Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2649 IFB 24/25-32 - Carr & Collier Inc - NWRF Sand Filter Replacement
`\ Y OF L 1 S.�NFORD �� ` FINANCE DEPARTMENT 300 N. Park Avenue, Sanford, Florida 32771 • Telephone (407) 688-5028 Fax (407) 688-5021 • Email: purchasing@sanfordfl.gov October 22, 2025 Re: IFB 24/25-32 NWRF Sand Filter Replacement To Whom It May Concern: The City of Sanford Purchasing Division hereby provides notification of its intent to award the above referenced solicitation to the below listed firm: Carr & Collier Inc. This Notice of Intent to Award is subject to final approval by department therefore, this Notice does not constitute the formation of an agreement between the City and the apparent successful bidder. The successful bidder shall not acquire any legal or equitable rights relative to this solicitation until an agreement, and/or purchase order, containing terms and conditions acceptable to the City is duly approved and executed by the City. In the event the apparent successful bidder fails to accept, negotiate, and execute the agreement with the City, at its sole discretion, the City may revoke the award and proceed to award to the next lowest, responsive and responsible bidder, reject all bids received, cancel the solicitation, and/or re -solicit at a later time. The City further reserves the right to cancel this Notice of Intent to Award at any time prior to execution of a written agreement and/or purchase order, as applicable. Thank you for your interest in doing business with the City of Sanford, Florida. We look forward to receiving your submittals in the future. Respectfully, Maria A. Green Purchasing Coordinator City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2n11 Floor Suite 236 Sanford, Florida 32771 Number: SkclTr Of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 NFORD AF INVITATION FOR BID (IFB)Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "A" Addendum Receipt Acknowledgement CertificateG R I G I N A The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No. Dated: 7/14/2025 Dated: 7/24/2025 Dated: 8/4/2025 Dated: 8/18/2025 Dated: 8/21 /2025 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Carr & Collier Inc. Mailing Address: 2864 W. Main Street. Leesburg. FL 34748 Telephone Number: (352) 764-3700 Fax Number: (352) 570-9770 E-mail Address: estimate@-carrandcollier.com Reynolds Holiman FEIN: 20-3943756 Authori d Si&(natory Printed Name Vice President Auqust 28, 2025 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal"O City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 Number: ciTr o= SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 FINANCE DEPARTMENT i INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "B" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include A. A copy of the Articles of incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Please place a check mark (✓) next to applicable type) X I Corporation Partnership I , Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 2864 W. Main Street Leesburg, FL 34748 Federal I.D. or Social Security Number 20-3943756 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "B", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Carr & Collier Inc. Mailing Address: 2864 W. Main Street, Leesbura. FL 34748 Telephone Numper: 3 2) 764-3700 Fax Number: (352) 570-9770 E-mail Address: estimate(a-D-carrandeollier.com Reynolds Holiman FEIN: 20-3943756 Authorize Signatory Printed Name Vice President August 28, 2025 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE O'Failure to submit this form may be grounds for disqualification of your submittal - PA City of Sanford I Finance Department I Purchasing Division Solicitation - 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Number: CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "C" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last five (5) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Project #1 Project Name: VCDD VCSA Water Treatment Plant No. 1 Improvements Type of Project/Service: Upgrade disinfection system. egD/Di ing new VFD. mod existing transmissions stem Address: The Villaaes Contracting Agency/Client: Village Center CommunityDevelopment District Contact Name and Phone #: Jeff GowAr 47 iPff.gawPrdyik"rwqtP.r.rom Contact Email Address and Fax #: Contract Amount: 40 17R 69R Start Date: j End Date: i na/gn94 Project #2• Project Name: Reuse Reservoir Expansion and Pump Station Replacement Type of Project/Service: Expand reclaimed water reservoir: replaced reuse DUMP stn/intake struct-new wet wel Address: New Smvrna Beach Contracting Agency/Client: New Smvrna Beach Utilities Contact Name and Phone #: (- Pn Contact Email Address and Fax #: Contract Amount: 1 R34 111 Start Date: End Date: 1 9/7n97 Project #3• Project Name: Lift Station 218 Relocation Type of Project/Service: Install 24" gravity sewer main; 12" DIP force main; 2 manholes; 1 master manhole Address: Orlando Contracting Agency/Client: ON of Orlando Contact Name and Phone #: Michael Melzer 407 246-3187 michael.melzer a0cit oforlando.net Contact Email Address and Fax #: Contract Amount: Start Date: End Date: / Project #4• Project Name: Lift Station No. 12 ReDlacement Type of Project/Service: ReDlace "can" lift station with submersible lift station: remove/replace wet well valve va Address: New Smvrna Beach Contracting Agency/Client: r h Utilities Contact Name and Phone #: Dann Hale 13RR) 424-3037 dhnle nsh nrn_ Contact Email Address and Fax #: Contract Amount: 1 -,, 9nn Start Date: End Date: Project 05• Project Name: Pump Station Improvements Package 24 Type of Project/Service: Demo existing um stations. constructed new wet wells: F&I vaults. emery bypass Di Address: Orlando Contracting Agency/Client: Oranapt unto Contact Name and Phone #: vn (4Q7)506-2120 i m Contact Email Address and Fax #: Contract Amount:S4 901 9r,Q Start Date: End Date: n4ong, PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 0-Failure to submit this form may be grounds for disqualification of your submittal- City of Sanford I Finance Department I Purchasing Division Solicitation Or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Number: SCITY Aji)l X 0FINANCFOEPARTMENT Phone: 407.688.5028 or 50301 Fax: 407.698.5021 IFB 24/25-32 I INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "D" Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scnttinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attomey's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Carr & Collier Inc. Mailing Address: 2864 W. Main Street, Leesburg, FL 34748 Telephone Number: (352) 764-3700 Fax Number: (352) 570-9770 E-mail Address: estimate na.carrandcoIlier.com i Reynolds Holiman FEIN: 20-3943756 Authori d Sijnatory Printed Name Vice President August 28, 2025 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) Failure to submit this form may be grounds for disqualification of your submittal City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: CITY of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 " , S,k�ORD INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "E" Proposed Schedule of Subcontractor Participation ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB 24/25-32 Title: North Water Reclamation Facility Sand Filter Replacement Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value ocha Controls - 5025 W Rio Vista Ave Tampa, FL 33634 rocha rochacontrols.com (8131267-3235 Instrumentation & Controls 3.4- % $134,894.00 P3 Electrical Services, LLC 801 Eyrie Dr, #100, Oviedo, FL 32765 hna n3elert ' (407) 913-0430 Electrical V3•� $235,000.00 PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code I Code Description Minority Code I Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "E", Proposed Schedule of Subcontractor Participation, is truthfid and correct at the time of submission. Bidder/Contractor Name: Carr & Collier Inc. Mailing Address: 2864 W. Main Street, Leesburq, FL 34748 Tel ne Number: - �35276�4-3700�Fax Number: (352) 570-9770 E-mail Address:estimateCa�carrandcollier.com i" /. _Reynolds Holiman FEIN: 20-3943756 Kut or ed Signatory J Printed Name Vice President Auqust 28, 2025 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 13" Failure to submit this form may be grounds for disqualification of your submittal's Carr & Collier Inc. SA�ORD Eo• M... City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2ntl Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 Solicitation Number: IFB 24/25-32 INVITATION FOR BID IFB ONE. -TIME PURCHASE Due Date: August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Description Unit Price Quantity Required Unit Measure Extended Price 1. Mobilization, Bonds, Permits, & General Conditions 5 250,000.00 1 Lump Sum S 250,000.00 2. Indemnification S 1,000.00 1 Lump Sum S 1,000.00 3. Removal & Replacement of Existing Travelling Bridge Sand Filter No. l & Related Cates, Rails, Electrical Components & Appurtenances JZr—L%06'44-3,Q0 1 Lump Sum Z)-1)Y+3•cp 4. Concrete Cap Slab S 3,500.00 6 Cubic Yards S 21,000.00 5. Concrete Surface Repair -Level I $ 100.00 562 Square Feet $ 56,200.00 6. Concrete Surface Repair -Level 2 a 155.00 253 Square Feet S 39,215.00 7. Concrete Surface Repair -Level 3 $ 230.00 141 Square Feet S 32,430.00 8. Concrete Surface Repair -Level 4 S 245.00 56 Square Feet S 13,720.00 9. Concrete Crack Injection S 135.00 25 Lineal Feet S 3,375.00 10, Protective Coating in Filter S 15.00 2,810 Square Feet S 42,150.00 It. Replace Existing 6" Plug Valves & Boxes S 17,500.00 3 Each S 52,500.00 12. Replace Existing Butterfly Valve Motor Actuator S 35,000.00 2 Each S 70,000.00 13. Install Motor Actuators on Existing Flow Diversion Cates S 70,000.00 2 Each S 140,000.00 14. Install Level/Flow Monitoring System at Flow Diversion Box S 2,000.00 1 Lump Sum S 2,000.00 15 Remove & Replace Existing Backwash Drain Pumps & Related Piping, Valves, & Controls $ 135,000.00 l Lump Sum S 135,000.00 l6. Install Fabric Canopy Over Existing Disk Filters S 350,000.00 1 Lump Sum S 350,000.00 17, Electrical Work S 300,000.00 1 Lump Sum S 300,000.00 18. Instrumentation Work S 165,000.00 1 Lump Sum S 165,000.00 19 Other Work Required Per the Drawings & Specifications Not Specifically Described Above S 15,000.00 1 Lump Sum S 15,000.00 20, TOTAL IFB PRICE City of Sanford I Finance Department j Purchasing Division Solicitation 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Number: CITY of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 1 SANFORD 10 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: I ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT 20. TOTAL IFB PRICE $3�q��F0�3.oO Lump sum Price in Words I�"e- Alum um kA"*R- k �eVffik4 �eveW JnVWA I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IFB document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IFB documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Carr & Collier Inc. Mailing Address: 2864 W. Main Street Leesbura. FL 34748 Telep a Numbyr: 1352)_764-3700 _ Fax Number: _ (352) 570-9770 _ E-mail Address:estimate(c)-earrandcollier.com _Reynolds Holiman FEIN: 20-3943756 Authori2;0igrtatory �— Printed Name Title Vice President August 28, 2025 Date STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman §0 who is personally known to me or () who produced . N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Reynolds Holiman by means of N physical presence or ( ) online notarization on the 28th day of August 2025, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 28thday of August , 2025. T_� I, �=L La, /n _/it �Dianne Woods (Notary Public in and for the County and State Aforeragati�d)i SEAL My commission expires: May 21, 2028 DIANNE WOODS MY COMMISSION # HH 483915 EXPIRES: May 21, 2028 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB —Failure to submit this form may be grounds for disqualification of your submittal- 7 City of Sanford I Finance Department I Purchasing Division Solicitation - CITY of S kN QRD 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Number: IFB 24/25-32 INVITATION FOR BID (IFB) Due Date: _ FINANCE DEPARTMENT ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT STATEMENT OF INSPECTION ATTACHMENT "G" IFB 24/25-32 North Water Reclamation Facility Sand Filter Replacement Bidder's signature on this page indicates that the bidder has inspected the facility specified below at the North Water Reclamation Facility; 1201 W. Seminole Blvd., Sanford, FL 32771 and has fully reviewed and understands all work requirements at said location(s): Reynolds Holiman, Vice President Printed Name of Authorized Person 1 % /A/,/A4', Signaturc,bf Authorized Person Auqust 28, 2025 Date Carr & Collier Inc. Name of Firm 2864 W. Main Street Street Address Leesburo, FL 34748 City, State, Zip Code REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. When required City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: clTv of SA�oRD Phone: 407.688.5028 or 5030 I Fax: 407.688.5021 IFB 24/25-32 _ FINANCECIEPAPTMENT INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "H" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last five (5) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Proiect #1: Proiect Name: VCQD VCSA Water Treatment Plant No. 1 Improvements Type of Proiect/Service: Upgrade disinfection system. eap/pi ing, new VFD. mod existing transmissions stem Address: The Villages Contracting Agency/Client: Village Canter Community Development District Contact Name and Phone #: Jeff t,nwpr (3. 