Loading...
1600 Stage Door II Inc., IFB 12/13-11: Sanford Ave. Streetscape _ /6, eV / ct(fr' i'6 -F .S7 l ,ri Fd CP-Ojkl) i-li: IM , Wednesday, July 17, 2013 CrD PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM A Av 4,1),Jvjj‘j 3 l3 57,(1 I 1(10 To: City Manager er RE: Stage Door II Inc., IFB 12/13-11 Sanford Ave Streetscape The item(s)noted below is/are attached and forwarded to your office for the following action(s): Development Order n Mayor's signature Final Plat (original mylars) �, ' eco7; g n Letter of Credit U r7ng Maintenance Bond iii - • -e eeping(Vault)mp 10-' 241-- n Ordinance MI Deputy City Manage& LAI/11 6W n Performance Bond 1 Payment Bond I I Resolution M City Manager Signature n n City Clerk Attest/Signature 7-30-13 Once completed, please: Return originals to Purchasing n Return copies Special Instructions: Marisol Ordoiiez �(,u,,��y� � '7-043 3 From Date T:\Dept_fonns\City Clerk Transmittal Memo-2009.doc i'TiFO11) , nn 7 Wednesday, Jul 03, 2013 i 877 -1 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk/City Manager RE: Stage Door II IFB 12/13-11 Sanford Ave Streetscape Project—Payment and Performance Bonds The item(s) noted below is/are attached and forwarded to your office for the following action(s): Li Development Order Mayor's signature JUL 3 2013 PM 5:31 Final Plat (original mylars) IK Recording ❑ Letter of Credit Rendering I I Maintenance Bond ❑ Safe keeping(Vault) ❑ Ordinance ❑ Deputy City Manager n Performance Bond Payment Bond Resolution City Manager Signature City Clerk Attest/Signature Once completed,please: n Return originals to Purchasing Return copies Special Instructions: MarisolOrdoiiez am4W c/V—\ d/3//, From Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc i SECTION 00520 AGREEMENT FORM PART 1 GENERAL `u j 1.01 THIS AGREEMENT, made and entered into the day of \J 1"(4- a_to�3 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 Stacie Door II, whose principal and local address is 3050 Dee Street, Apopka, FL 32703, hereinafter referred to as to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement, and all documents which are fully a part of the Contract with the City are identified by title and number as set forth below and are available for review at and downloading from the City's Web site (site in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. Executed, Section 00520 -Agreement Form. 2. The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 3. Addenda Applicable to the Bid 4. Contractor's Bid, 00410. 5. Performance Bond, 00605. 6. Payment Bond, 00610 7. Material and Workmanship Bond, 00615. 8. Trench Safety (Executed Form), 00430 9. Non Collusion Affidavit, 00432 10. Conflict of Interest Affidavit, 00434 11. Public Entities Crime Affidavit, 00436 12. Compliance With the Public Records Law Affidavit, 00438 13. Bidder Qualification Affidavit, 00440 IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-1 SPECLIB110612 f 14. Receipt of Exempt Public Records and Agreement to Safeguard (If Required for Project by City), 00442 15. Certification Of Non-Segregated Facilities (Executed Form), 00450 16. Disputes Disclosure (Executed Form), 00452 17. Drug Free Workplace (Executed Form), 00454 18. Unauthorized (Illegal)Alien Workers Affidavit, 00456 19. E-Verify Compliance Affidavit, 00458 20. Americans With Disabilities Act Affidavit, 00460 21. Financial Information (Executed Form) (If Required by City), 00462 22. Criminal Background Check Requirements (If Required for Project by City), 00525 23. Insurance Certificate(s) 24. Notice of Award, 00510 25. Notice to Proceed, 00530. 26. Consent of Surety to Final Payment (Executed Form), 00617. 27. Contractor's Application for Payment (Executed Forms), 00625. 28. Certificate of Substantial Completion, 00626. 29. Certificate of Final Completion, 00627. 30. Contractor's Partial Release of Lien (Executed Forms), 00640. 31. Subcontractor's Final Release of Lien (Executed Form), 00641. 32. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 33. Contractor's Release of Lien (Executed Form), 00645. 34. Project Field Order(Executed Form), 00940. 35. Work Directive Change (Executed Form), 00945. 36. Change Order(Executed), 00950. 37. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the IFB 12/13-11; Sanford Ave. Streetscape. 