HomeMy WebLinkAbout2580 IFB 23/24-16 SR 46 Utilities Adj - SanPik - Pymnt/Perf BondsCITY OF
SANFORD (1%
FINANCE DEPARTMENT / y,
Thursday, August 22, 2024
PURCHASING DEPARTMENT
�Z, - YJ
TRANSMITTAL MEMORANDUM
To: City Clerk/Mayor
RE: IFB 23/24-16 SR 46 Utilities Adjustments
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
®
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
❑
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
® Return originals to Purchasing- Department
❑ Return copies
El
Special Instructions: SanPik, LLC : IFB 23/24-16 SR 46 Utilities Adjustments — P&P Bonds
sent for recording on 8/22/2024.
From
TADept_forms\City Clerk Transmittal Memo - 2009.doc
g Zz 2
Date
ICA Surety Group, LLC
123 Zelma Street, Suite A
Orlando, FL 32803
Tel (321) 800-6594 Fax (407) 264-8321
w ww.jcasurety.com
JCA
THEY BUILD IT, WE BOND IT
PAYMENT AND PERFORMANCE BOND
In Compliance with Florida Statutes 255.05 (1)(a)
Bond No.:
800152145
Contractor Name:
SanPik, Inc.
Contractor Address:
4300 W Lake Mary Blvd. Ste 1010 #326 Lake Mary, Florida 32746-2449
Contractor Phone Number:
(407) 988-1033
Surety Name:
Atlantic Specialty Insurance Company
Surety Address:
605 Highway 169 North, Suite 800 Plymouth, MN 55441
Surety Phone Number:
(952) 852-2431
Owners Name:
City of Sanford
Owners Address:
300 N. Park Avenue Sanford, Florida 32771
Owners Phone Number:
(407) 688-5028
Obligee Name:
NIA
(If contracting entity is different from the
owner, the contracting public entity)
Obligee Address:
NIA
Obligee Phone Number:
NIA
Contract No.:
BID # IFB 23124-16
(If applicable)
Project Name:
SR46 Utilities Adjustments
Project Location:
Monroe RoadlUpsala Road to French Avenue (U.S. 17-92)
Locate 20 LF of unknown size NPW main under proposed storm drain and removal of associated existing NPW main.
b) Installation of 192 LF 8" PVC WM under proposed storm drain and removal of associated existing WM. c) 20 LF of vertical
deflection of unknown NPW main under proposed storm drain and removal of associated existing NPW main. d) Locate and
protect or adjust 20 LF of vertical deflection of 10" PVC WM under proposed storm drain and removal of associated existing
Description of Work: NPW main e) Locale and protect 20 LF of vertical deflection of 4" HDPE NPW main under proposed storm drain and removal of
associated existing NPW main. Q Locate and Protect existing 16" NPW main with stainless steel split casing. g) 30 LF of vertical
deflection of 12" WM under proposed storm drain and removal of associated existing WM h) Installation of 120 LF 8" PVC WM
under proposed storm drain and removal of associated existing WM. ) Removal of 120 LF 2" WM. j) Installation of 60 LF 8" PVC
WM under proposed storm drain and removal of associated existing WM k) Installation of 100 LF 8" PVC WM under oroogsed
slonn drain and removal of associated existing WM. 1) Installation of 100 LF 16" PVC WM under proposed storm drain and
removal of associated existing WM i Adiuctment of two (2) manhole covers to final grade ii. Adiustment of 4 valve covers to
final grade, iii. Approximately 100 SY of asphalt repair. iv. Mill and Overlay 200 SY of asphalt.
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that be preprinted thereon.
Bond No.: 800152145
SECTION 00605
PROCUREMENT PERFORMANCE BOND
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS, that we,
SanPik, Inc. - 4300 W Lake Mary Blvd. Ste 1010 #326 Lake Mary, Florida 32746-2449 ,
as Principal/
Contractor,and Atlantic Specialty Insurance Company as
Surety, are held and firmly bound unto the CITY OF SANFORD, FLORIDA, as a
municipal corporation of the State of Florida, as Obligee/City, in the sum of Two Million
Three Hundred Sixty -Seven Thousand Six Hundred Forty -Two Dollars and 00/100
($ 2,367,642.00 ) lawful money of the United States of
American, for the payment of which well and truly to be made, we bind ourselves, our
heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, Contractor has by written agreement dated Aug 1st , 2024 , entered
into a Contract with the City of Sanford in accordance with a bid (whether a
proposal, response or other submission, by whatever name or of whatever nature) issued
by the City for the furnishing of all labor, materials, equipment, machinery, tools,
apparatus, means of transportation for, and the performance of the work covered in the
procurement documents which relative to the City's purchasing or
procurement solicitation entitled
SR46 Utilities Adjustments - BID # IFB 23/24-16
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall
promptly and faithfully perform said Contract as obligated to do so for the City and
in accordance with all terms and conditions of the Contract, then this obligation shall be null
and void; otherwise, it shall remain in full force andeffect.