514747 ieff _gowerayikuswntpr_r. Contact Email Address and Fax #: Contract Amount: R R9R Start Date: I I End Date: I nq/9n9a Project #2• Project Name: Reuse Reservoir Expansion and Pump Station Replacement Type of Project/Service: Exoand reclaimed water reservoir: replaced reuse pump stn/intake struct-new wet well Address: New Smvrna Beach Contracting Agency/Client: New mvrna Re Utilities Contact Name and Phone #: _ I 1 4 Contact Email Address and Fax #: Contract Amount: 34 111 I Start Date: I I End Date: 919n99 Project #3• Project Name: Lift Station 218 Relocation Tye of Project/Service: Install 24" gravity sewer main; 12" DIP force main; 2 manholes; 1 master manhole Address: Orlando Contracting Agency/Client: Citv of Orlando Contact Name and Phone #: Michael Melzer 407 246-3187 mich ael. melzer(ED-citygforlando.net Contact Email Address and Fax #: Contract Amount: $4354.788 Start Date: I End Date: I08/2023 Proiect #4• Project Name: Lift Station No. 12 Replacement Type of Project/Service: Replace "can" lift station with submersible lift station:remove/repiace wet well valve va Address: New Smyrna Beach Contracting Agency/Client: New Smyrna B ach Utilities Contact Name and Phone #: Dann HaIP (3 d 4-1017 rihalP r gh.nra Contact Email Address and Fax #: Contract Amount: _ 4.r, 9nn Start Date: I I End Date: 1 n/ n � Project #5: Project Name: Pump Station Improvements Package 24 Type of Project/Service: Demo existing pump stations. constructed new wet wells: F&I vaults. emerg bypass pi Address: Orlando Contracting Agency/Client: Cotjnty Contact Name and Phone #: James Montalvo (4 Contact Email Address and Fax #: Contract Amount: U 9n i grq I Start Date: I I End Date: nd/9n9q PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE w'Failure to submit this form may be grounds for disqualification of your submittal- City of Sanford I Finance Department I Purchasing Division Solicitation _!)Sa 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: CIT. k ofr�oRD � Phone: 407.688.5028 or 50301 Fax: 407.688.5021 IFB 24/25-32 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "I" FOREIGN COUNTRY OF CONCERN ATTESTATION (PUR 1355) This form must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a Governmental Entity which would grant the entity access to an individual's Personal Identifying Information. Capitalized terms used herein have the definitions ascribed in Rule 60A-1.020. F.A.C. Naive of entity is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Printed Name: Carr & Collier Inc. i Title: Reynolds Holiman, Vice President Signature: Date: August 28, 2025 i I { PUR 1355 (10/23) Page 10 of 13 Rule 60A-1.020, F.A.C. IE City of Sanford I Finance Department I Purchasing Division I Solicitation 300 N. Park Avenue 2"° Floor Suite 236 Sanford, Florida 32771 Number: arr of Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 IFB 24/25-32 SANFORD r FINANCE DEPARTMENT INVITATION FOR BID (IFB) � Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "L" Equipment List ITEM OF EQUIPMENT MAKE/BRAND MODEL AGE See attached - Special Conitioi is A.2.b. - List of Equipment Pictures of the Equipment Indicated Above Must be Included with this List* It is noted that the City of Sanford reserves the right to inspect equipment indicated above. 13 City of Sanford I Finance Department I Purchasing Division ; ofFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM "' SANn Phone: 407-688-5028 or 50301 Fax: 407-688-5021 1 Email: nur(a�sanford0.e ilchasinnov _ _ �,,ANa WAAVAINT IFB 24/25-32 NWRF Sand Filter Replacement #1 Acknowledgment is hereby made of Addendum # 1 to IFB 24/25-32 — NWRF Sand Filter Replacement. Carr & Collier Inc. Name of Firm/Company 2864 W. Main Street Street Address (352) 764-3700 Telephone Number Reynolds Holiman Authorized Person Printed Name (;�Uz/xg� . ---- Authorized Person Signature estimate@carrandcollier.com Contact Email Leesburo. FL 34748 City, State, Zip Code (352) 570-9770 Fax Number Vice President Authorized Person Title August 28, 2025 Date of Signature P UR-F-212 Rc v. 1 1 /2016 City of Sanford I Finance Department I Purchasing Division nor 300 N. Parl- Avenue Suite 236, Sanford, Florida 32771 S Z 0, Phone: 407-688-5191 or 5030 I Fas: 407-689-5021 1 Email: nurchnsina(n?sanfordfl.¢ov ADDENDUM rciavCE ocrmr•,,¢•,i NWRF SAND FILTER REPLACEMENT #r {l:2 IFB 24/25-32 Bids Set Technical Specification- Plans Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to IFB 24/25-32 — NWRF Sand Filter Replacement. Carr & Collier Inc. Name of Firm/Company 2864 W. Main Street Street Address (352)764-3700 Telephone Number Reynolds Holiman _ Authorized Person Printed Name Authori�d erson Signature estimate@carrandcollier.com Contact Email Leesburg, FL 34748 City, State, Zip Code (352) 570-9770 Fax Number Vice President Authorized Person Title August 28, 2025 Date of Signature PUR-F-212 7 Rev. 1 1/2016 City of Sanford I Finance Department I Purchasing Division SANFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 I Fax: 407-688-5021 1 Email: ourchasinonsanford0.2ov ADDENDUM VWrNAWEVfPAPT'4V,-. NWRF SAND FILTER REPLACEMENT Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum # 3 to IFB 24/25-32 — NWRF Sand Filter Replacement. Carr & Collier Inc. _ estimateacarrandcollier.com Name of Firm/Company Contact Email 2864 W. Main Street Leesbura. FL 34748 Street Address City, State, Zip Code (352) 764-3700 (352) 570-9770 _ Telephone Number Fax Number Reynolds Holiman Vice President Authorized Person Printed Name Authorized Person Title Autho zed Person Signature Auaust 28, 2025 Date of Signature PU R-F-212 Rcv. 1 1 /2016 City of Sanford I Finance Department I Purchasing Division r SANFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407 688-5028 or 5030 1 Fax: 407 688-5021 i Emall: purchasinansanfordll.¢ov ADDENDUM r-.1arc[c'1Aarrvr rr4 NWRF SAND FILTER REPLACEMENT I Carr & Collier Inc. Name of Firm/Company 2864 W. Main Street Street Address estimate0carrandcollier.com Contact Email Leesburg. FL 34748 City, State, Zip Code (352) 764-3700 (352) 570-9770 Telephone Number Fax Number Revnolds Holiman Vice President Authorized Person Printed Name Authorized Person Title 1�w��—' August 28, 2025 AuthoriAd person Signature Date of Signature PUR-F-212 I Rcv. I 1 i 2016 City of Sanford I Finance Department I Purchasing Division y o: SANFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 I Fax: 407-688-5021 1 Email: nurchasinL,tn.•sanfordn.Lnv ADDENDUM NWRF SAND FILTER REPLACEMENT Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #5 to IFB 24/25-32 — NWRF Sand Filter Replacement. Carr & Collier Inc. estimate (a-carrandcoilier.com Name of Firm/Company Contact Email 2864 W. Main Street Leesburg, FL 34748 Street Address City, State, Zip Code (352) 764-3700 Telephone Number Revnolds Holiman Authorized Person Printed Name Authored Person Signature (352) 570-9770 Fax Number Vice President Authorized Person Title August 28, 2025 Date of Signature PUR-F-212 3 Rev. l 1/2016 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Carr & Collier, Inc. 2864 W. Main Street, Leesburg, FL 34748 as Principal, hereinafter called the Principal, and Atlantic Specialty Insurance Company 605 Highway 169 North, Suite 800, Plymouth, MN 55441 a corporation duly organized under the laws of the State of may_ as Surety, hereinafter called the Surety, are held and firmly bound unto City of Sanford 300 N. Park Avenue, Sanford, FL 32771 as Obligee, hereinafter called the Obligee, in the sum of FIVE Percent of the amount bid Dollars {$ ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for IFB24/25-32 North Water Reclamation Facility Sand Filter Replacement,1201 W. Seminole Blvd, Sanford, FL 32771 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the ampunt specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the, Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect., ;u Signed and sealed this 2i day of August, 2025 SEAL Carr & Collier, Inc. �5 . r- ro / (Pr1n " a1) - B�I'iSe�ry�� (witness) 6�all 1 tl [i�jU.L.lt� / - 774ar., Benjamin H. French, Attorney -in -Fact & FL Resident Agent IAIA DOCUMENT A310 - BID BOND - AIA - FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS 1735 N. Y. AVE. N. W. WASHINGTON, O. C. 20004 G-23248-Ai [intact-1 INSURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Benjamin H. French, Brenda W. Neill, Heather Hudgins, J.E.S. Webb, Kyle F. Fuller, L. Dale Waldorff, Rebekah F. Sharp, Trava Ridlon, William S. Neill, each individually if there be more than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer) may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attomey-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and In the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attomey-in-Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. 4 a�G 40itPOq,MIie�Zc.,si SEAL fn }rs 1986 o j By STATE OF MINNESOTA 'Stiesw voe��s-trf HENNEPIN COUNTY Sarah A. Kolar, Vice President and General Coursel On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly swom, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. otY�1ej'+r ALISON D. NASH-TROUT + °'i NOTARY PUBLIC - MINNESOTA My Commission Expires �AH2 YL January 31, 2030 Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 21 day of August 2025 This Power of Attorney expires I January 31, 2030 k sQr�4 LpPPOR.1T�r�ni Iti SEAL ^�} 1986 o f rOQ'+ It Kara L.B. Barrow, Secretary Please direct bond verifications to surerv(a)intacnnsurance.com CARR & COLLIER INC. CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Carr & Collier Inc., a corporation under the laws of the State of Florida, held on the 14th day of August , 20 25 the following resolution was duly passed and adopted: "RESOLVED that Reynolds Holiman, as Vice President of Carr & Collier Inc., is hereby authorized to execute all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for: IFB #24/25-32 North Water Reclamation Facility Sand Filter Replacement between City of Sanford and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in frill force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this28th day of _ August , 2025 (CORPORATE SE * : - •(CoiporaleSecretary) Karen ayl r" Eli STATE OF FLORIDA • BURG. `c COUNTY OF LAKE The foregoing instilment was acknowledged before me this 28th day of August 2025_, by Karen L, Rayl , Corporate Secretary of Carr & Collier Inc., a Florida corporation, on behalf of the corporation. She is personally known to me and did/did not take an oath. (Notary Public) Dianne Dods ` ;•g• " "4 •: DIANNE WOODS My Commission Expires: May 21, 2028 MY COMMISSION # HH 483915 EXPIRES: May 21.2028 • %`OC fLQ� 3/17/25, 2:59 PM Detail by Entity Name DIvISIOd OF CORPORATIONS •�,IJ,�• rg = Departmeni of Stale / Division of Corporations I Search Records / rch by ntI Name I Detail by Entity Name Florida Profit Corporation CARR & COLLIER INC Fi11ng Information Document Number P05000163416 FEI/EIN Number 20-3943756 Date Filed 12/15/2005 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 12/09/2016 Event Effective Date NONE Prinrzjpal Address 2864 West Main St. Leesburg, FL 34748 Changed: 05/22/2023 Mailing Address 2864 West Main St. Leesburg, FL 34748 Changed: 05/22/2023 Registered Agent Name & Address RAYL, JOSEPH E 13541 SE 115th Ave Ocklawaha, FL 32179 Address Changed: 03/17/2022 Officer/Director Detail Name & Address Title T, S RAYL, KAREN L 13541 SE 115th Ave Ocklawaha, FL 32179 https://search.sunbiz.org/Inquiry/OorporabonSearch/SearchResultDetail?inquirytype=EnftyName&directionType=lnitial&searchNameOrder=CARRCO... 1 /3 3117/25, 2:59 PM Title P RAYL, JOSEPH E 13541 SE 115th Ave Ocklawaha, FL 32179 Title V HOLIMAN, REYNOLDS 24200 US HWY. 27 LEESBURG. FL 34748 Annual Reports Report Year Filed Date 2023 01 /11 /2023 2024 03/01 /2024 2025 03/11/2025 Document 1magg,4 03/11/2025 — ANNUAL REPORT 03/01/20 4 •-ANNUAL REPORT 05/22/2023 -- AMENDED ANNUAL REPORT 01/110023 -- ANNUAL REPORT 03/17/2022 --ANNUAL REPOR r 03/02/2021 .-ANNUAL REPORT 05/08/2020 •- ANNUAL REPORT 02/27/2019 -- ANNUAL REPORT 02/19/2018 •- ANNUAL REPORT 01/11/2017 --ANNUAL REPORT 12109/2016 -- Name Change 03/0912016 -ANNUAL REPORT 01/2012015 --ANNUAL REPORT 03/25/2014 •• ANNUAL REPORT 11/1512013 •-Amendment n9/20/ 013 •• Amendment and Name Chance 0312512.013 •• ANNUAI _ REPORT 04116i2012 — ANNUAL REPORT 04/07/2011 -ANNUAL REPORT 04/0112010 -- ANNUAL REPORT 04/21/2009 -!.ANNUAL REPORT 04109/2008 -• ANNUAL REPORT Detail by Entity Name View image in PDF format View image in PDF format View image in PDF format , View image in PDF format View image in PDF formal i J View image in PDF format View image in PDF format ` View image in PDF format y View image in PDF format View image in PDF format View image in PDF format j View image ,n PDF format 1 View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format I View image in POF formal View image in PDF formal View image in PDF format View image in PDF format View image in PDF format 03/28/2007 -- ANNUAL REPORT View image in PDF format ; 07/06/2006 -• ANNUAL REPORT View image in PDF format 12/15/2005 •- Domestic: Profit View image in PDF format https:ilsearch.sunbiz.org/Inquiry/CorporationS earcWSearch ResultDeta il? inqui"pe=EntityName&directionType= lnitial&searchNameOrder=CAR RC O... 2/3 State of Florida Department of State I certify from the records of this office that CARR & COLLIER INC is a corporation organized under the laws of the State of Florida, filed on December 15, 2005. The document number of this corporation is P05000163416. I fiirther certify that said corporation has paid all fees due this office through December 31, 2025, that its most recent annual report/uniform business report was filed on March 11, 2025, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eleventh day of March, 1025 Secretary. of State Tracking Number: 9602442709CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateotStatus/CertificateAuthentication Form W-9 Request for Taxpayer Give form to the (Rev. March 2024) Identification Number and Certification requester. Do not Department of the Treasury Go to wwwJrs. ov/FormW9 for instructions and the latest information. Send t0 the IRS. Internal Revenue Service 9 Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. 