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 275 calendar days. The work shall be finally complete, ready for Final Payment in accordance IFB 12113-11 Sanford Ave.Streetscape AGREEMENT 00520-2 SPECLIB110612 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. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-5 SPECLIB110612 specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-7 SPECLIB110612 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with 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: Robert Beal, Project 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 IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-8 SPECLIB110612 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. 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-9 SPECLIB110612 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. 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-10 SPECLIB110612 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 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-12 SPECLIB110612 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 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-14 SPECLIB110612 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. 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-16 SPECLIB110612 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 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. IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-17 SPECLIB110612 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. 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 IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-18 SPECLIB110612 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. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: cS fc e. VG Or �'ZN(- Name of Firm .4111,011411 . /Col 3 :y (Signature) Date (SEAL) V i Printed Name and Title ATTEST: G 1•'11 3 By (Signature) Date lPjA GE( T/ Printed Name and Title OWNER: Cit of Sanford I Name of Owner A By (Signature) I Date (SEAL) Jeff Tri•lett Ma or Printed Name and Title ATTEST: i(LA 620-6f9t & rlry (Signature) ( Date Janet Dougherty, City Clerk Printed Name and Title IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-19 SPECLIB110612 Approved as to form and legal sufficiency. 1Z( -° ."'°°`-°"<-) --Ze'/2r7.73 William L. Colbert Date City Attorney END OF SECTION IFB 12/13-11 Sanford Ave.Streetscape AGREEMENT 00520-20 SPECLIB110612 DATE: 07/17/13 PURCHASE ORDER PO NUMBER 033473 CITY OF SANFORD P.O. BOX 1788 PURCHASING OFFICE:407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO:ACCOUNTS PAYABLE ACCOUNTS PAYABLE:407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE:407.688.5021 FLORIDA TAX EXEMPT NO.:858012621681C-8 P.O.BOX 1 788 SANFORD, FL 32772 VENDOR NO.: 11710 TO: SHIP TO: STAGE DOOR II INC CITY OF SANFORD 3208 OVERLAND RD 300 N. PARK AVENUE APOPKA, FL 32703 SANFORD, FL 32771 DELIVER BY TERMS F.O.B.DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER-CITY OF SANFORD UNIT OF ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT COST EXTENDED COST 1 CONSTRUCTION SERVICES FOR SANFORD 1393673 . 00 NA 1 . 00 1393673 . 00 AVE STREETSCAPE IFB 12/13-11 2 STORMWATER UTILITY WORK SANFORD 163354 . 00 NA 1 . 00 163354 . 00 AVE 3 CONSTRUCTION SERVICES FOR SANFORD 549105 . 00 NA 1 . 00 549105. 00 AVE STREETSCAPE 4 PALUCCI PARK WORK 30933 . 00 NA 1 . 00 30933 . 00 5 UTILITY WORK 187550 . 00 NA 1. 00 187550 . 00 SUB-TOTAL 2324615 . 00 TOTAL 2324615 . 00 REQ/ACCT DATE REQ. BY PROJECT AMOUNT 0000063828 07/09/13 ROBERT BEALL CW1002 1393673 . 00 .5601085526300 0000063828 07/09/13 ROBERT BEALL CWL002 163354 . 00 40240455416300 0000063828 07/09/13 ROBERT BEALL CW1002 549105 . 00 .3640475416390 0000063828 07/09/13 ROBERT BEALL CW1002 1'0933 . 00 13240485726300 0000063828 07/09/13 ROBERT BEALL CW1002 1E7550 . 00 45245305364600 APPROVED BY: C 'd( APPROVED BY: PURCH• ING • • ER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O.MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING t�ry� Wednesday,July 17,2013 —1877-4 t�fiCHASING DEPArerM E NT NSIMI` r L.- A A �ANm M To: City Manager RE: Stage Door II Inc., IFB 12/13-11 Sanford Ave Streetscape The item(s)noted below is/are attached and forwarded to your office for the following action(s): n Development Order n Mayor's signature I Final Nat(original mylars) ❑ Recording Letter of Credit [. Rendering n Maintenance Bond ❑ Safe keeping(Vault) Ordinance n Deputy City Manager n Performance Bond ❑ Payment Bond ❑ Resolution XI City Manager Signature ❑ (� City Clerk Attest/Signature Once completed,please: Return originals to Purchasing ❑ Return copies Special instructions: r Marisol Ordoiiez OtA!