stockholders' equity, cash flows for the years then ended,
and the related nates to the financial statements. The accompanying supplementary information is
presented for supplementary analysis purposes. A review includes primarily applying analytical
procedures to management's financial data and malting inquiries of company management. A review
is substantially less in scope than an audit, the objective of which is the expression of an opinion
regarding the financial statements as a whole. Accordingly, we do not express such an Opinion,
Management is responsible for the preparation and fair presentation of the financial statements in
accordance with accounting principles generally accepted in the United States of .America; this
Includes the design, implementation, and maintenance of internal control relevant to the preparation
' and fair presentation of the financial statements that are free from material misstatement whether
due to fraud or error.
Our responsibility is to conduct the review engagements in accordance with the Statements on
Standards for Accounting and Review Services promulgated by the Accounting and Review Services
Committee of the American Institute of Certified Public Accountants. Those standards require us to
perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any
material modifications that should be made to the financial statements. We believe that the results of
our procedures provide a reasonable basis for our report.
The supplementary information appearing on pages 16-20 is presented for purposes of additional
analysis and is not a required part of the basic financial statements. The information is the
representation of management. We have not audited or reviewed such information and, accordingly,
do not express an opinion, a conclusion, nor provide any assurance on it.
Based on our ieview, we are not aware of any material modifications that should be made to the
accompanying combined financial statements in order for them to be in conformity with generally
accepted accounting principles.
Covington, Ligori, P.A.
Certified Public Accountants
January 25, 2017
Carr & Collier, Inc., & Affiliates
Combined Balance Sheet—.Assets
December 31,
2016 2015
Current Assets
Cash S 1,061,1.23 $ 108,867
Accounts receivable — Trade 1,155,815 862,556
Notes receivables- current 7,479 40,749
Employee loans 10,525
Inventory
Cost.& Earnings in Excess of Billings 83,454 307,808
Total Current Assets 2,318,396 1,319,980
Land, BuUlnn% Vehicles and Equipment
Autos, Trucks and Airplane 1,097,622 1,085,393
Equipment 8141219 451,454
Furniture and fixtures 57,417 44,569
1,969,258 1,581,416
Less accumulated depreciation ( 939,564) ( 730,254?
Total Land, Building, Vehicles and. Equipment 1,029,694 851,162
911aer Assets
Investments
29,666
29,666
Notes receivable — long term
7,187
38,608
Security deposit
15,500
7,500
Total Other Assets
52,353
75,774
Total Assets
L_•_ 3,400,443
2 246
The accompanying notes are an integral part of these statements.
See accountants' review report.
-2-
Carr & Collier, Inc., & Affiliates
Combined Balance Sheet - Liabilities and Stockholder's Equity
December 31,
2016 2015
Current Liabilities
Accounts payable $ 561,329 $ 325,232
Current portion of notes 201,852 151,210
Billings in Excess of Costs/Earnings 454,565 35,479
Line of credit -- First Green Bank 438,455
Accrued expense 72,952 13,943
Total Current Liabilities 1,290,698 964,319
Long Term Liabilities,
Notes Payable 507,212 536,313
Total Liabilities 1,797,910 1,500,632
Stockholder's EquitX
Common stock 100 100
Paid in capital 40,000 40,000
Retained earnings 1,562,433 706,184
Total Stockholder's Equity 1,602,533 746,284
Total Liabilities and Stockholder's Equity $ 3,400,443 $ 2,246.916
The accompanying notes are an integral part of these statements.
See accountants' review report.
-3-
Carr & Collier, Inc., & Affiliates
Combined Statement of Income
For the Year Ended December 31,
2016 2015
R=nue
Sales 13,563,098 $ 8,253,533
CQ§t of Sales
Labor
4,611,548
2,677,917
Purchases
4,780,501
2,838,809
Gas/Oil/Maiatenance
265,798
239,610
Other job costs
943,769
659,912
Total Cost of Sales
10,601,616
6,416,248
Gross profit
2,961,482
1,837,285
Qperating,exl2enses
Salaries and wages
377,056
251,788
Insurance
218,159
262,879
Interest
51,870
29,689
Office and data processing
71,699
46,481
Rent
42,323
31,636
Repairs and maintenance
71,582
33,754
Building/equipment rental
44,289
18,438
Commissions
'18,850
23,624
Dues and subscriptions
8,261
2,736
Professional fees
223,399
48,285
Advertising
62,889
21,170
Banldcredit card charges
66,783
452570
Contributions
69,927
60,976
Entertainment/Meals
48,642
40,338
Telephone
25,247
27,483
Travel
65,789
28,170
Outside services
29,886
16,648
Miscellaneous/Other
86,816
31,165
Total operating expenses
1,583,467
1,020,830
Income froze. Operations
1,378,015
816,455
The accompanying notes are an integral part of these statements.