1 Name of entitylndividual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2,) Carr 8 Collier Inc. 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entitylndividual whose name Is entered on line 1. Check 4 Exemptions (codes apply only to 0)1 only one of the following seven boxes. certain entities, not individuals; Ca a c ❑ Individual sole proprietor ❑ C corporation 10 S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): 0 c ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Exempt payee code (f any) u o. 4 `u Note: Check the "LLC" box above and, In the entry space, enter the appropriate code (C, S, or P) for the tax Exemption from Foreign Account Tax `o classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Compliance Act (FATCA) reporting ❑ Other (see instructions) code (f any) fl b = (ApP to accounts maintained 3b If on line 3a you checked "Partnership" or "Trustlestate," or checked "LLC" and entered "P" as its tax classification. m C and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if ❑ outside the United States.} h you have any foreign partners, owners, or beneficiaries. See instructions _ 5 Address (number, street, and apt. or suite no.). See instructions. I Requester's name and address (optional) to 2864 W. Main Street 6 City, state, and ZIP code Leesbur , FL 34748 7 List account numbers) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a Social security number M resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other r _ ennaes, a is your empioyer menuncauon number tcnvl. rr you do not nave a number, see now ro ger a or TIN, later. r= identification Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. 2 0 - 3 19 14 13 17 15 16 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2.1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above it you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and divides, you are no(requirAd to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here I U.S. person j ,1Z 14 Date August 28, 2025 General Instructi6ns Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Forth 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) o�_ a v o i DLA n' O m m ` p m Z Z o rD 3 0 m.< Z n o �' n r r O Z �. Z m N m— �. z o r p cn cn co 3 = — m D f a ro N `D Z m C 4 56 D D oN m 0 0 C� ;0 Z v cn m a o �• Q' m C D O rn o o (D r,l vo K n 7° M. y Z �1 .I o � D .mom. Z t�l m, C7 'ri 3 N ro r N o -n-j� T Z O � M m m D o =1 N c 00 D -��, VZ1 fD " — 1rD u+ o N m m Z O 3 °` n c) ZZ o C Z O r -� N M D rt "� X m y7 I a m v C r) I o C 3 Z T I Q I � 0 r c c 3 m ` rD p C N Z o m D < Z —I �' N O C p � -� , F) O r- O O cn i o ro N = fl Z Z ILMQ a c N Z Z -0 50 � D 50 ? m > C �OZ > C�SDv ZrD o m w 6(A N m rD 3 n) K D r- < �o Z � r rn ,` M n v m n ..� O N o C C m V Z r O r O r+ a)w n O O 2 ('� m— i w o� r.. 7v m m 0 N N N N v D m tZlf t�/1 m 3 3 n D 11 0 Z f D rr 2. c � 0 r m T 70 �' r* m m i o M C) i Q v C c N o z 3 m m m Z T I Q 7U Special Conditions A.1.a - Current/Recent Projects CARR & COLLIER INC. Current/Recent Projects Project: Lift Station No. 55 Replacement Project Owner: City of Orlando, 400 S. Orange Ave., Orlando, FL 32801 Owner Contact: Michael Melzer, michael.melzer cDcityoforlando.net (407) 246-3187 Initial Contract: $7,898,300.00 Project Completion: September 2025 Design Engineer: Wright -Pierce, Inc., 601 S. Lake Destiny Rd., Ste. 290, Maitland, FL 32751 Description: Construction of new lift station, force main and gravity sewer piping; work includes, but is not limited to, new submersible pump type lift station, associated equipment, process and site piping, precast concrete building, wet well, odor control system, site work, concrete, miscellaneous metals, HVAC, painting, instrumentation, electrical controls and appurtenances; new sewer system including gravity sanitary sewers, manholes, bypass pumping; new water system including abandonment of existing water main, valves; Project: VCDD VCSA Water Treatment Plant No. 1 Improvements Owner: Village Center Community Development District, 984 Old Mill Run, The Villages, FL 32162 Owner Contact: Jeff Gower, ieff.aower5vikuswater.com (352) 753-4747 Initial Contract: $2,167,700.00 Completion: October 2024 Design Engineer: Tetra Tech, 201 E. Pine St., Ste. 1000, Orlando, FL 32801 (407) 839-3955 Description: Upgrade disinfection system, new equipment and on -site piping, addition of a VFD to Well No. 2 pump, modify existing transmission system, provide paved driveway to Well No. 1A building for delivery and building access. Furnished & installed 285 LF 36" ductile iron pipe. Project: Package No. 39 Pump Station Improvements Owner: Orange County, 400 E. South St., Orlando, FL 32801 Owner Contact: James Montalvo, iames.montalvo(a)ocfl.net (407) 506-2120 Initial Contract: $4,317,700.00 Projected Completion: July 2025 Design Engineer: Barnes, Ferland and Associates, Inc., 1230 E. Hillcrest St., Ste. 100, Orlando, FL 32803 (407) 896-8608 Description: Construction included rehabilitation of three (3) existing pump stations (2 duplex, 1 triplex) including demo and bypass pumping. Furnished and installed seven (7) new submersible pumps, new wet well, 6" force main, discharge piping, new SCADA system, new odor control system, fencing, concrete driveway and apron. Project: Lift Station 3 & Lift Station 2 Rehabilitation Owner: Utilities Commission, City of New Smyrna Beach, 200 Canal St., New Smyrna Beach, FL 32168 Owner Contact: Darren Phegley, dphealev(a.ucnsb.ora (386) 427-1361 Initial Contract: $2,837,700.00 Completion: June 2025 Design Engineer: Tetra Tech, 201 E. Pine St., Ste. 1000, Orlando, FL 32801 (407) 839-3955 Description: Construction included rehabilitation of two lift station. Furnish and install two (2) new standby generators, fuel tanks, piping and appurtenances. Structural repair/rehab of existing wet well and dry well; replaced existing pumps, stairs, 55 LF 10" force main. Also included electrical and control system upgrades, new VFDs, fencing, gates and driveway. Project: Consery 136" Reclaimed Water Main Extension Phase II Owner: City of Orlando, 400 S. Orange Ave., Orlando, FL 32801 Owner Contact: Michael Melzer, michael.melzer cityoforlando.net (407) 246-3187 Initial Contract: $8,177,300 Projected Completion: November 2025 Design Engineer: Woolpert, 301 E. Pine Street, Orlando, FL 32801 (407) 381-2192 Description: Construction of approximately 8,250 LF 36" ductile iron pipe reclaimed water main installed via open cut, multiple jack & bores; construction of a concrete bridge for an aerial pipeline crossing. Project: CC-6467-25 Pump Station Improvements (4 Locations) Owner: Seminole County, 100 E. First Street, Sanford, FL 32771 Owner Contact: Initial Contract: $2,387,100 Projected Completion: May 2026 Design Engineer: CPH, LLC, 500 W. Fulton St., Sanford, FL 32771 Description: Project consists of upgrades and repair work at 8 existing pump stations located throughout the County. Work includes replacing pumps, pump base, base plate, guide rails, discharge pipe, replace wet well top slab, vent and hatch, remove/demo valve vault. Install new electrical panels/controls, concrete, landscaping. Project: Y23-787 Orange County Supervisory Control and Data Acquisition Panel Replacement Project 5 Owner: Orange County, 9150 Curry Ford Road, Orlando, FL 32825 Owner Contact: Brandon Bryant, brandon.brvant@ocfl.net (407) 254-9721 Initial Contract: $5,607,700.00 Projected Completion: Design Engineer: Black & Veatch Corporation, 201 S. Orange Ave., Suite 500, Orlando, FL 32801 Description: Project consists of upgrade replacement of existing pump control panel and backup control panel with new panels at sixteen (16) locations; provide and install new backup control panels at sixteen (16) pump station locations; provide and install new pump control panels at eleven (11) pump station locations; reuse existing pump control panel enclosure at five (5) pump station locations; provide new wire/conduit for all equipment; provide a fiber optic termination cabinet at four (4) stations; provide and install fourteen (14) generator fuel level transmitters. Special Conditions A.1.b. - Continuing Contracts 1. Greater Orlando Aviation Authority - Horizontal Contractor 2023-2028 and 2018-2021 (expired) 2. City of Orlando - Rapid Response Contractor 2024-2027 and 2020-2023 (expired) 3. City of Maitland - Continuing Contractor 2020-2025 4. City of Winter Park - Continuing Contractor 2025-2027 5. Seminole County - Continuing Contractor 2021-2026 Special Conditions A.2.a. - Completed Projects CARR & COLLIER INC. Completed Projects Project: VCDD VCSA Water Treatment Plant No. 1 Improvements Owner: Village Center Community Development District, 984 Old Mill Run, The Villages, FL 32162 Owner Contact: Jeff Gower, ieff.aower(o�vikuswater.com (352) 753-4747 Initial Contract: $2,167,700.00 Completion: October 2024 Design Engineer: Tetra Tech, 201 E. Pine St., Ste. 1000, Orlando, FL 32801 (407) 839-3955 Description: Upgrade disinfection system, new equipment and on -site piping, addition of a VFD to Well No. 2 pump, modify existing transmission system, provide paved driveway to Well No. 1A building for delivery and building access. Furnished & installed 285 LF 36" ductile iron pipe. Project: Lift Station Electrical Upgrades (12-0IA Areas) Owner: City of Orlando, Public Works Dept, 400 S. Orange Ave, #8, Orlando, FL 32801 Owner Contact: Mike Melzer, P.E. michael.melzer0kitvoforlando.net (407) 246-3187 Initial Contract: $4,087,000 Completion: March 2021 Design Engineer: Reiss Engineering, Inc. 1016 Spring Villas Pt, Winter Springs, FL 32708 Description: Rehab twelve (12) lift stations, #101, #204, #205, #206, #211, #219, #220, #221, #225, #226, #227, and #229 including new pumps, electronic controls, back-up generators and site work, in accordance with plans and specifications. Project: Regional WWTF Sprayfield & Rapid Infiltration Basins (RIB's) Owner: City of Auburndale, 915 Charles Ave, Auburndale, FL 33823 Owner Contact: (utilities) Brad Thomas, bthomas(c)auburnalefl.com (863) 956-5511 (public works) Andy Stewart, astewart(a?auburndalefl.com (863) 956-5511 Initial Contract: $3,247,125 Completion: December 2020 Design Engineer: Chastain -Skillman, 205 East Orange St, Suite 110, Lakeland, FL 33801 Description: Construction of reclaimed water spray fields (5 zones) and reclaimed water rapid infiltration basins (6 RIBs) together with approximately 1,500 lineal feet of 16-inch, 6,200 lineal feet of 12-inch, 4,000 lineal feet of 8-inch, 5,800 lineal feet of 6-inch PVC, and associated distribution system piping 4-inch and smaller, sprinkler heads, valves, fittings, connections, concrete pads and structures, fencing, gates, and crushed concrete access road. Project: Lift Stations No. 10 and 11 Upgrades Owner: City of Orlando, Public Works Dept, 400 S. Orange Ave, #8, Orlando, FL 32801 Owner Contact: Mike Melzer, P.E. michael.meizer(cDcitvoforlando.net (407) 246-3187 Initial Contract: $1,873,000 Completion: November 2020 Design Engineer: Atkins Global, 482 S. Keller Road, Orlando, FL 32810-6101 Description: This project involved demo and reconstruction of two (2) duplex stations with 4" pumps, including dry and wet wells underneath. Installed 8" diameter fiberglass liner in each wet well, installed 5' diameter manholes inside the existing dry wells and wet wells. Installed approx. 500 LF of cured -in -place plastic lining for gravity sewer lines. Installed approx. 