{�' �/ '/ From Date T:\Dept_forrns\City Clerk Transmittal Memo-2009.doc SECTION 00510 NOTICE OF AWARD FORM TO: Stage Door II NAME OF PROJECT: IFB 12/13-11 Sanford Avenue Streetscape The OWNER has considered the BID submitted by you, dated April 18, 2013 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for BID items in the amount of $2,324,615.00. You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 22 day of July 2013 OWNER: City of Sanford, Florida (Name of OWN`C410, By(Signat ref' City Manager, Norton N. Bonaparte, Jr., (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by 7 AY' TPi a C24, 'i this 23 da of , 411. j � - By ,7/ckc_, 1-, ?re 5 /cle In Printed Name and Title END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape 00510-1 ikrr AP 1) -1877--Z PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Manager RE: Notice to Proceed Form Section 00530 for Stage Door Inc. IFB 11/12-01 The item(s)noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat(original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ❑ Safe keeping(Vault) ❑ Ordinance ❑ ❑ Performance Bond ❑ Payment Bond ❑ Resolution ® City Manager Signature ❑ ❑ City Clerk Attest/Signature Once completed,please: ® Return originals to Purchasing ❑ Return copies a Special Instructions: MarisolOrdonez e .2' - rom Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc SECTION 00530 NOTICE TO PROCEED FORM TO: Stacie Door Inc., 3208 Overland Rd Apopka, FL 32703 DATE: PROJECT: Sanford Watermain Extention 6th St to 11th St IFB 11.12.01 You are hereby notified to commence WORK in accordance with the Agreement dated February 2, 2012, 2011 This Notice authorizes the CONTRACTOR to commence construction on , 2011, with Contractor substantially completing the work within days with final completion being no more than days later. ISSUED BY: City of Sanford, Florida (Name of OWNER) <7 /4-417;; P^ 06/19 By(Si ature) Norton N. Bonapart-p, Jr , City Manager (Printed Name and Title) ACCEPTANCE OF NOTICE -R ceipt anfiHcceptance of the above NOTICE TO PROCEED is hereby acknowledged by 1et Y;(5,c z r\-l-", this day of ) I A kA, LC 3. .40111FAMIP .40° By Tio.c_,0J1 Pies!"cke_vIF rinted Name and Title END OF SECTION 00530-1 gullor4) WS RIviX • + Item No. /J R`A C� —1877-= CITY COMMISSION MEMORANDUM 12-01 1 JANUARY 23,2012 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Norton N.Bonaparte,Jr.,City Manager SUBMITTED BY Norton N.Bonaparte,Jr.,City Manage SUBJECT: Consent Agenda SYNOPSIS: Approval of items on the consent agenda is requested. AU7'HORIZATTO N TO USE LAW ENFORCEMENT TRUST FUNDING FOR THE }� DARE PROGRAM. FISCAL/STAFFING STATEMENT: The total cost of these supplies is approximately$5,000. BACKGROUND: Due to budgetary constraints,funding for this program has not been included in this year's budget. The supplies needed for this program include DARE tee shirts and training booklets for participating students. LEGAL REVIEW: N/A. RECOMMENDATION: It is staff's recommendation that the City Commission approve the expenditure of$5,000 of Law Enforcement Trust Funds for the procurement of DARE program supplies. LEGAL: The City Attorney's's office has reviewed the CPH proposal and the Work Order. RECOMMENDATION: It is staff s recommendation that the City Commission approve the Work Order for CPH Engineers services at a cost of$166,145. FJ AWARD OF SANFORD AVENUE WATER MAIN EXTENSION BID (BID ##IFB 11/12 011. FISCAL/STAFFING STATEMENT: Funds are budgeted and available. No additional staff is necessary to support this project. BACKGROUND: There is an existing eight inch water line on Sanford Avenue from 6th Street to 11th Street that is very shallow in depth and located within the pavement of the road. The plan is to relocate the line outside of the pavement at a proper depth and remove the old water line. Plans and permits have been received. Bids were opened on November 30, 2011. We received bids from 12 contractors(see attached bid tabulation).The lowest responsive bid was submitted by Stage Door H,a responsible company,in the amount of$265,607.50. LEGAL REVIEW: The City Attorney has reviewed. RECOMMENDATION: It is staffs