THE SURETY HEREBY WAIVES notice of any alteration or extension of time
made by the City.
WHENEVER CONTRACTOR SHALL BE AND DECLARED by the City to be in default
under the Contract, the City having performed City's obligations thereunder, the Surety may
promptly remedy the default or shall promptly:
(1). Complete the Contract in accordance with its terms and conditions to
include, but not be limited to, the time of performance which is of the essence; or
(2). Expeditiously obtain a bid or bids for completing the Contract in accordance with
its terms and conditions, and upon determination by Surety of the most responsible bidder,
or if the City elects, upon determination by the City and the Surety jointly of the most
responsible bidder, arrange for a Contract between such bidder and the City, and make
available as work progresses (even though there should be a default or a succession of defaults
under the contractor contracts of completion arranged under this paragraph) sufficient funds
to pay the cost of completion less the balance of the contract price; but not exceeding,
including other costs and damages for which the Surety may be liable hereunder, the
amount set forth in the first paragraph hereof. The term "balance of the contract price", as
used in this paragraph, shall be paid to the Contractor under the contract and any amendments
thereto, less the amount properly paid by the City to the Contractor.
11Page
NO RIGHT OF ACTION SHALL ACCRUE on this bond to orforthe use of any person or i
Bond No.: 800152145
SECTION 00605
PROCUREMENT PERFORMANCE BOND
(100% of Contract Price)
corporation other than the City named herein or the heirs, executors, administrators, or
successors of the City.
NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the
Principal's obligations shall be deemed a default. Notices under this bond shall be directed
to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and
Surety shall be to their mailing addresses as set forth in the records of the Florida
Department of State.
THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at
all times until release by the Obligee. In the event of any material change, cancellation,
expiration or non-payment of premiums, the Surety shall notify the City by certified mail or
registered mail, return receipt requested, at least thirty (30) days prior to the effective date
of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond
will expire prior to performance of the Principal's obligations shall be deemed a default.
SIGNED, SEALED AND DATED THIS 21 stDAY OF August _,2024
[Signature lines in a legally binding form.]
ACCEPTED BY:
ATTEST:
71 ",( H&GLG`T, k
Traci Houchin (Aug 26,2024 11:52 EDT)
Traci Houchin, MMC, FCRM
City Clerk
Approved as to form and legality:
Lo mie N. Geoor`ACA. ki- WLC CA
Lonnie N. Groot, ACA, for WLC, CA (Aug 22,2024'17:38 EDT)
William L. Colbert, City Attorney
Note: (1)
(2)•
(3).
(4).
2 1 P a g e
CITY OF SANFORD:
Art Woodruff (Aug 22,2424 1
Art Woodruff
Mayoro$itV of Sanford, Florida
Date: ZZ
Surety: Atlantic Specialty Insurance Company
/ r r_�V 1Ps1EALeyn
Jese Sloan,Attorne -In-Fact & 0 o-
1986 -1986
Fbrida Licensed Resident Agent
Write in the dollar amount of the bond, which must the same as the amount bid in the
Solicitation.
All bonds signed by an agent must be accompanied by a certified copy of such
agent's authority to act.
Attorneys-in-factwhosign Bid Bonds or Contract Bonds must filewith each bond a certified.
Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture,
all ventures shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute
Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State of Florida, unless otherwise specifically approved in writing by OWNER.