120' of 18" gravity sewer. Installed mechanical piping, set generator, precast generator building, concrete pad and fence. Installed electrical rack, antenna mast and antenna. Installed 500 gallon convault fuel tank. Project: Lift Station 218 Relocation Owner: City of Orlando, 400 S. Orange Ave., Orlando, FL 32801 Owner Contact: Mike Melzer, P.E. michael.meizern.cityoforlando.net (407) 246-3187 Initial Contract: $3,770,000 Completion: August 2023 Design Engineer: Reiss Engineering, Inc. 1016 Spring Villas Pt., Winter Springs, FL 32708 Description: Install 114 LF 24" gravity sewer main via jack & bore, 330 LF 24" gravity sewer via open cut, 350 LF 12" DIP force main, two (2) new manholes, one (1) master manhole, 550 SY concrete driveway, 800 LF curb and gutter, 270 LF new fence and gate, new triplex pump station with 45 HP Flygt submersible pumps, new control panel and RTU, upgrade electrical system. Re -design sewer line with new location, greater depth and reduction of pipe size. Installation of precast wet well by caisson method at a depth of 41.5' and an output of 2.2 MGD. Project: Lift Station No. 11 Reconstruction Owner: Utilities Commission City of New Smyrna Beach, 200 Canal St., New Smyrna Beach, FL 32168 Owner Contact: Darren Phegley, dr)hegley aC�.ucnsb.org (386) 427-1361 Final Contract: $911,137 Completion: April 2019 Design Engineer: Utilities Commission, City of New Smyrna Beach, 200 Canal St., NSB, FL 32168 Description: Reconstruct Lift Station 11, including but not limited to, new wet well and bypass vault, piping, valves, pumps, plumbing and electric. Adjacent gravity sanitary sewer, to include but not limited to, two new manholes. Due to the lift station's proximity to the river and restricted area, seawall stabilization, bypass pumping, water main replacement, grading/ landscaping, and pavement restoration are also included in this scope of work. Lift Station 11 is located at the NE corner of S. Riverside Drive and 5th Street in New Smyrna Beach, FL. Installation of precast wet well by caisson method at a depth of 27.25' and an output of 2.1 MGD. Required critical bypass pumping. Project: WRF Process Improvements Owner: City of Cape Canaveral, 601 Thurm Blvd., Cape Canaveral, FL 32920 Owner Contact: Jeff Ratliff, i.ratliff(o-).citvofcapecanave ra1,org (321) 868-1223 Initial Contract: $1,249,700 Completion: May 2021 Design Engineer: Tetra Tech, 201 E. Pine Street, Suite 1000, Orlando, FL 32801 Description: Install new carbon feed improvements including new Ditt-Deck Extruded Aluminum Walkway Cover engineered canopy system, new Poly Processing bulk storage tank-6,500 gallons of Micro C 2000 media, one (1) triplex Micro C chemical feed pump and skid, new nutrient probe improvements, new RAS flow meter improvement including replacement of 8" RAS flow meter; new IR pump flow meter improvements including new 16" flow meter, upgrade electrical and control systems. Project: Reuse Reservoir Expansion and Pump Station Replacement Owner: Utilities Commission, City of New Smyrna Beach, 200 Canal Street, New Smyrna Beach, FL 32168 Owner Contact: Darren Phegley, dghealeya-ucnsb.org (386) 427-1361 Initial Contract: $1,807,300.00 Completion: October 2022 Design Engineer: Mead & Hunt, Inc. 4401 Eastport Parkway, Port Orange, FL 32127 Description: Expansion of reclaimed water reservoir, replacement of reuse pump station and intake structure including demolition of existing pump station, construction of new wet well, intake and pump station, yard piping, concrete driveway, fencing, electrical/instrumentation. Project: Vactor Truck Receiving Station Owner: City of Sanford, 300 N. Park Ave., Ste. 236, Sanford, FL 32771 Owner Contact: Richard Casella, richard.casella(cDsanfordfl.gov (407) 688-5095 Initial Contract: $565,337.00 Completion: June 2023 Design Engineer: CPH Corp., 500 W. Fulton St., Sanford, FL 32771 Description: Construction of a concrete vactor truck dumping bed and concrete driving lanes, water and sewer utilities, and stormwater infrastructure. Work included, but is not limited to, bypass pumping; excavation; fencing; 702 SY 8" concrete drive aisles; 128 LF 18" RCP; one (1) Type F Ditch Bottom Inlet; one (1) 18" MES; one (1) stormwater outfall structure/skimmer; 74 LF 6" PVC water main; 297 LF 2" PVC water main; 83 LF 8" PVC sanitary sewer; one (1) sewer manhole; 4,000 SY sod. Project: Lift Station No. 1 Replacement Owner City of Cocoa, 65 Stone Street, Cocoa, FL 32922 Owner Contact: Katherine (Katie) Ennis, kennisacocoafl.ora (321) 433-8722 Initial Contract: $653,307.00 Completion: July 2023 Design Engineer: Carollo Engineers, 200 E. Robinson Street, Suite 1400, Orlando, FL 32801 Besh-Halff, Inc., 902 N. Sinclair Avenue, Tavares, FL 32778 Description: Construction of new lift station including wet well, valve vault, pumps, piping, electrical control panels, RTU, generator and ancillary equipment, demolition of existing lift station to 3' below grade and site restoration. Project: Pump Station Improvements Package 24 Owner: Orange County, 400 E. South St., Orlando, FL 32801 Owner Contact: James Montalvo, iames.montalvo(abocfl.net (407) 506-2120 Initial Contract: $3,520,000.00 Completion: April 2025 Design Engineer: Woolpert, 11486 Corporate Blvd., Ste. 190, Orlando, FL 32817 Description: Work included demolition of existing pump stations and construction of new wet wells. Furnished and installed vaults, yard piping, emergency bypass piping, manholes, force main 4", 6" and 8", new SCADA system, fencing, concrete curb and slabs and sod. Project: Lift Stations No. 8 & No. 42 Rehabilitation Owner: City of Maitland, 1776 Independence Ln., Maitland, FL 32751 Owner Contact: David Gonzalez, daonzalez(a�itsmvmaitland.com (407) 875-1143 Initial Contract: $1,717,700.00 Completion: April 2025 Design Engineer: Burgess & Niple, 1800 Pembrook Dr., Ste. 265, Orlando, FL 32810 Description: Lift Station No. 8 - Furnished and installed new duplex submersible wet well including site work, demolition of existing dry well, conversion of existing wet well into an influent manhole, new above -grade valves and piping, bypass pump and associated electrical work. Lift Station No 42 — Furnished and installed new triplex submersible pumps, new bypass pump, including site work, demolition and associated electrical work. Special Conditions A.2.b. - List of Equipment O O i^ Qrn� O O pA� O rnW O mm OO m Oo C)V CT0CTCr Orn OCT OA ON Oj OO O(D A OCD C) AA O O O A O W O Ww O O O NNEV O A O O-+ O CrnT N OC) WO 1.m Trn N N NW Nw NW NW NN NN N NN NN N NN N N N N N N N O N N O C) OOOO O OOO OOC)OO OOO O 00O OO OOO O 20 N NN WN N A N N W NN W NN N N N N N N N NNj N j co cD N O NO O tD O rn T Nrn T 0 A A A A A G7 x A A 0 A A O 0 n 0 O A A A 0 0 O S W W W W W W CD W 7 W W O S 7 7 O W W W F. 3 W 7' CD 7 0 7 O ? D W O O 'D 3 3 3 3 3 0 3 3 3 3 3 a ID `C 0 V ID 3 3 3 0 0 a 3 I `< 0 t, w W N N 1 W W N W CD CD ...{ N p N O X P CT O O O 2 O O W O A N C p C cn 3 rn rn rn O O O F O O 00 O 3 NO O Q 0 =r O O O O i �• 0 7 O O O G O P 10 ci A X N N X m co O ?7 T_ CD T A C y n T 1' I c� Oa r O d W V' 01 1 3 `Q (� CDc o 3 v m LA Q w G f O N dx 2 W 3 Q p x mluCD 2 e y v �• w W W W W W w co W N W W W W W w w W W p w w 0 0 0 rn 0 rn n rn 0 rn 0 rn C) 1 0 V 0 rn 0 rn O n M n() M 0 0 C� 0 0 0 0 0 0 0 m n M 0 rn O X %% -1 T m 0 rn O Z Z 7c tD G� � 0 rn G) m rn T A W C C C C C WC A W C A A A C C C C (n A Z C (n p rn C W N ZW .Z7 W W A N so m Ci Ci W CD CAT Ln CAT CAn G m A N 2 y fn V) CAT CAT CA T .i} w CAT at N m j Z 0 r T r n L o m L7 n 0� m V M { r of m V m V mn�� V w L w L r W X w rn O T \' M v (A V T v X Z Z 00 u' `° X 2 Z W rn rn X O CD co m rn tO Z 0 � IJ (T rn (T CT CT W W CT rn V_ N W O N N N� N — W W N D A N W 001 N N d V Cr N O (0 W A rn A O V CND W W rn tp O N rn CT V N O fb 01 67 W 0 C7� W i! 8 A w gc�V m O w0 (T N ON O W a CDT W O O v tD O N CNT rn CNp N CWT A rn OPI (VD A COT w (D -+ r r r r r r r r r r r r r r r r r r r r r (n r p r rn A T T r T r 1 1 C 0 (P T V CT co w O w O J+. rn CD W W w W N CT OD G 0) < CD W CCU D] w T W CD m W O V O CO V CT A O N p CD CD P W W j O co Q A A C� .V.. O W rn N N w W (CTT V O O P> CT V 0) N W V (D R W N +' V rn N m CT rn to O N C� A to N N rn O 0 W A O 0 W tD W m O V tD O E S x 2 r. C, t5 S S 2 Q g x m m N V CO W O A w Cr rn N N (D rn A 00 w (D N Z Z N x W COT r rn SO p 0 0 0 0 0 0 0 o O w m oo m m m m��� -• f) _�� D 1 D D C�7 2 2 (� C) Cm x Z 1 p P A C D O A O{{ m 0 0x '� o f- F CO m- ma c{ N CO 0 in 3 rn g A ao o A{ O g x 0 1 _< { O O m 0 D r x{ A A{ CD w{ { ^ 0. o F m `� m 3 70 S a L. °m O m `2 o`i N a O O^Y `� W D 0 O Om COD O I- MO p O ID CD W m W 0 W C) N M -�.�j (D - ' A N N 3 N fD 9 2 m �'n Era m m m m ra Q ? :3CD V pi .rr M3 2 `c tD CJp 1 N a W = 0 2 O n F CJJJ�ccc V1 N N N N N N N N O O O O O O O O O O O O Ij N N N j N_ N_ N_ j N_ N N N O Opp oo po O pp m O V V V V V V V V V V 0 M ^ W N O t0 OD V O U1 W N O (O W 01 rr A n O (D OD V O Cn A W N � O t0 V �^ . r N N N N N N Jr; N N N O N N N N N p1 N N N N N N N N N N N N N N N tJ A d P 0_ 3 p N o �_ O O pO O O O N N N N N N N N N N N N N N N �j p ! O] A N (n M (A 0 A M 0 - a A A A A W A A x N = S m T, 7C x O A x n n to o G) -n -n o G) T G) G) G) G) 0 K G) n m of m g f��. 0 c c o m 3 3 �D1 -WDI O < n a a< n fD t� n n n< n< 7 ?J g w tNJi (1� tr (N� CWJf U1 X N x x N (V 7C G 7C C C A m (p fT O O O O O Q7 (T ' o o O O N U a (n 0 w o chi v C ci O 00 O O O== f<9 G) O C to p 0 0 o N W () p n y 0 v v n w ti Z NJ D w x m m X of m� S g m o v x = d d 0 0 q! N O _ _ _ _ _ _ _ _ _ _ _ 0 0 C) N W nNi apo O A N N G) G) M r G) G) Z G) G) G) G) G) G) G) (T W tp N N W N (D 1 O C) N O n 1 n 1 1 1 1 1 0 N 1 (! D D O �+ V M (n O V N O N N A A m A A 0 A A A A p O A A m moQJ 4^m W p N N O j Z A N < Z < W < 2 O` O ` = O A W -< O A N W OxD Of O iC t{Tr A O N p o S `�' cn N y A 0 N X X X A X M w O O W n T -n T (r' - O 'n TI T1 'n T 71 m W O p C� D D _ N N d O pOp U W # O N N W W N W N O pip ((D fD v # [011 S N A (w0 ww O V N v (11 m V m W W N N to Cn O A W O t0 W Cn O A fT N N V m m m m m m m m m m m m m m m m m -+ 1 M m 1 -1 -+ 1 1 -+ 1 -+ X X X X X X X X X X X X X ), X X X r r D M A r r r r r r O O O N W N_ O O O W N W N O 1 O 0 � O 1 44 CT A (ll (11 (!( N W W (T (O V W Q 07 (� W 4 N Q A m m O N W Z N O t0 N OD O (O -� V Of (p7 m N N j O A W O V 03 - O N m CO A A N A SOD N N G O O V V Q� tNll O CON N O O n — C (T o V to Q1 N (o N Ci G) gf G) G) G) G) C) = C) n t = 0 T W X = w C C C C ; 1 1 c) Q 0 v a V 7,J N W J� p 'p N Oo OD OD N A N Z O W GI V O N N to A M m-1 < L < C L N a L N (Nil to p = < _ (O 2 N p d G) m < rn 7C A C N ;Sl x m m C Q # - - - - - - - - - - - - < < * c m m 0 -nc °o oKi omi c0 cNi w m 5 n S f a f9 O N' C GI O L N Vol L C 01 d C)p N a`= v vp a 2. D. 0 fD m 3 0 o n o� A A A W w w w w w w W W W W w w w w w W W W W w W N N fJ i O O O N N N N N N N — — --+ — — O pp pp O pp N N N N N N O1 N N N N N IJ N N N N N N N N N N N N N N N N O1 NNO NO OI O OO OOO Oj Oj Oj Oj O O O O O O O O O O '� O J O V O A A W A A A tj p V (D (D V w m CT V N N N 7C 0 A 7C S ?C x x 7C 7C T. < A x 0 x V O D n c c c c c c c c 0 o c O c c c 0 c c D 0 o Ci (7 y Q 3 o 9 9 9 9 9 9 9 9 3 3 g 3 9 9 9 9 9 -4 3 (' c w 0 n w 0 o E N d aO7 47 d N N Gl N RI GI O d a(o y �_ A N N N I r O C O m CD 0v wr(D n O N 0 0 N n V (n p (n In cc� p pC(Do i < < < < < < < < < < < < m < < pC Cl) o'N amd N c 0 (D r (D r -4 r- (D (D r r w r (G r (D 7 o oC -i n (n p - ti (n v V v v CP cn tT r y N �( v C-)c c C C) X 07 = W N 0 N N N N N N VO C N G N N N N N 00 a 3 (n (n (n r m C Z Z Z q O A p 7 A T T 2 T T S 2 aD O T 0 2 2 2 S S O O 7 W M N a "' 0 n C) T n T T C) O a r m a Q (� n n n (i m a 1 m 0 C M N (D p { co N N A (.� O V V p V O O (AO� D •+ N A A (D (D (Oa O A -A+ Ci n n N V Z CD .-. 0 NO n N C V V j W pp N j A 0 V V (O D O (�A,��77 N �. Z V �' n V 0D A V A (O w (D M 07 O 0) CT aj A DO N O (O(77�� o n 0) O A 0) 0) O n CO O O o 0 O o Cl) A 4 fp m rn :7 0 o m m w w W m Ol N m O CD O # 0) 0) 0) # A O Ln # D) O O) O N O N N O COT CT -( p W r r r r r r r r r r r r r r- r r r m m m -1 p S n n n n n* n n n n n X X X 1 j -1 1 7C A o 0 b o B L v m W T V Ia W N p Q� Gf v LL V t00 � AL p 10 N O N IC V w n m a S x x n CD W = x 7C 7C '� 0 7C X C x 7C :k 7C 7C n w c c c c c c W c c< m m � n c m (a 0 m 2 � x x x c 0 0 0 O1 O� O) O1 Of O� O) O1 OI 0 0 0 O m O m O m m A A A A A_ A_ A 1 A_ A A A A j N -+ 0 0 0 O oo O O O -+ O O po O O c0 to V T CT A N T ?I V W A W N tD O V O) N A N O tD ch O) (J1 N N N N N N N N N N N N N N N N O1 N N N N N N N N m N N l O O O O O O O f0 O O O O O O O O O t0 "� O O O O O O O O O O t0 O O v N to 0 0 o ro i ao N N 12 0 0 2 3 3 °o 0 0 W m W DD m V w Ui w N OD V O A A V O A W W t0 G� V O N N H� (D � am) Cm CS O gC of c o Cx co O O D ���L n y 7n vani0 3 LiCncm c m!.0 c do a3 W m m� p o a o C..O a O m CD o m� N=� chit a' j" 3 W A. CD 3 n T °O 3 O m o Ow N o ° v D °' °= 3 0.. � s �' o @ $ N o � i tD N n CL n = r. w w i o m A s A N N Z InF- 1 AOO Z Z A 2 << 0 N S 0 0 7 � S NCrnmZ 0O> wW jCA w m Tn mm Z 7 <<w QC �A -4 ViVN� uLi oW WN X N V X X TN < N O NO) OZ N N N ~ CO '0 jV QN O� 7TC -4 O W m co XZNm fGNy No A ppNWNO mT j p m O= A y , O W W. c,,1 V A CD t0 c0 A m W N ONE coo V N L" N+ N OOp A M W W ik N N V A p tOD W mit co v m Z m -! -4 -i D r r V r N r N r r r r O r V r r W r r O r r N r r W r r � r N p r w 4 W W w tb j A --1 V 0 N"_ j 0 O OI W N W OD T NO N W 6 N N V O pOp O r N A GD N c0 pOp A t0 W tD OD O m QD 0 O N O tp 0 2 c 2 to 2 m< o� (� r O c p 2 to (� to 2 d 2 m 0 c 2 m 2 m T c 2 to a w LO D m ap C a O 3 c c c c 0 3 c c c c 3 c c m c s C O p v m H o a 10 o v c y m a — 3 — 2 0 Im fJ m m Z M w n 2 2 2 C A W OD X Z7 X O < t0 VI `^' co A N T Of m c< w �' v N w N -i 7C X (p A-4 T to OD A O x b i! O v m 0 ( § § ( ( ( 2 0 k 2 C J 0 g 4 i £ \ \ \ } 0 £ k f 0 & E _ k [ / 3 W. F CO(k / ( G b 0 § 2 k Ch m I § E 0 § K » - / k $ m 2 a e w a a a \ k (§ § 2 2CL CD J E 0 j § § § \ I T w N w - 0 ! 0 Special Conditions A.2.c. - List of Personnel Craig Schneiderman - Project Manager Joel Saslo - General Superintendent CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) A. Solicitation Title NWRF Sand Filter Replacement Number IFB 24/25-32 Opening Date 8/28/2025 Time2:00PM Solicitation Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.com Location of Opening: City Hall Utilities Training Room On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. ❑� IFB- Announced the name of each bidder and the amount of their bid. ❑ RFP- Announced the name of each respondent. ❑ RFQ- Announced the name of each respondent. ❑If any submission was not opened and/or announced: check this item and indicate on tabulation below speck information as to why the submission was not opened or announced. ElAll submissions were 2. Name of City Certification (q) Bye read. The tabulation below reflects the intorrroGion read. � ed the bids: MarisolOrdonez 8/28/2025 Marisol Ordonez, Purchasin Wnager Signature) date printed name and title y` � '��� ; P/28/2025 Maria A. Green, Purchasing Coordinator O Certification 2 B . ,LL iZc- .� ignaturt' I date printed name and title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note -City of Sanford Procurement Procedure 6-500 mandates that as applicable to an IFB: the name of each bidder and the specific amount of the bid will be shared at the opening, for an RFP or RFQ the name of each person or firm will be shared at the opening. (Florida Statures may be found at: http://www.leg.state fLuslstatutesl) Bidder/Proposer Bid Base I Alternate Bid Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page one of _ pages.' Page 1 of 1 City Of Sanford Doc CITY OF &kNF0RD FINANCE DEPARTMENT i SECTION 00520 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, Sanford. 