recommendation that the City Commission award the bid to Stage Door II in the amount of$265,607.50. SUGGESTED MOTION: "I move to approve the Consent Agenda." MAKY iM: pkli{z;�_, 1U.KK LC UMAli f U$JN"f SEMIN(iLE COUNTY 'b BK 080/9 Pqs 1975 - 1983; (9pgs) .1 CLERK' S # 2013091655 RECthil t:l) 0i/1 r/k 013 01:34:%4 141 $ RECtsUO1NS I't_t.11 "/fi,00 SECTION 00605 *LIMO) BY J E_ckt�nrotti(a1i) y PERFORMANCE BOND Bond No. FLC82327 Oa KNOW ALL MEN BY THESE PRESENTS: that Stage Door II, Inc. 0 (Name of CONTRACTOR) 3050 Dee Street Apopka, FL 32703 (Address of CONTRACTOR) a Corporation . hereinafter called (Corporation, Partnership or Individual) ca Principal, and Merchants Bonding Company ' (Name of Surety) cr° 2100 Fleur Drive Des Moines, Iowa 50321 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1)Citv of Sanford. Florida hereinafter called OWNER, in the full and just Sum of Two Million, Five Hundred Fifty Seven Thousand, Seventy Five and 40/100 DOLLARS ($2, 557, 075 .40 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one °' hundred ten percent (110%) of the Contract Price. o THE CONDITION OF THIS OBLIGATION is s h that whereas, the Principal entered into a ertain Agreement with the OWNER, dated theosday of cUQ_ 'b /3 a copy of which is hereto attached and made a part hereof for the construction of 2) IFB 12/13-11: Sanford Avenue Streetscape. 1) Name of Owner CD 2) Name of Project identified in Instructions to Bidders (D This bond is being entered into to satisfy the requirements of Section 255.05, Florida Statutes and the Agreement referenced above, as the same may be amended. The Surety shall be bound by any and all alternative dispute resolution awards and settlements a to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal: 1. Promptly and faithfully performs its duties, all the covenants, terms, conditions, and agreements of said Agreement including, but not limited to the insurance fD provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and 00605-1 IFB 12/13-11 Sanford Ave. Streetscape 2. Pays OWNER all losses. damages. delay damages (liquidated or actual), expenses. costs and attorneys' fees. including costs and attorney's fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Agreement, and 3. Satisfies all claims and demands incurred under the Agreement, and fully indemnifies and holds harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so. then this bond is void: otherwise it shall remain in full force and effect. The coverage of this Performance Bond is co-equal with each and every obligation of the Principal under the above referenced Agreement and the Contract Documents of which the Agreement is a part. In the event that the Principal shall fail to perform any of the terms, covenants and conditions of the Agreement and the Contract Documents of which the Agreement is a part during the period in which this Performance Bond is in effect. the Surety shall remain liable to the OWNER for all such loss or damage. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this Performance Bond. The Surety stipulates and agrees that its obligation is to perform the Principal's work under the Agreement under the Bond. The following shall not be considered performance under the Bond: (i) Surety's financing of the Principal to keep Principal from defaulting under the Contract Documents, (ii) Surety's offers to OWNER to buy back the Bond, and (iii) Surety's election to do nothing under the Bond shall be construed as a material breach of the Bond and bad faith by the Surety. The Surety agrees that its obligation under the bond is to: (i) take over performance of the Principal's Work and be the completing Surety even if performance of the Principal's Work exceeds the Principal's Contract Price or (ii)re-bid and re-let the Principal's Work to a completing contractor with Surety remaining liable for the completing contractor's performance of the Principal's Work and furnishing adequate funds to complete the Work. The Surety acknowledges that its cost of completion upon default by the Principal may exceed the Contract Price. In any event, the Principal's Contract Time is of the essence and applicable delay damages are not waived by OWNER. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall be direct and immediate and not conditional or contingent upon OWNER's pursuit of its remedies against Principal, shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent (ii) waivers of compliance with or nay default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (iii) the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under the Bankruptcy Code of 1978, as the same may be amended, or any 00605-2 IFB 12113-11 Sanford Ave. Streetscape similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. Any changes in or under the Agreement and Contract Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes therein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with Change Orders (unilateral and bilateral) or other modifications to the Agreement and Contract Documents. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. This Bond is intended to comply with the requirements of Section 255.05, Florida Statutes, as amended, and additionally, to provide common law rights more expansive than as required by statute. The Surety agrees that this Bond shall be construed as a common law bond. IN WITNE1SWHEREOF, this instrument is executed this the day of V Stage Door II, Inc. ATTEST: Principal (Contractor) .,era1/jt,ci22 .e.0 Secretary(Principal) By (Signature) .ss.xi! a E1-e,Z V PACE rr1 , ParctietiT 'Typed'p l?e Typed Name and Title • 3050 Dee Street o QROR SEAL) Address ' L a • .Z7: Apopka, FL 32703 ... City, State, Zip \ a- A ♦ _/, . • / 407-578-2918 407-578-2921 (Witness to cipal) Telephone No. Facsimile No. A �. .I Typed N. - e ATTEST: �� �/b[� i Merchants Bonding Company ( rety) Secretary Surety Rebecca A Robinson 602-955-0022 602-956-6908 00605-3 1FB 12/13-11 Sanford Ave. Streetscape Typed Name Telephone No Facsi 'le No -o- w..c► (CORPORATE SEAL), ca �! *. C.) ...... • S!t By: f Witness as Surety Attomey-in-Fact Margie Hall Ryan P Rothrock Typ V d Name Typed Name 2100 Fleur Drive Witness as to Surety Address Vince DeLuca Des Moines, Iowa 50321 Typed Name City, State, Zip 602-955-0022 602-956-6908 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is partnership, all partners shall execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power-of-Attorney appointing individual Attorney-in-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION 00605-4 IFB 12/13-11 Sanford Ave. Streetscape SECTION 00610 PAYMENT BOND Bond No. FLC82327 KNOW ALL MEN BY THESE PRESENTS: that Stage Door II, Inc. (Name of CONTRACTOR) 3050 Dee Street Apopka, FL 32703 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and Merchants Bonding Company (Name of Surety) 2100 Fleur Drive Des Moines, Iowa 50321 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1)City of Sanford, Florida hereinafter called OWNER, in the full and just Sum of Two Million, Five Hundred Fifty Seven Thousand,Seventy Five and 40/100 DOLLARS ($ 2 , 557, 075 .40 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred ten percent(110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is su that wheas, the Principal ente into a certain Agreement with the OWNER, dated th day of a copy of which is hereto attached and made a part hereof for the construction of 2) IFB 12/13-11; Sanford Avenue Streetscape. 1) Name of Owner 2) Name of Project identified in Instructions to Bidders The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, Materials, or supplies, used directly or indirectly by Principal in the prosecution of the Work provided for in the Agreement, then this obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 1. This Bond is furnished for the purpose of complying with the requirements of Section 255.05, Florida Statutes, as the same may be amended. 2. Therefore, a claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or 00610-1 IFB 12/13-11 Sanford Ave. Streetscape supplies shall, within forty-five (45) days after beginning to furnish labor, Materials or supplies for the prosecution of the Work, furnish the CONTRACTOR with a notice that he intends to look to the Bond for protection. A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or supplies shall within ninety (90) days after performance of the labor or completion of delivery of the Materials or supplies, or, with respect to rental equipment, within 90 days after the date that the rental equipment was last on the job site available for use, deliver to the CONTRACTOR and to the Surety written notice of the performance of the labor or delivery of the Materials or supplies and of the nonpayment. No action for the labor, Materials or supplies may be instituted against the CONTRACTOR or the Surety on the bond after one (1) year from the performance of the labor or completion of the delivery of the Materials or supplies. 3. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent, (ii) waivers of compliance with or any default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or(iii) the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. 4. Any changes in or under the Agreement or Contract Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes therein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with the Change Orders (unilateral and bilateral) or other modifications to the Agreement or Contract Documents. 5. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. ' IN W1TN S EREOF, this instrument is executed this the cR.5 day of Stage Door II, Inc. ATTEST: Principal (Contractor w j. I _�.._'ram s il�� i� 1 -4 _ _At, ��1 ecretary (Principal) By(Signature r ► - &1T L U�i Ac.K iT i -PQES/DEN; `s" yped '� yped Name and Title A, `C;; t_r) c, 3050 Dee Street _; ( i ATE SEAL) Address e � ,L'+ • • = 00610-2 • 106+1?, '3-11$anford Ave. Streetscape tI - 4 Apopka, FL 32703 City, State, Zip 0 , , 407-578-2918 407-578-2921 (Witness t•*'rincipal) Telephone No. Facsimile No. A Typed a e ATTEST: IZA.ti��, Merchants Bonding Company ( urety) Secretary Surety Rebecca A Robinson 602-955-0022 60 � T Typed Name Telephone No. Fe , pit:►�9N lb (CORPORATE SEAL . '." . _ mai I By: 1)-, Witness as S Surety Att ey-in-Fact �•s1 ..; Margie Hall Ryan P Rothrock Typ d Name Typed Name 2100 Fleur Drive Witness as to Surety Address Vince DeLuca Des Moines, Iowa 50321 Typed Name City, State, Zip 602-955-0022 602-956-6908 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power-of-Attorney appointing individual Attorney-in-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION 00610-3 IFB 12/13-11 Sanford Ave. Streetscape . • MERCHAN-11%\ BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint, individually, M.Decker Youngman III,Pamela J.Thompson,Ryan P.Rothrock,Steve P.Farmer of Daytona Beach and State of Florida their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 24,2011. "The President,Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 9th day of July , 2012 . ••---•. 1Ui•1 •• G 704./.. ;."4.r........-,� '�,\-- *..N"n.•. A • MERCHANTS BONDING COMPANY(MUTUAL) tea,.:/perORs�•.�o? .•,,*... m��ORPOR9��y�: MERCHANTS NATIONAL BONDING,INC. _0_ •'' •ry—:= -o- o; - .4::'' 2- -'3 .c .a'_ 1933 j;. yJ . By .., ,A. .•.....•..r"..-,, STATE OF IOWA i %� °. •••.. c \• a�� COUNTY OF POLK ss. """""'" .." ••••• President On this 9th day of July 2012 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. MARANDA GREENWALT _ L- ` ' Commission Number 770312 1 ���•« `-e C f At* u ow My Commission Expires October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , . �; _0_ o`'.1..1:i :1; •1—.-- -0- •• -4:: ., 'Z. : ••a' 1933 :Z• . Secretary v. 20ti.3 .�.c� . •..0. ••r• POA 0014 (11/11) �4;;. ..,. .rj '` �••d"/i `N • ' •. ,'r ••• . ,'.iVi,...,.,.....,. Brown&Brown of Florida,Inc. 220 South Ridgewood Avenue (32114) rown P.O.Box 2412•Daytona Beach,FL 32115 386/252-9601 • FAX 386/239-5729 rown INSURANCE® June 11, 2013 City of Sanford 300 N. Park Avenue Sanford, FL 32701 Re: Stage Door II, Inc. Obligee: City of Sanford Project: Sanford Avenue Streetscape IFB 12/13-11 Bond No.: FLC82327 Bond Amount: $2,557,075.40 Gentlemen: You are hereby authorized to date the Performance/Payment Bond and Power of Attorney on or after the date of the contract on the above project, provided that the contract is executed within a reasonable amount of time and that there are no material modifications to the contract the subject bond covers. Merchants Bonding Co R Ro rock: Attorney-In-Fact RPR/mh SECTION 00410 BID FORM PART 1 GENERAL 1.01 Description The following Bid,for the (1) IFB 12/13-11 Sanford Ave. Streetscape, is hereby made to City of Sanford, her after called the Owner. This Bid is submitted by(3) ,� T N C_ A ckl 2-76,; (1)Name of Project as shown in the Invitation for Bids (2)Owner (3)Name,address,and telephone number and email address of Bidder 1.02 The Undersigned: A. Acknowledges receipt of: 1. Project Manual and Drawings identified within the Project Manual. 