Bond No.: 800152145
PROCUREMENT PAYMENT BOND
SECTION 00610
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS, that we,
SanPik, Inc. , as Principal/Contractor, and
Atlantic Specialty Insurance Company , as Surety, are held and firmly
bound unto the CITY OF SANFORD, FLORIDA, as a municipal corporation of the State
of Florida, as Obligee/City, in the sum of Two Million Three Hundred
Sixty -Seven Thousand Six Hundred Forty -Two Dollars and 00/100 dollars
($2,367,642.00 )lawful money of the United States of
American, for the payment of which well and truly to be made, we bind ourselves, our
heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
WHEREAS, Contractor has by written agreement dated Aug 1st , 2024 , entered
into a Contract with the City of Sanford in accordance with a bid (whether a
proposal, response or other submission, by whatever name or of whatever nature) issued
by the City for the furnishing of all labor, materials, equipment, machinery, tools,
apparatus, means of transportation for, and the performance of the work covered in the
procurement documents which relative to the City's purchasing or
procurement solicitation entitled
SR46 Utilities Adiustments - BID # IFB 23/24-16
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said
Contractor and all subcontractors to whom any portion ofthe work provided for in said Contractis
sublet and all assignees of said Contract and of such subcontractors shall promptly make
payments to all persons supplying him or them with labor, products, services, or supplies for or
in the prosecution of the work provided for in such Contract, or in any amendment or
extension of or addition to said Contract, and for the payment of reasonable attorney's fees,
incurred by the claimants in suits on this bond, then the above obligation shall be void; otherwise,
it shall remain in full force and effect.
HOWEVER, this bond is subject to the following conditions and limitations:
(1). Any person, firm or corporation that has furnished labor, products, or supplies
for or in the prosecution of the work provided for in said Contract shall have a direct right of
action against the Contractorand Surety on this bond, which right of action shall be asserted in
a proceeding, instituted in Seminole County, Florida. Such right of action shall be asserted in
proceedings instituted in the name of the claimant or claimants for his or their use and benefit
against said Contractor and Surety or either of them (but not later than one year after the final
settlement of said Contract) in which action such claim or claims shall be adjudicated and
judgment rendered thereon.
(2). The Principal and Surety hereby designate and
appoint Jorge L. Bracamonte as the
agent of each of them to receive and accept service of processor other pleading issued orfiled in
any proceeding instituted on this bond and hereby consent that such service shall be the same as
personal service on the Contractor and/or Surety.
(3). This bond is given pursuant to and in accordance with the controlling provisions
of Section 255.05(9) Florida Statutes, and all the provisions of the law referring to this
1 I Page
PROCUREMENT PAYMENT BOND Bond No.: 800152145
SECTION 00610
(100% of Contract Price)
character of bond as set forth in any sections or as may be hereinafter enacted, and these are
hereby made a part hereofto the same extent as if set out herein in full.
NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the
Principal's obligations shall be deemed a default. Notices under this bond shall be directed
to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and
Surety shall be to their mailing addresses as set forth in the records of the Florida
Department of State.
THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at
all times until release by the Obligee. In the event of any material change, cancellation,
expiration or non-payment of premiums, the Surety shall notify the City by certified mail or
registered mail, return receipt requested, at least thirty (30) days prior to the effective date
of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond
will expire prior to performance of the Principal's obligations shall be deemed a default.
SIGNED, SEALED AND DATED THIS 21 stDAY OF August , 2024
[Signature lines in a legally binding form.]
ACCEPTED BY:
ATTEST:
rr",(��
Traci Houchin (Aug 27, 2024 15:45 EDT)
Traci Houchin, MMC, FCRM
City Clerk
Approved as to form and legality:
_Lonnie N. &oot, ACA foy WLC, CA
��e rd nr'�r 'Colbert,
vn r ra r4��� n omn rrev cnn
William L. Colbert, City Attorney
CITY OF SANFORD:
Art Woodruff (Aug 27, 202 .53 EDT)
Art Woodruff
Mayoro$�ty of Sanford, Florida
Date: Z2
Surety: Atlantic Specialty Insurance Company
.\o INsc;%"
QG GpFPORgTF, yZc, ;
€y SEAL m=
== 1988 0
J s ie Sloan, A rney-In-Fact &
o da Licensed Resident Agent
NOTES: (1). Write in the dollar amount of the bond, which must the same as the amount bid in the
Solicitation.
(2). All bonds signed by an agent must be accompanied by a certified copy of such
agent's authority to act.
(3). Attorneys -in -fact who sign Bid Bonds or Contract Bonds mustfile with each bond a certified.
(4). Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is ajoint
venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all
partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must
appear on the Treasury Department's most current list (Circular 570 as amended)
and be authorized to transact business in the State of Florida, unless otherwise
specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney
appointing individual Attorney -in -Fact for execution of Performance Bond on behalf of
Surety.