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., Hereinafter referred 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. Section 00410 Contractor's Bid. 2. Section 00420 Bid Bond Form 3. Section 00432 Non -Collusion Affidavit 4. Section 00434 Conflict of Interest Affidavit 5. Section 00435 Recycled Content Report 6. Section 00436 Florida Public Entities Crime Affidavit 7. Section 00438 Compliance With the Public Records Law Affidavit 8. Section 00440 Bidder Qualification Affidavit 9. Section 00442 Receipt of Exempt Public Records and Agreement Safeguard (Executed Form) 10. Section 00450 Cert. Non -Segregated Facilities 11. Section 00452 Disputes Disclosure 12. Section 00454 Drug Free Workplace Affidavit 13. Section 00456 Unauthorized (Illegal) Alien Worker Affidavit 14. Section 00458 E-Verify Compliance Affidavit 15. Section 00460 ADA Affidavit 16. Section 00462 Financial Information (Executed Form) (If Required City). 17. Section 00463 Florida Trench Safety Act Statement (If Required by City 18. Section 00505 Notice of Intent to Award 19. Section 00510 Notice of Award 20. Section 00520 Executed, Agreement Form. to by AGREEMENT 520 iFB 24125-32 NWRF Sand Filter Replacement 00520-1 U4CITY OF -- 11 SaIVFORD FINANCE DEPARTMENT 21. 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. 22. Section 00470 Criminal Background Check Requirements- (Note: For projects where this form is not required, it will be excluded from the forms contained in the Project Manual and will not be a form required to be executed by the Bidder/Contractor. 23. Section 00530 Notice to Proceed 24. Section 00605 Performance Bond 25. Section 00610 Payment Bond 26, Section 00615 Material and Workmanship Bond 27. Section 00617 Consent of Surety to Final Payment (Executed Form) 28. Section 00618 Insurance Certificate(s) 29. Section 00625 Contractor's Application for Payment (Executed Forms). 30. Section 00626 Certificate of Substantial Completion 31. Section 00627 Certificate of Final Completion 32. Section 00640 Contractor's Partial Release of Lien (Executed Forms) 33. Section 00641 Subcontractor's Final Release of Lien (Executed Forms) 34. Section 00644 Subcontractor's Partial Release of Lien (Executed Forms) 35. Section 00645 Contractor's Release of Lien (Executed Forms) 36. Section 00646 Subcontract Supplier Release of Lien Upon Final Payment 37. Section 00950 Change Order (Executed). 38. Addendum Receipt Acknowledgement Certification 39. Reference Form 40. Organization Information 41. Proposed Scheduled of Subcontractors Participation 42. Price Proposal Form 43. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.43, 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 IFB 24/26-32 North Water Reclamation Facilitv Sand Filter Replacement 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 330 calendar days. AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-2 CITY OF NMSANFORD I FlNAKE DEPARTMENT The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial completion. D. Liquidated Damages 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 1000.00 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 (1/) 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 $3.661.287.00. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as part of the 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 AGREEMENT 520 IFB 24/25.32 NWRF Sand Filter Replacement 00520-3 G)Y OF S,�NFQRD FINANCE DEPARTMENT 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 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. Engineering Firm- Tetra Tech Inc., The Project has been designed by Powell Studio Architecture referred to in the documents as the Architecture. J. 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 1970, from time to time amended and in force on the date hereof. AGREEMENT 520 IFB 24/25.32 NWRF Sand Filter Replacement 00520-4 CITY OF 1 SANFORD FINANCE DEPARTMENT 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 (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. 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. 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. AGREEMENT 520 IFB 24/25.32 NWRF Sand Filter Replacement 00520-5 %aCITY OF .-SANFORD FINANCE DEPARTMENT Also, the list shall include employee working days, times and 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. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors and employees of private contractors. The CONTRACTOR shall cause each person found by the City Commission to be functioning in a position critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility to undergo the following inquiries and procedures conducted by the City of Sanford: 1) Fingerprinting in accordance with the CITY's pre -employment procedures; 2) Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation; and 3) Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. e. 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. 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 Commission 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. 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 AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-6 CI1'Y OF SANFORD 0FINANCE DEPARTMENT CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 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: 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; AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-7 Y OF 1 SANFORD FINANCE DEPARTMENT b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with 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: Richard Casella, Plant Manager 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 may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-8 CITY 01 1 SANFORD 0jFINANCE DEPARTMENT 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. 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. AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-9 G)Y OF S,�NFQRD FINANCE DEPARTMENT 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 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. AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-10 CITY OF SANFORD FINANCE DEPARTMENT 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'l 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. 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 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 AGREEMENT 520 IFB 24/25.32 NWRF Sand Filter Replacement 00520-11 CITY OF ( SXKFOIM FINANCE DEPARTMENT 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. 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 AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-12 CITG�10F SANFORD FINANCE DEPARTMENT 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. 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 AGREEMENT 520 IFB 24/25.32 NWRF Sand Filter Replacement 00520-13 0 CITY OF SANFOI D FINANCE DEPARTMENT 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. 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 AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-14 CITY OF SANFORD FINANCE DEPARTMENT 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 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. AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-15 CITY OF SANFORD FINANCE DEPARTMENT 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, 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 AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-16 (J)Y OF �S�NFQRD FINANCE DEPARTMENT 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 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. AGREEMENT 520 IFB 24/25-32 NWRF Sand Filter Replacement 00520-17 0 CITY 01 SANFORD FINANCE DEPARTMENT 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. 95. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Request. In order to comply with Section 119.0701, Florida Statutes, public records law, the Contractor must: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform service. 2. Provide the public with access to public records in 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 we exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by laws. 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 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 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 provision in accordance with this Agreement. 6. Failure by the CONTRACTOR to grant such public access and comply with public records request 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 not 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) 688-50121 AGREEMENT 520 lFB 24/25.32 NWRF Sand Filter Replacement 00520-18 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 ciTr OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 ' FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Section 00425 Affidavit: Security and Public Safety Requirements, Code of Sanford, Florida: 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. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. 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. 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 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 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. City of Sanford I Finance Department I Purchasing Division Solicitation Number: OSiki4FORD 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 F I N A M-.'f;;r INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE I August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT January 14, 2026 Affiant Revnolds Holiman, Vice President Carr & Collier Inc. Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Lake Date I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman W who is personally known to me or ( ) who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Reynolds Holiman, Vice President by means of 0j physical presence or ( ) online notarization on the 14th day of January, 2026 , x-02:5, the said person did take an oath and was first duly swom by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in, the County and State last aforesaid this 14tWay of January. 2026 , a209a Dianne Woods (Notary Public in and for (herounty and State Aforementioned) SEAL My commission expires: May 21, 2028 ��v► ;�• ...'"!�,., pIgNNEWOODS +: •: MY COMMISSION # HH 483915 '' `•` ExPIRES: May 21, 2028 ••�f1s {1�:. City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 sAN'°"FORD Phone: 407.688.5028 or 5030 I Fax: 407.688,5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00432 NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: States that the entity named below and the individual signing this document has submitted the attached bid or proposal: He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 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. ti Jan Signature �f Mtho6ki d—Representative (Affiant) Revnolds Holiman. Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) 14.2026 Date City of Sanford I Finance Department I Purchasing Division Solicitation Number: °` 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 . SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 i INVITATION FOR BID (IFB) I Due Date: ONE-TINIE PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT STATE OF FLORIDA COUNTY OF Lake I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman N who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Reynolds Holiman, Vice President by means of W physical presence or (} online notarization on the 14th day of January, 2026 . 2M, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 14thday of lanijary 2n26 200& n _ - _ -- - Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: _ Mav 21, 2028 ;g►"""'`tg. DMNEWOODS END OF SECTION +: +: MY COMMISSION # HH 483915 EXPIRES: May 21. 2028 '.FOF RO,• City of Sanford I Finance Department I Purchasing Division I Solicitation Number: "' °f 300 N. Park Avenue 2,d Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 - SANFURD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 "`��``` `�`�°R° INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00434 CONFLICT OF INTEREST STATEMENT A. I am the Vice President of Carr & Collier Inc. with a local office in [Insert Title] [Insert Company Name] N/A and principal office in Leesbura. FL B. The entity hereby submits an offer to IFB 24/25-32 North Water Reclamation Facility Sand Filter Replacement. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00434, Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIA1 SIGNATURE Reynolds Holiman Typed Name of AFFIANT Vice President Title STATE OF FLORIDA COUNTY OF Lake I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman {)§ who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Revnolds Holiman. Vice President by means of N physical presence or { } online notarization on the 14th day of January. 