2. Addenda: Number ` Dated ll 13 Number 2 Dated ' 3 Number 3 Dated 4 DT l3 Number Dated L4 MI /3 B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. 4. To accomplish the work in accordance with the Contract Documents. (Name of Project) BID FORM NAME OF BIDDER: S1 Cki C`p �c, J 00410-1 SPECLIB110712 5. To begin work not later than 10 days after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the work within calendar days of the date of the Notice to Proceed. 6. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 1.03 Bid Schedule The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. (This area left blank intentionally) (Name of Project) Cc11 BID FORM NAME OF BIDDER:-DT kAle 00410-2 SPECUB110712 M E RC HAN'-7N+\ BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING. INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the`Companies"), and that the Companies do hereby make,constitute and appoint,individually, M.Dcckcr Youngman III,Pamela J.Thompson,Ryan P.Rothrock,Steve P.Farmer of Daytona Beach and State of Florida their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name,place and stead,to sign,execute,acknowledge and deliver in their behalf as surety any and all bonds,undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 9th day of July , 2012 . �..` *11014,4�'%,, •.,�\NG CO4o•• MERCHANTS BONDING COMPANY(MUTUAL) ovo) 0RGj▪ Co ;•0;4.• v 09.9• . MERCHANTS NATIONAL BONDING,INC. _a_ 1/41• ;G :0:_ -o- o: v' 2003 �•n? •:y: 1933 ..e • By .,, mss••. . STATE OF IOWA •!��• *.•••��r`s. �•. fir `••• COUNTY OF POLK ss. 'I� """""'.... President On this 9th day of July , 2012 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING.INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof. I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. MARANDA GREENWALT ,� G: 7` Commission Number 770312 �• My Commission Expires October 28,2014 Notary Public,Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC, do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 16TH day of APRIL , 2013 . ,,,,..,w..,,,,,, �10t1� , • � OW C04'. ,tigt 41▪ 7- •yV �►:, . cli�fiG� 's ,�;�_ i DID FORM DESCRIPTION OF CONTRACT: SANFORD AVENUE SI'REF.1'SCAPE Pursuant to and in compliance with your Invitation for Bid,the Instructions to Bidders, Special I'rovisions,and other documents relating thereto,the undersigned hereby agrees to furnish all labor,materials,and equipment to do thc work in strict accordance with thc contract documents and all addenda, if any,issued prior to the date of this proposal at the price herein as follows: FDOT I EM UNIT 7 ITEM PRICE ITEM QTY. UNIT DESCRIPTION NO (Unit price TOTAL NO. (Unit Price in Words) in Numerals) GENERAL GENERAL CONDITIONS I LS @T,;(-)y i■ve 35,00O 3CI000 ALLOWANCE MOBILIZATION/DEMOBILIZATION _ 2 N/A 1 LS a 'lh;t--f 1'tv - R,,kce.,-Iit S`5,000 3rj,000 LUMP SUM MAINTENANCE OF TRAFFIC 3 102-1 1 LS @ �2v,;,,+,j give —rho o, 7 IUCO 15,000 LUMP SUM EROSION AND SEDIMENTATION CONTROLS 4 N/A 1 LS @ V7■ ti(nr,ek lSlCXXo (5, 000 LUMP SUM CIVIL/SITE CLEARING AND GRUBBING 5 101-1-1 1 LS @Tw�n� I{ ottcc..r 7-()r000? ZO 06 0 LUMP SUM STREET BRICK PAVERS WITH SAND BED 6 N/A 3100 SY @ Ft�f y Five I 6 , a) 110 L;UG SQUARE YARD SOIL CEMENT BASE,10"DEPTH 7 N/A 5200 SY @ Ctgh-}ii,- i O .0° 613,(sC'C> SQUARE YARD SUBGRADE STABILIZED,12"DEPTH 8 N/A 5400 SY @ r V G 5.ov Z7, cC SQUARE YARD MILLING EXIST ASPHALT PAVEMENT,1"AVERAGE 9 DEPTH 327-2 406 TN @ e n /0 00 Lj 1 o c 0 TON 11 TYPE"S"ASPHALT N 10 331-2 39.5 TN @ Orle ,A4t(eC( 449 I co,00 �r 61 2'' TON IFB 12/13-11 Sanford Ave.Streetscape NAME OF BIDDER: Stacie I1 c r FOOT UNIT ITEM ITEM PRICE ITEM Q'1'1'. UNIT DESCRIPTION TOTAL NO. (Unit price NO. (Unit Price in Words) in Numerals) PLAIN CEMENT CONCRETE PAVEMENT,8"THICK I I 0350-1-3 1850 SY a 5I X"Li (o .00 ( I I 1 00(1 SQUARE YARD PLAIN CEMEN T CONCRETE PAVEMENT,6"THICK _ 12 0350-1-1 905 SY a 7f)ir-11j ,S1 X 3(O 00 3z)5'o J SQUARE YARD INLETS,DT.BOT,TYPE C,<10' 13 0425-1521 1 EA @ On -1,cttcr,oc( ITV( ' Hltnd 1 NI 1 1jOO I,5 GC EACH INLETS,DT.BOT,TYPE D,<10' ���) 14 0425-1541 9 EA @1(,'( c_c•_ I h o,i S�,�c,� 3, 2-/,Oc o EACH INLETS,DT.BOT,TYPE 10,<10' 15 0425-1-211 3 EA Glfwc,Iho,tct.nk ,Ie (-I L∎,-crcc( 21cUU -7,x,00 EACH -r MANHOLE.P-7<10 16 0425-2-41 6 EA @ I W c; --i-he LtCA r-A 210O0 `'j_t0 0O EACH BAFFLE BOX // 17 N/A 1 EA @ Ix-f i`-,ouSn ( ,-,,k LO,000 .01000 EACH PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18"S/CD _ 18 430175124 1229 LF @'Th,(-4 1 h{e e 33 :6O gU1�5—i LINEAR FOOT PIPE CULVERT,OPTIONAL MATERIAL,ROUND,24"S/CD 19 430175118 25 LF @ I Lj Po.