21P2,ge
OY OF
SJ�NFORD
FINANCE DEPARTMENT Bond NO.: 800152145
SECTION 00615
MATERIAL AND WORKMANSHIP BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE SanPik, Inc. , hereinafter referred to as "Principal" and
Atlantic Specialty Insurance Company , hereinafter referred to as "Surety" are held and firmly
bound unto 1) City of Sanford hereinafter referred to as the OWNER in
the sum of ten percent (10%) of the Contract Price as adjusted under the Contract Documents 1
$236.764.20 * for the payment of which we bind ourselves, heirs, executors,
successors and assigns, jointly and severally, firmly by these presents.
*Two Hundred Thirty -Six Thousand Seven Hundred Sixty -Four Dollars and 20/100
WHEREAS, Principal has constructed certain improvements, including roadways,
utilities, curbs, storm drains and other appurtenances in that certain Project described as
SR46 Utilities Adjustments - BID # IFB 23/24-16 , and
WHEREAS, the aforesaid improvements were made pursuant to an Agreement dated
August 1_ _2024 , and filed with the Purchasing Office of OWNER; and
WHEREAS, the Principal warrants and guarantees to the OWNER that all work, labor,
materials, equipment and services furnished and performed has been done in a good and
workmanlike manner and is of the highest quality, free from defects; and
WHEREAS, Principal is obligated to protect the OWNER against any defects resulting
from faulty Materials or Workmanship of said improvements and to maintain said improvements
for a period of two (2) years from the date of Final Completion under the Contract Documents.
NOW THEREFORE, the conditions of this obligation is such that if Principal shall
promptly and faithfully protect the OWNER against any Defects resulting from faulty Materials
and Workmanship of the aforesaid improvements and maintain said improvements for a period
of two (2) years from the date of Final completion, then this obligation shall be null and void,
otherwise it shall remain in full force and effect.
9) Name of Owner
2) Name of Project identified in Instructions to Bidders
The OWNER shall notify the Principal in writing of any Defect for which the Principal is
responsible and shall specify in said notice a reasonable period of time within which Principal
shall have to correct said Defect.
The Surety unconditionally covenants and agrees that if the Principal fails to perform, within
the time specified, the Surety, upon thirty (30) days written notice from OWNER, or its
authorized agent or officer, of the failure to perform will correct such Defect or Defects and pay
the cost thereof, including, but not limited to engineering, legal and contingent costs. Should the
Surety fail or refuse to correct said Defects, the OWNER, in view of the public interest, health,
safety, welfare and factors involved, shall have the right to resort to any and all legal remedies
00615-1
OY OF Bond No.: 800152145
SXNFORD
FINANCE DEPARTMENT
against the Principal and Surety and either, both at law and in equity, including specifically,
specific performance to which the Principal and Surety unconditionally agree.
The Principal and Surety further jointly and severally agree that the OWNER at its option,
shall have the right to correct said Defects resulting from faulty Materials or Workmanship, or,
pursuant to public advertisement and receipt of Bids, cause to be corrected any Defects or said
Defects in case the Principal shall fail or refuse to do so, and in the event the OWNER should
exercise and give effect to such right, the Principal and the Surety shall jointly and severally
hereunder reimburse the OWNER the total cost thereof, including, but not limited to,
engineering, legal and contingent costs, together with any damages either direct or consequent
which may be sustained on account of the failure of the Principal to correct said defects.
IN WITNESS WHEREOF, this instrument is executed this the 21st day ofAugast,2024
ATTEST:
Secretary (Principal)
i yped Name
(CORPORATE SEAL)
(Witn ss to Principal)
Ty�e�e
ATTEST:
rety) Sem4a�yiss
Jorge L. Bracamonte
Typed Name
(CORPORATE SEAL)
Vtlrtrress-as to Surety
Diana Alvarez
00615-2
SanPik, Inc.
Principa (Co ractor)
(Si nature)
Matthew Sands. President
Typed Name and Title
4300 W Lake Mary Blvd. Ste 1010 #326
Address
Lake Mary, Florida 32746-2449
City, State, Zip
(407) 988-1033
Telephone No. Facsimile No.
Atlantic Specialty Insurance Company
605 Highway 169 North, Suite 800
Plymouth, MN 55441
Surety
(952) 852-2431
Telephone No, Facsimile No.
• \=�j Y' IM SVS•..
= SEAL
By: i - 1986 c_
Attomey-in-Fact =d 'E„
1� h.
Jes i Sloan, Attorney -In -Fact &
Florida Licensed Resident Aaent
Typed Name