2026 , Y3025t, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. City of Sanford I Finance Department I Purchasing Division 8_6jic#a#on dumber: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 jrB 24/25-32 ` O1FORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 SAN_ INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE Aukust 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT WITNESS my hand and official seal in the County and tate last aforesaid this 14thday of Januarv, 2026 zwo��: = _ (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: Mav 21, 2028 PLEASE COMPLETE AND SUBMIT WITH YOUR 1FB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal'w DMNE WOODS * W COMMISSION # HH 483915 EXPIRES: May 21, 2028 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 CITY of SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Section 00436 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number IFB 24/25-32 North Water Reclamation Facility Sand Filter Replacement. B. This sworn statement is submitted by Carr & Collier Inc. whose business address is [Name of entity submitting sworn statement] 2864 W. Main Street, Leesburg, FL 34748 and (if applicable) it's Federal Employer Identification Number (FEIN) is 20-3943756 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: N/A C. My name is Reynolds Holiman and my relationship to the above is Vice President [Please print name of individual signing) D. I understand that a "public entity crime" as defined in section 287.133(l)(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 in Florida 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 and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of 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 contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one 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. G. I 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. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. City of Sanford I Finance Department I Purchasing Division ,Solicitation Number: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 °- SANFORD Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT _ 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 the 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, AND [Please indicate which additional statement applies]. _ There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] _ The person or affiliate has not been placed oil any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. Al+tiANY SIGNATME Reynolds Holiman Typed Name of AFFIANT Vice President Title STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman N who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Revnolds Holiman. Vice President by means of QC} physical presence or { } online notarization on the 14th day of January. 2026 , the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 14thday of January. 2026 n (Notary Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal'w D"E WOODS MY COMMISSION ft HH 483915 City of Sanford I Finance Department I Purchasing Division i 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 c CITYOFOFFF FORD ' vl'11V .L Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) 1 ONE-TIME PURCHASE 2 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. Il. 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 including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 =- 'SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TINIE PURCHASE Aituist 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Carr & Collier Inc. Prower/Bidder , January 14, 2026 Signah/e of Authorized Representative (Affiant) Date RPvnnlrls Hnliman Vir.P PrPsiclant Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman N who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Revnolds Holiman. Vice President by means of {X} physical presence or } online notarization on the 14th day of January. 2026 , IM the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and Stake last aforesaid this 14th day of January. 2026 Dianne Woods (Notary Public in and for the County and State Aforementioned) ;�c•• `fie: DIANNEWOODS •; MY COMMISSION # HH 483915 EXPIRES: May 21, 2028 • :EOF F��� 00438-2 END OF SECTION City of Sanford I Finance Department I Purchasing Division 1TY OF 300 N. Park Avenue 20" Floor Suite 236 Sanford, Florida 32771 SA40RD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) i I ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00440 BIDDER QUALIFICATION AFFIDAVIT State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which the Bidder does business and the address of the place of business. Carr & Collier Inc. Name of Bidder 2864 W. Main Street, Leesburg_, FL 34748 (352) 764-3700 estimateRcan-andcollier.com Address of Bidder Phone No. of Bidder Bidder E-Mail Address Bidder's 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: ?R64 W. Mnin StrPat. LPPshurn_ Fl_ 34748 1. If Bidder is a corporation, answer the following: Date of Incorporation State of Incorporation: President's Name Vice President's Name: 12/15/2005 Florida Joseph E. Revnolds Holiman 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: N/A Name, Address and Ownership Units of all Partners: City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 CITY OF SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT State whether general or limited partnership: 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 Years 6. Under what other former names has the Bidder operated? HIS Leasing, Inc. Villages Construction, Inc. 7. How many years' experience in construction work has the Bidder had as a Prime Contractor? 20 Years 8. Please refer to and complete Attachment "C' — References. 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). No 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). No City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 [FB 24/25-32 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT 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): Carr & Collier Inc. 2864 W. Main Street Leesburg, FL 34748 12. What is the Bidder's bonding capacity? $80,000,000 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? $35,000,000 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Atlantic Specialty Insurance Company 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 The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City 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 Bidder's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. Carr & Collier li Name.of Bidder Signatuy6 of Authorized Representative (Affiant) ary 14, 2026 Date City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 OS'A.N'VPRD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Revnolds Holiman. Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman {X) who is personally known to me or { ) who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Revnolds Holiman, Vice President by means of Q§ physical presence or { ) online notarization on the 14th day of January. 2026 , 2h8&, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the Coun y and State last aforesaid this 14th day of January, 2026 2M6. b"W—A�� Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: May 21. 2028 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal-w END OF SECTION DIANNE WOODS My coMMISSIoN # HH 483915 EXPIRES: May 21, 2028 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD FINANCE OEPANTMENT INVITATION FOR BID (IFB) ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00442 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD The below named is the recipient of certain documents and by signing this document agrees and acknowledges that, in accordance with the provisions of 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"), any and all documents such as, by way of example only and not as a limitation, building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final) which depict the internal layout and structural elements of a proposed or existing public building, arena, stadium, water treatment facility, wastewater treatment facility, or other structure owned or operated by the City of Sanford (City) that have been provided to the recipient by the City are exempt from the Public Records Laws. The recipient hereby acknowledges its obligation to maintain the exempt status of this information and agrees to fully maintain, in every respect, the exempt status of the documents and protect and safeguard the documents from public dissemination. The recipient recognizes that the purpose of this exemption is to protect the City, its citizens and the general public from acts of terrorism. The statement of the recipient made herein includes binding representations with regard to the following persons and entities, without limitation: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with recipient. The recipient shall ensure that all said persons and entities are advised of and agree to protect the exempt nature of the above referenced documents and to safeguard same prior to permitting any of the above said persons or entities to have access to the referenced documents. The recipient may use the referenced documents to make bids upon an exempt City project in coordination with such persons and entities, provided recipient ensures that the exempt status and control of the documents is protected. The following list of examples of the specific documents, provided to the recipient as documented below, which are exempt from the Statutes indicated and as provided above: 1. 2. 3. 4. AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: 00442-1 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 � IFB 24/25-32 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID IFB Due Date: ONE-TIME PURCHASE August 7; 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Recioient: Signatu Reynolds Holiman, Vice President Printed or Typed Name and Title Representing: Carr & Collier Inc. Name of Company Date 2864 W. Main Street. Leesbura. FL 34748 (352) 764-3700 Company Address Phone No. 00442-2 END OF SECTION City of Sanford I Finance Department I Purchasing Division Solicitation Number: SANFORD 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 ! IFB 24/25-32 j INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder 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 Bidder 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. Name -of Bidder Signature,fof Authorized Representative Jan Revnolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION ary 14, 2026 Date City of Sanford I Finance Department I Purchasing Division 1 Solicitation Number: SANFORD 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 I IFB 24/25-32 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT 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. 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? No (Y/N) 2. Has your fine, 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? No (Y/N) Has your fine 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? No (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. Firm I-, n Signature yT Authorized Representative Date Revolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION City of Sanford I Finance Department I Purchasing Division Solicitation Number: "" 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 =- SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2625 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00454 DRUG FREE WORKPLACE CERTIFICATION When applicable, the drug -free certification form below must be signed and returned with the IFB response. In order to have a drug -free workplace program, a business shall: A. 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. B. Inform employees about the dangers of drug abuse in the workplace, the business' 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. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, 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, Florida Statutes, 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. E. 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. F. Make a good faith effort to continue to maintain a drug -free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00454, Drug -Free Workplace Certification, is truthful and correct at the time of submission. --- -- — ()�/ ZAVI AFFIA TIGKATURE Reyns Holiman Typed Name of AFFIANT Vice President Title STATE OF FLORIDA City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 SaNFORD phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman {4 who is personally known to me or { ) who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Reynolds Holiman, Vice President by means of QO physical presence or ( ) online notarization on the 14th day of January. 2026 , the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in th Co ty and State last aforesaid this 14th day of January. 2026 , 2@1WX )�N A )YU u Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: May 21, 2028 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) [E;L DMNE WOODSY COMMISSION # HH 483915ExFgRES: May 21, 2028 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 �= SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00455 CERTIFICATION REGARDING NON -SCRUTINIZED COMPANIES A company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on the Scrutinized Companies that Boycott Israel List, is not engaged in any boycott of Israel, is not listed on the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Cuba or Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in this certification, is truthful and correct at the time of submission. Carr & Collier Inc. 20-3943756 Name of Bidder / Contractor Name 2864 W. Main Street, Leesburq, FL 34748 Mailing Address FEIN (352) 764-3700 (352) 570-9770 estimate(aD-carrandcollier.com Phone No. / A a Fax No. E-Mail Address Signa d Representative Date Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION City of Sanford I Finance Department I Purchasing Division I Solicitation Number: 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 SAO.