See accountants' review report.
-4-
Carr & Collier, Inc., & Affiliates
Combined Statement of Income (Continued)
For the Year Ended December 31,
Ober e
Interest Income
Depreciation and amortization
Total other Income/(Expense)
Net Income
2016
6,888
94,566)
( 87.678)
$ 1.290 337
2015
8,608
102,670)
(
94,06Q
S 722,393
The accompanying notes are an integral part of these statements.
See accountants' review report.
-5-
INSURANCE & BONDING
April 8.3U17
RE: Carr 8kCollier, Inc.
ToWhom ltMay Concern:
This is to advise you that VVa|dohfInsurance 8kBonding, Inc. provides bonding for Carr &
Collier, Inc. Their Surety is Harford Fire Insurance Company, which has an A.M. Best Rating
ofAfXV and is listed in the Department Ofthe Treasury's Federal Register with an
underwriting limit of $1,344,052,000. The home office address is One Hartford Plaza,
Hartford, CTO81S5-OOO1.
Carr & Collier, Inc. is a financially strong, well-managed company and it is a pleasure to
recommend them toyou for your consideration. They have aOexcellent reputation with
architectn/engineers,owners, subcontractors, and suppliers and are considered tobaan
except|onal contractor in the area.
Atthis time, vvewould not anticipate a problem inbonding our client inthe amount of
$1O/OOO/OOOfor asingle project or$2O,OOO,OOOaggregately. The surety reserves the right
to perform normal underwriting at the time of any bond request, including, without
limitation, prior review and approval nfrelevant contract documents, bond forms, and
project financing.
If you have any questions, please do not hesitate to contact rne'
Benjamin H. French
Vice President
1110 NORTHWEST 6th STREET
GAINESVILLE, FL 32601
PHONE 352-374.;7779
CARR&CO-02 RECKP
a�oFr��
OF LIABILITY INSURANCE
DATE/Y)CERTIFICATE
11122/20/7
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
NC CT Patty Beck
Insurance Office of America, Inc.
1855 West State Road 434
Longwood, FL 32750
PHONE FAX
ac. No, Et): {407) 998-550715507 A/C, N,):(321) 214-6400
E-Mp'E . Patty.Beck@ioausa.com
INSURERS AFFORDING COVERAGE NAIL #
10101/2017
INSURER A:FCCI Insurance Company 10178
EACH OCCURRENCE $ 1,000,000
INSURED
INSURER B
INSURER C
Carr & Collier, Inc.
INSURER D:
1410 Emerson Street
Leesburg, FL 34748
INSURER E
INSURER F:
A
COVERAGFS CFRTIFICATF IJI IMRFR- RFVISIr1hi hit IMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
ADDL
i UBR
POLICY NUMBER
POLICY EFF
POLICY EXPLTR
LIMBS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
X
X
GL002005801
10101/2017
10/0112018
EACH OCCURRENCE $ 1,000,000
100,000
DAMAGE TSESO RENTEDPREM occurrencel S
_
MED EXP (Any oneperson) S 5,000
PERSONAL & ADV INJURY S 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY EI JE a E] LOC
OTHER:
GENERAL AGGREGATE S 2,000,000
PRODUCTS - COMP/OP AGG S 2,000,044
EPL I S 100,000
A
AUTOMOBILE
Ix
LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
H R D X NON-OWNEp
AUTOS ONLY AUTOS ONLY
X
CA10000344202
10/01/2017
10/01/2018
COMBINED SINGLE LIMIT S 1,400,004
BODILY INJURY Per erson S
BODILY INJURY Per accident S
PROPERTY DAMAGE
Per accident S
S
A
X
UMBRELLA LIAB
EXCESS LIAR
X
I OCCUR
CLAIMS -MADE
UMB10001875500
10101/2017
10/01/2018
EACH OCCURRENCE S 4,000,044
AGGREGATE S 4'444'444
DED I X I RETENTIONS 14,444
5
A
WORKERS EMPLOY RS*COMPENSATION LIABILITY
AND EMPLOYERS' LIABILITY Y t N
ANY PROPRIETORiPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
X
001 WC17A76693
10/01/2017
10/01/2018
OTH
�I ER'
X EACH ACCIDENT 5 1,00 4,444
E.L. DISEASE - EA EMPLOYEd S 1,000,044
E.L. DISEASE - POLICY LIMIT S 1,004,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required
City of Sandord is Additoinai Insured with respects to General Liability perform CGLO841013 including Waiver of subrogation perform CGLO88 1013 as
required by written contract, on a Primary Non Contributory basis per form CGL0251108 as required by written contract, Additional Insured with respects to
Auto Liability as required by written contract. Waiver of Subrogation with respects to Workers Compensation as required by written contract.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
City of Sanford
300 North Park Avenue
ISanford. FL 32771
:..._ _ .
ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SECTION 00525
CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT
The Affiant identified below agrees to the following:
The Contractor shall be responsible for the accepted standards, appearance, conduct,
and safety of its employees, Subcontractors, agents, and any other person caused by
the Contractor to have access to any facility under the authority of the City.
2. Contractors who have access to City owned and/or operated facilities and utilities which
are designated by the City to be critical to security of public safety, shall comply with the
security measures as described herein.
3. For this Project, employees of the Contractor and Subcontractor(s) that will work on the
proposed reclaimed water main must undergo a Level I criminal background check.
4. Contractors and each of their employees shall, as and when required by the City, wear
an identification badge which provides the name of the'employee and the Contractor.
5. Contractors shall provide within forty-eight (48) hours of the City's request, a list of
employees and Subcontractors who will have access to City sites and/or facilities, their
working days, times and assignments. Additionally, the City reserves the right to require
the inclusion of individual addresses, social security numbers and driver's license
numbers including state of issuance for employees and Subcontractors identified above.
Such confidential information shall be used by the City to determine a person's eligibility
to function in such critical employment position(s) as described.
6. A Level I criminal background check does not require fingerprinting. What is required is
submission of the name, address, social security number, and date of birth of each
employee of the Contractor and Subcontractor that will be working on the existing and
proposed water main.
7. Each request for a Level I criminal background check shall be submitted by the
Contractor along with a check for $24.00 for each background check and the City's ORI
number, which is FL759053Z, to the Florida Department of Law Enforcement (FDLE) in
order to pay for the Level I criminal background check. The Level I criminal background
check request and payment shall be sent to:
FDLE Criminal Justice Information Services
Post Office Box 1489
Tallahassee, Florida 323021489
8. The ORI number directs the report to be returned to the City of Sanford Purchasing
Department. The Contractor shall not request the report to be returned to the
Contractor. Only the list of the name, address, social security number, and date of birth
of each employee of the Contractor and Subcontractor and the required payment are to
East Lake Mary Blvd. RWM Extension - Ph. 2
August 31, 2017
00525-1
CRIMINAL BACKGROUND CHECK
REQUIREMENTS AND AFFIDAVIT
be placed in the envelope. No cover letter or other instructions are to be included. Only
a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid.
9. If any employee of the Contractor or Subcontractor refuses to authorize the release of
their address, social security number, licenses and/or to participate in the criminal history
record checks when required by the City, they shall not be allowed to work or continue to
work in or on such critical position(s) or project(s). Reports which reflect incidents in an
individual's back ground will be addressed and resolved on a case by case basis.
10. In the event the Contractor can show employees of the Contractor or Subcontractor
have undergone criminal background checks on other City of Sanford projects within the
last 12 months, then a new Level i criminal background check will not be required.
11. The criminal background check request shall be submitted to FDLE within 14 calendar
days of the Notice to Proceed. In the event employees of the Contractor and
Subcontractor do not qualify to Work on the Project due to A) Failure to have the
required criminal background check reports submitted to the City by the FDLE; or B)
Unsatisfactory background check reports on employees; then those employees will be
disqualified by the City, and those disqualified employees will not be allowed to Work on
the Project. Disqualification of employees to Work on the Project is a non -excusable
delay to the Contract for which the City will not grant a Contract Time extension.
Carr & Collier Inc.
Contra or T
C)h b t -
Sig atur of A thorized Representative (Affiant) Date
Reynolds Holiman, Vice President
Printed or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF Lake
STATE OF FLORIDA
On this 10�h day of October , 2017 , before me, the undersigned
Notary Public of the State of Florida, personally appeared Reynolds Holiman
whose name(s) is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is
personally known to me or has produced n/a , as
identification. - _ _ i'—\ r
Public in and for the County and State Aforementioned)
SEAL My commission expires: 09/16/2019
", r' • HOW MARTIN
4. MY COMMISSION#FF91a�o END OF SECTION
EXPIRES: September 16, 2019
Bonded Thru Notary Pebk Undenrftm
East Lake Mary Blvd. RWM Extension - Ph. 2 CRIMINAL BACKGROUND CHECK
August 31, 2017 REQUIREMENTS AND AFFIDAVIT
00525-2