�4FQRD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 .,t.,:},,,, :R INVITATION FOR BID (IFB) Due Date: 11 ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT 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: 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 Signaturl'of Abttiorized Representative (Affiant) Revnolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA v 14, 2026 Date On this 14th day of January, 2026 , 8W(� before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman, Vice President 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 i sonall known to niDpr has produced N/A as identification r �, JIQa nok Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: May 21, 2028 END OF SECTION .. DIANNEWOODS =•: *: MY coMMISSION # HH 483915 +, e: :F OF iL.. EXPIRES: May 21. 2028 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 clTr of SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ' ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00458 E-VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests and agrees to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with all controlling law requiring the use of the Department of Homeland Security's Status Verification ("E-Verify") System to ensure that all employees of the Contractor 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 and any other information required by the City proving, to the satisfaction of the City, enrollment in the E-Verify Program and compliance with controlling law. 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 -named 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 United States government and the State of Florida, as well as any and all law enforcement agencies of whatever jurisdiction, type of nature, and to provide a copy of each such verification to that authority as well as the City. 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. 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 may immediately terminate the Contract with the City without notice and without penalty. The Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any and all costs incurred by the City, in any context whatsoever, as a result of the Contractor's breach. The Contractor shall obtain and maintain current affidavits providing proof, to the satisfaction of the City, that each subcontractor has complied with the requirements set forth herein and all controlling law. 8. Specifically, with regard to employment eligibility, the Contractor recognizes and agrees that, upon entering a Contract with the City (to include, but not be limited to, the provision of goods or services under a City purchase order or work order), that the Contractor is obligated to comply with the provisions of Section 448.095, Florida Statutes, entitled "Employment Eligibility", which obligation includes, but is not limited to, utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the Contractor to comply will lead to termination of the Contract with the City, or if a subcontractor City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) DueDate: ONE-T111E PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT knowingly violates the statute, the Contractor must immediately terminate their subcontract with the subcontractor. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If the Contract with the City is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination and the City will advise any person desiring to be advised of such termination and make such termination a public record available under controlling law for inspection and copying and otherwise available as the City determines in its sole discretion. 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. "Status Verification System" — The procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, as amended, implemented by the United Stated Department of Homeland Security, or its successor or associated agency, and known as the "E-Verify Program", or any successor electronic verification system that may replace the E-Verify Program. "Subcontractor" — Any person or entity, whether a subvendor/subcontractor/subconsultant, by whatever name or type or description, assisting the Contractor in the performance of the Contract with the City. 10. The obligations set forth herein are continuing in nature, type, effect and scope. 11. The undersigned signatory, under penalty of perjury, affirms that she/he has the plenary authority to bind the Contractor to the provisions hereof. Carr & Collier Inc. Contractor Printed Name Signature' of AuthorizeTRepresenta ive(Affiant) Date Revnolds Holiman, Vice President Printed or Typed Name STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman fO who is personally known to me or ( ) who produced N/A as identification and swore and acknowledged before me, under oath, that s/he executed the same. Sworn and subscribed before me, by Revnolds Holiman. Vice President by means of ()q physical presence or ( ) online notarization on the 14th day of January. 2026 , 2-620, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements contained herein all of which are true and correct. City of Sanford I Finance Department I Purchasing Division j Solicitation ion N umber: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 32 SAlVFORD Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TItiIE PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT WITNESS my hand and official seal in the County and State last aforesaid this 14tlday of January, 2026 kL,&� W6 B;iD�bt — Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: May 21. 2028 Failure to submit this form may be grounds for disqualification of your submittal - END OF SECTION DIANNE WOODS +: •° MY COMMISSION # HH 483915 EXPIRES: May 21, 2028 '•,f CF p�0,. City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 21" Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 - SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-T1i•IE PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 460 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 (CITY). 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 (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY 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, 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. Co Signature,6f Authorized Representative (Affiant) Date Holiman, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Lake HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Reynolds Holiman who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Reynolds Holiman, Vice President by means of {)§ physical presence or { } online notarization on the 14th day of January, 2026 20A@Cx the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 14th day of January, 2026 , W25. City of Sanford I Finance Department I Purchasing Division Solicitation Number: "�' °'FORD 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB Z4125-32 SAN Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Dianne Woods (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: May 21, 2028 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE lv"Failure to submit this form may be grounds for disqualification of your submittal`' END OF SECTION G'S�iNFORD City of Sanford I Finance Department ( Purchasing Division 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 N Solicitation umber: IFB ion 32 INVITATION FOR BID (IFB) I Due Date: ONE-TIME PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT Attachment "X" FOREIGN COUNTRY OF CONCERN ATTESTATION (PUR 1355) This form must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a Governmental Entity which would grant the entity access to an individual's Personal Identifying Information. Capitalized terms used herein have the definitions ascribed in Rule 60A-1.020. F.A.C. Name of entity is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Printed Narne: Carr & Collier Inc. Title: Reynolds Holi Signature: R6t�lm i, Vice President Date: January 14, 2026 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE <rFailure to submit this form may be grounds for disqualification of your submittal- PUR 1355 (10/23) Page 1 of 1 Rule 60A-1.020, F.A.C. City of Sanford I Finance Department I Purchasing Division Solicitation Number: SANFORD 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 24/25-32 INVITATION FOR BID (IFB) Due Date: ONE-TIME PURCHASE j August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT HUMAN TRAFFICKING AFFIDAVIT The Human Trafficking Affidavit is required by Section 787.06, Florida Statutes ("F.S."), as amended by HB 7063, which is deemed as being expressly incorporated into this Form. The Form must be completed by a person authorized to make this attestation on behalf of the Contractor (Nongovemmental Entity) for the purpose of executing, amending, or renewing a Contract with the County (Governmental Entity). The associated Contract shall not become effective unless and until this completed and executed Form is submitted to the County (Governmental Entity). The term Governmental Entity has the same meaning as in Section 287.1380), F.S. Carr & Collier Inc. does not use coercion for labor or services as defined in Section 787.06, F.S. Conlraclor's Legal Company Nano Pursuant to Section 92.525, F.S., under the penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Print Name of Contractor's Authorized Representative: Reynolds Holiman Title of Contractor's Authorized Representative: V' resident Signature of Contractor's Authorized Representative: Date: Ja ary 14, 2026 ' SANFORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue god Floor Suite 236 Sanford, Florida 32771 CITY OF ' SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE-TIME PURCHASE TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT SECTION 00463 CITY OF SANFORD FLORIDA TRENCH SAFETY ACT STATEMENT Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the cost of compliance with the applicable trench safety standards as follows: Trench Safety Measure (Description) Units of Measure (LF, SY) Unit Quantify Unit Cost I Extended Cost A• Trench Box LS 1 $3,500.00 $3,500.00 B. C. D. TOTAL: $3,500.00 Total above must be identical to cost shown in the requirement titled "Florida Trench Safety Act". (Use additional blank sheets to further itemize if more room is required.) 1.01 The undersigned acknowledges the requirements of the Florida Trench Safety Act and hereby certifies that the undersigned is an authorized representative of the bidder and in that capacity commits the bidder to the following in the performance of the work in the event that the subject contract is awarded to and executed by said bidder. 1.02 The bidder acknowledges the Florida Trench Safety Act and the requirements established herein: a. No separate payment will be made for these items, but they must be identified in the/this Proposal/Certificate of Compliance - Trench Safety Act. b. The bidder further acknowledges that the aforementioned Act established the Federal excavation safety standards set forth at 29 CFR Part 1926.650, Subpart P as the interim State standard until such time as the State of Florida, through its Department of Labor and Employment Security, or any successor agency, adopts, updates or reviews said interim standard. This State of Florida standard may be supplemented by special shoring requirements established by the State of Florida or any of its political subdivisions. c. The bidder, as Contractor, shall comply with all applicable excavation/trench safety standards. SLOPING 0 SHORING 0 TRENCH BOX FX OTHER 0 (Specify which) To comply with the 1990 "Trench Safety Act". A. The cost compliance with this trench safety act is included as part of the lump sum or unit price proposal contained in the INVITATION TO BID package. City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 IFB 24/25-32 Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 `�` SANFORD INVITATION FOR BID IFB Due Date: ONE-TUNIE PURCHASE August 7, 2025 TITLE: NORTH WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT NOTE: The total cost shown herein is already included in the various items in the Total Bid Price in the Contractor's Proposal 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. Failure to complete the above and submit with the Bid Form along with other required bidding documents may result in bid being declared non -responsive. Submitted, signed and sealed this 14th day of January, 2026 ,t@gg. Carr & Collier Inc. CONTRACTOR SIGNATURE rr By: I / rinted ame 2864 W. Main Street. Leesbui Business Address ATTEST: / Title COLL/�c 0�, • off? Q Rq �• n . SEAL Signature Karen L. Ra0Secretary '•,"6V eatLU;,.`' NOTE: If the Contractor intends to install pipe by some other method than trenching under the definitions found in the Florida Trench Safety Act (90-96, Laws of Florida), he shall so indicate by outlining in the space provided below the method he proposes and how it will comply with the Florida Trench Safety Act and related OSHA Standards for the Owner's evaluation. The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown in the Contractor's Proposal. Outline of Alternate Method: Submitted, signed and sealed this 14th day of January, 2026 , 292L Carr & Collier Inc. C�N ACTOR SIG ATURE_ By: 2f� PrintePame 2864 W. Main Street, Lee Business Address ATTEST: Signature ` Karen FL 34748 Rayl, Secretary Holim86'1'' .Qq 1A, le- _ :. ,Q/',, SEAL Change Order No Project Title Bid No. Owner: Contractor: Agreement Date: CITY OF SikNF01 D FINANCE DEPARTMENT SECTION 00950 CHANGE ORDER FORM Citv of Sanford, Florida Purchase Order No This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1. Original Contract Price $ 2. Current Contract Price (Adjusted by Previous Change Orders) $ 3. Total Proposed Change in Contract Price $ 4. New Contract Price (Item 2 + Item 3) $ 5. Original Contract Time (Notice to Proceed to Substantial Completion) 6. Current Contract Time (Adjusted by Previous Change Orders) 7. Current Subst. Completion Date (Adjusted by Previous Change Orders) 8. Total Proposed Change in Contract Time 9. New Contract Time (Item 6 + Item 8) 10. New Contract Substantial Completion Date (Item 7 + Item 8) 11. Current Final Completion Date (Adjusted by Previous Change Orders) 12. Current Contract Time From Substantial Completion to Final Completion 13. Total Proposed Change in Contract Time Subst. to Final Completion 14. New Contract Time to Subst. Final Completion (Item 12 + Item 13) 15. New Contract Final Completion Date (Item 11 + Item 14) 00850-1 Da Da Days Days Days Days Days ITEM 1 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: ITEM 2 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: ITEM 3 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: ITEM 4 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: CITY OF ( , SkNFORD FINANCE DEPARTMENT \W CHANGES ORDERED 00860-2 CITY OF ( )"�'sANFOIW �FINANCE DEPARTMENT ITEM 5 Description of Change: Reason for Change: Change in Contract Price: Change in Contract Time: CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 2 3 4 5 TOTAL $ Days 00850-3 MOM,\� CITY OF i� SkNFORD / FINANCE DEPARTMENT WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and 00850-4 D CITY OF ,SkNFORD FINANCE DEPARTMENT It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: (Secretary) Date (Corporate Seal) ATTEST: (Signature) Date (Seal) Contractor Printed Name and Title of Officer By (Signature) Date Owner Printed Name and Title By (Signature) Date END OF SECTION 00850-5 SECTION 00605 PROCUREMENT PERFORMANCE BOND (100% of Contract Price) KNOW ALL MEN BY THESE PRESENTS, that we, as Principal/Contractor,and , 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 (Written Dollar Amount) dollars ($ ) 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 , 20 , 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 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 and effect. 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 contract or 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 ofthe 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. NO RIGHT OF ACTION SHALL ACCRUE on this bond to or for the use of any person or 11- 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 [Signature lines in a legally binding form.] ACCEPTED BY: ATTEST: Traci Houchin, MMC, FCRM City Clerk Approved as to form and legality: DAY OF 20 CITY OF SANFORD: Art Woodruff Mayor, City of Sanford, Florida Date: Lindsay N. Greene, City Attorney Note: (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-factwhosign Bid Bonds orContract Bonds must file with each bond a certified. (4). 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. 21'. AC U® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 01 / 14/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brenda Bouchard AAI, CPIW NAME: Brown & Brown Insurance Services, Inc. PHONN Ems), (352) 732-5010 plc. No): (352) 732-5344 E-MAIL Brenda. Bouchard@bbrown.com ADDRESS: 1720 SE 16thAvenue, Suite 301 INSURER(S) AFFORDING COVERAGE NAIC N INSURERA: BITCO National insurance Company 20109 Ocala FL 34471 INSURED INSURER B : Bridgefield Casualty Insurance Company 10335 Carr & Collier, Inc. INSURER c : Navigators Specialty Insurance Company 36056 INSURER D: BITCO General Insurance Company 20095 2864 West Main Street INSURER E : INSURER F : Leesburg FL 34748 COVERAGES CERTIFICATE NUMBER: 25-26 REVISION NUMBER: 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 LTR TYPE OF INSURANCE AUUL INSD WVD POLICYNUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP iMM/DD/YYYY) LIMITS x COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 �/ CLAIMS -MADE OCCUR DAMAGE IO HEN D PREMISES (Ea occurrencel 100,000 $ x MED EXP (Any one person) § 10,000 Contractual Liability PERSONAL& ADV INJURY $ 1,000,000 A Y Y CLP3763263 10/01/2025 10/01/2026 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY ❑X JEa LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ _ x ANYAUTO D OWNED SCHEDULED AUTOS ONLY AUTOS Y Y CAP3763267 10/01/2025 10/01/2026 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ HIRED NON -OWNED _ AUTOS ONLY AUTOS ONLY Basic PIP 10,000 x UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 D EXCESSLIIAB CLAIMS -MADE Y Y CUP3763268 10/01/2025 10/01/2026 DED I X1 RETENTION $ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE IN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA Y 19650870 05/01/2025 05/01/2026 X1 STATUTE ERH E. L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ Each Incident $2,000,000 C Pollution Liability SF25ECP000875NC 10/01/2025 10/01/2027 Aggregate $2,000,000 Site Pollution $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) IFB 24/25-32 North Water Reclamation Facility Sand Filter Replacement. City of Sanford, including their Directors, officers, agents, employees are listed as additional insured with regards to the general liability, auto and umbrella on a primary & non contributory basis when required by written contract /agreement. A waiver of subrogation is applicable in favor of stated additional insured with regards to the general liability, auto, umbrella and work comp when required by written contract/agreement. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sanford, Florida ACCORDANCE WITH THE POLICY PROVISIONS. 300 North Park Avenue AUTHORIZED REPRESENTATIVE Sanford FL 32771 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD )cry uF , SANFORD TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, HOUCH] NT(cDSANFORDFL.GOV. (Agreement Execution page follows) IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Carr & Collier, Inc.. Name 64 Owner --November 14, 2025 {' Date Revno/Ids Holiman, Vice President Printed Name and Title ATTEST: eazfjo November 14, 2025 Secretary C/ Date Karen L. Ravl, Secretary Printed Name and Title OWNER: Art W000run. Mayor Printed Name and Title ATTEST: By (Signature) Date Traci Houchin. Citv Clerk Printed Name and Title Approved as to form and Legal sufficiency. AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-19 GOCCiF�•., 0 r SEAL •, , o "�h'GL , F��•' (SEAL) CITY OF SANFORD FINANCE DEPARTMENT Lindsay Greene Date City Attorney Approved-rd f( procurement actions have been taken and sibn,4 proceLina is warranted. mansoi uraonez Purchasing Manager END OF SECTION AGREEMENT 520 IFB 24125-32 NWRF Sand Filter Replacement 00520-20 rmm R rn]llnr Inn arr ar SAYOF PINMiC NWYMENE City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2*1 door Suite 236 Sanford, Florida 32771 Phone: 407.698.5028 or 50301 pax: 407.688.5021 Solicitation Plumber: IFB 24/25-32 INVITATION FOR BID (IFB) I ONE-TIME PURCHASE Negotiated Rates TITLE: NORTII WATER RECLAMATION FACILITY SAND FILTER REPLACEMENT ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Descrlptlou Unit Price Quantity Required Unit Measure Extended Price 1. Mobilization, Bonds, Permits, & General Conditions $ 250,000.00 1 Lump Sim] S 250,000.00 2.. Indemnification $ 1,000.00 1 Lump Sum $ 1,000.00 3, Removal & Ropincemont of Existing Travelling Bridge Sand Filter No. I & Related Gates, Rails, Electrical Components & Appurtenances $ 2,037,697.00 1 Lump Siam $ 2,037,697.00 4. Concrete Cap Slnb S 3,500.00 6 Cubic Yards $ 21,000.00 5. Concrete Surface Repair-Level1 $ 100.00 562 Square Peet S 56,200.00 6, Concrete Surface Repair -Level 2 $ 155.00 263 Square Feet S 39,215.00 7. Concrete Surface Repair -Level 3 $ 230.00 141 Square Feet $ 32,430.00 8. Concrete Surface Repalr-Level4 $ 245.00 56 Square Feet $ 13,720.00 9. Concrete Crack Injection $ 135.00 25 Lineal Feet $ 3,375.00 10, Protective Coating In Filter $ 15.06 2,810 Square Feet $ 42,150.00 11, Replace Existing 6" Plug Valves & Boxes $ 17,500.00 3 Each S 52,500.00 12, Replace Existing Butterfly Volvo Motor Actuator $ 35,000.00 2 Each $ 70,000.00 13. Install Motor Actuators on Existing Flow Diversion Cates $ 55,000.00 2 Each $ 110,000.00 14. Install Level/Flow Monitoring System at Flow Diversion Box $ 2,000.OU 1 Lump Sum S 2,000.00 15 Remove & Replace Existing Backwash Drain Pumps & Related Piping, Valves, & Controls $ 130,000.00 1 Lump Sum $ 130,000.00 16. Install Fabric Canopy Over Existing Disk Filters $ 350,000.00 1 Lump Sum S 350,000.00 17. Electrical Work $ 270,000.00 1 Lump Sum $ 270,000.00 18. Instrumentation Work $ 165,000.00 1 Lump Sam S 165,000.00 19 Other Work Required Per the Drawings & Specifications Not Specifically Described Above $ 15,000.00 1 Lump Sum S 15,000.00 20. TOTAL IFB PRICE $ 3,6G1,287.00 I/we, the undersigned, as authorizrxl signatory to commit the flnn, do hereby accept in total all die terns and conditions stipulaud and referenced in this IFB document and do hereby agree thus ire contract is otrered or negotiated It will abide by the terns and conditions presented in the IFB document or its negotiated pursuant thereto. The undersigned, having familiarized him/hersedf with the terms of the IFB documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanrard Purchasing Division for the price set Furth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid Terns and Conditions. The signatures) below are an acknowledgment ormy/our full understanding and acceptance of all the terms and conditions set forth in this 1FI3 document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Carr & Collier Inc. Mulling Address: 2864 W. Main Street. Leesbure. FL 34748 Tclephon um er: 352 7 4-37 Fax Number: (352) 570-9770 E-mail Address: estimate n carrondcollieceom i Reynolds Holiman FEIN: 20.3943756 Authorized Signal�(y Printed Name Title Vice President October 22, 2025 Date STATE OF FLORIDA COUNTY OF Lake ( HEREBY CERTIFY that on this day, before me, an ofllcer duly authorized to administer oaths and take acknowledgments, personalty appeared Remolds Holinnan (X) who is personally known to me or ( ) who produced N/A as identification and acknowledged before me that s/he executed the scone. Sworn and subscribed before me, by Remolds Holiman by means of (X) physical presence or ( ) online notarization on die 22nd day of October 22, 2025, the said person did take an oath and was first duly sworn by me, on oath, said person, tlrrther, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct, WITNESS my hand and official seal in the County and Stale lost aforesaid thi 22nd day of October 22 , 2025. Sbl2Un/Y�� (Notary Public In and fbr the County and Slate Aforementioned) SEAL My commission expires: Mav 21. 2028 OIANNEWOOD483915 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE *c MY COMMISSION # Failure to subunit this Corn may be grounds for disqualification of your submittal EXPIRES: May 2 CITY OF ' WS _ RM X SkNFORD FLORIDA Item No. CITY COMMISSION MEMORANDUM 26 015 JANUARY 12, 2026, AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Richard Casella, Utility Plants Manager SUBMITTED BY: Norton N. Bonaparte, Jr., ICMA-CM, City Manager SUBJECT: Awarding Bid for Sand Filter Replacement Project; Carr & Collier, Inc., $3,661,287 SYNOPSIS: Requesting to approve bid # IFB 24/25-32 to Carr & Collier, Inc.; the lowest bidder for the Sand Filter Replacement Project at the North Water Reclamation Facility (NWRF). FISCAL/STAFFING STATEMENT: It is estimated that the cost for this project is $3,661,287. Funds will be available in Capital Projects for PW-Utilities account for Improve other than Building. BACKGROUND: The City of Sanford requirements for competition as applicable to the subject project were met by advertising IFB 24/25-32. Only one response was received and opened on August 28, 2025. Carr & Collier, Inc. submitted the lowest and only bid. The company provided references from various municipalities and counties; and Carr & Collier, Inc.'s utility construction projects received favorable reviews. The existing filtration systems include traveling bridge sand filters as well as cloth disk filters. Due to the age and condition of the travelling bridge filters, the City has decided to replace these units on a phased basis. Initially, one filter will be replaced with a cloth technology known as "AquaDiamond", which is manufactured by Aqua Aerobics. The new equipment still utilizes a travelling bridge for segmental backwashing much like the existing system; however, cloth media is used rather than underdrain and granular media. In general, the replacement effort will involve removing the travelling bridge assembly, backwash trough, media, underdrain system, and selected electrical components and subsequently installing a new travelling bridge, backwash trough, support system, media, and related piping, gates, valves, electrical components, and field instruments. LEGAL REVIEW: The City Attorney has reviewed this agenda item and has no legal objection, so long as the City's procurement and purchasing policies were adhered to. RECOMMENDATION: Staff recommends that the City Commission award Bid # IFB 24/25-32 to Carr & Collier, Inc. for the Sand Filter Replacement Project in the amount of $3,661,287. SUGGESTED MOTION: 1 move to approve the award Bid # IFB 24/25-32 and procurement to Carr & Collier, Inc as proposed." Attachments: (1). IFB 24/25-32 Agreement (2). Notice of Award dated October 22, 2025 (3). Bid Opening Certification