�r 5-1-1 .63 ( ,%5 o LINEAR FOOT PIPE CULVERT,OPTIONAL MATERIAL,ROUND,15"S/CD 20 430175115 45 LF ., } �� e Zir ( i 17-15. LINEAR FOOT SANITARY FO CE MAIN,12"PVC 21 N/A 50 LF @ Hell'CC HO.rj y .-(A 300,00 tS)000 LINEAR FOOT STEEL FORCE MAIN CASING,20"STEEL 22 N/A 30 LF • . 4 Q • ,, ' ,l- -)y1--4 2D ( .-1`d G ,05 3 ,(-10 LINEAR FOOT WATER MAIN,6"PVC /r 23 N/A 175 LF V 'W zsr,�,��uv�l a,rid 1\J,n4 yj Nr el.(_ 29 •611 q,37'3 .25 LINEAR FOOT IFB 12/13-11 Sanford Ave.Streetscape NAME OF BIDDER:c„-Fay. (I f UNIT FDOT ITEM PRICE ITEM QTY. UNIT DESCRIPTION TOTAL. NO. (Unit price NO. (Unit Price in Words) in Numerals) r ``WATER MAIN,8"PVC j 1 �j /, 24 N/A 62 LF a`OS{L�1"IVC Arf,, ,pin- l i v e. U c),16 21�3 li.-..)O LINEAR FOOT WATER MAIN, 10"PVC 25 U N/A 1850 LF `1 ❑ F (-f c-it 'I CIS.00 S)3'Z,L60 LINEAR FOOT WM GATE VALVE WITH VALVE BOX, 10" 1 26 N/A 4 EA @ FO..tr- t\--‘c+t � SO, ct LI goo 1L,coo EACH TAPPING SLEEVE WITH VALVE,6" /�,1 27 N/A 3 EA a ICI L� -1 11C,1 tiCCti►1C( Z i W Q IOOO EACH TAPPING SLEEVE WITH VALVE,8" 28 N/A I EA @ l hr ec) —Tho,ac.0,-,k 3,Cx%b 3,UCU EACH TAPPING SLEEVE WITH VAALVE,10" _ I 29 N/A 1 EA @V�,r.rii∎n.i.5r,n(∎ cr [l(tr1611 J. LI ga � LI GOO EACH TAPPING SLEEVE WITH VALVE,BY-PASS PIPING 30 N/A 1 EA AND LINE STOPS,12"—I I @ fn,.r 'rO c,,,O �,C)DO II ()CO EACH WM AIR RELEASE VALVES S _ / >' 31 N/A I EA @ i kr c.c_. �LoLc<<-A_ 3(000 3,UVU EACH _ FIRE HYDRANT,INSTALL �(• 32 1644-114 2 EA @ r e,L(✓ l!,O n. r et u (COO % i Co n EACH FIRE HYDRANT,RELOCATE 33 1644-800 2 EA @ IWf,t1,,GtiGC.�.41. Five i1,...)da eri 2 500 C/o() C) i EACH PEDESTRIAN HANDRAIL 34 0515-2303 12 LF @ C)�-t e I-L-1 i k \---- Eft (S Q,00 I,�S O C LINEAR FOOT CONCRETE CURB,TYPE D,INCLUDES TREE PLANTERS 1-15 1 35 0520-2-4 2500 LF @ j�ti-�-e C11 j D .CL OO Q LINEAR FOOT IFB 12/13-11 Sanford Ave.Streetscape C � NAME OF BIDDER:v bOU,' UNIT FDOT ITEM ('RICE ITEM ITEM QTY. UNIT DESCRIPTION NO (Unit price TOTAL NO. (Unit Price in Words) in Numerals) THERMOPLASTIC SOLID WHITE, 12" 36 710-11-123 100 LF a7(„JQ 6._,14 Ten 2 . 10 110 .( O LINEAR FOOT THERMOPLASTIC SOLID WHITE,24" 37 710-11-125 284 LF @ Ikr eti r,r,S, 91'14 LA Fu LINEAR FEET �J THERMOPLASTIC SOLID WHITE,6" 38 710-11-121 167 EA @ L LINEAR FEET THERMOPLASTIC SOLID YELLOW,6" 39 710-11-221 90 LF n 6 tl C cn r�c■ et I , LS ci LINEAR FEET CONCRETE CURB&GUTTER,TYPE F 40 0520-1-10 60 LF C J 60 1r tL-D O LINEAR FEET (3 RELOCATE EXISTING SIGNS '\ 41 700-2011 8 EA @ (3 �1 ��Y �r ec� 100 .00 Soo oU EACH ELECTRICAL STREET LIGHT,DECORATIVE 20'CONC.POLE l+ ��\ j r`�^ '/� 42 54 EA @C�`lc1 icc, A c.e , �� n�tC( Iilf , _)l) l) 050,(0 U c^- EACH lh,C49 STREET LIGHT,LUMINARE I f f' 43 54 EA @0 - T-.o,.s c .r� U;�v Ti t,..c�(cc 1,123.10 (O 0Lf 7.140 Tv,t'e Z c kEACHTC RECEPTACLES,ALLOWANCE I �` 44 I LS FO1. b{{lc Ti.r.ain.,d �In� Hunt+vc 410440.3 /) ul 1 3o FV ur},.) Six l cl LUMP SUMThi(� CONDUIT AND WIRE,ALLOWANCE i 45 1 LS @llru tl�,rt Pa�S,k4� )hog nc\ T" 16,0,Z�t��.761c6r2a9,10 Rt."&crl N) IA rv4LUMP SUM o-Ad- SC y /� SERVICE POINTS,ALLOWANCE 46 1 LS @On i,i nit e• 11,1;14- �rw —rho,ASc�4 I3q,�l,1t) 13 FoC{,) Cane_ c�-r� LUMP SUM I-e-n y/ l HARDSCAPE ELEMENTS IFB 12/13-11 Sanford Ave.Streetscape NAME OF BIDDER:St-ay '-),' �L UNIT FOOT ITEM PRICE ITEM ITEM Q7'1'. UNIT DESCRIPTION 'TOTAL NO. (Unit price NO. (Unit I'ricc in Words) in Numerals) CONCRETE SIDEWALK,4"TII BROOM FINISH / / 47 20150 SF @ `1 0 c 0 SQUARE FEET ADA PAVERS AT RAMPS,3-1/8"CONCRETE PAVER WITH 48 30 SF TRUNCATED DOMES r, 'S Q V-C t�.c ;., O 150 .co SQUARE FEET BRICK PAVER ACCENT AT CROSSWALKS,3-1/8"BRICK 49 2000 SF PAVER f.9 v r., 7.vo IyOOC SQUARE FEET ECORATIVE BOLLARD, AL MINUM _ I ' 50 60 EA @ e�c.�� �,sr�t r� Et 4U I`j_0.00 `ISM600 EACH J TREE GRATE,6'x 6'PAVER GRATE 51 28 EA nl-trvo ike),.se,. �IVC R.-t.exti"et( ZicOC) -761060 EACH TACTILE WARNING STRIP,2-3/8"CONCRETE PAVER WITH 52 2806 SF TRUNCATED DOMES C l.e_V z,, .00 3o, G� SQUARE FEET PEDESTRIAN PAVERS EACH CORNER,2-3/8"BRICK PAVER 53 10300 SF SQUARE FEET PEDESTRIAN PAVERS AT PAVER GRATES,2-3/8"BRICK 54 1100 SF PAVER @ f �.UO �' �560 SQUARE FEET PEDESTRIAN PAVERS(MATCHING TACTILE STRIP) 55 2000 SF BRICK PAVER 1 0 0 ' coo ii @ (11 Ct� SQUARE FEET BENCHES,6'LENGTH W/CENTER ARM 56 16 EA @Tv�c• kc.) c.net (n/c 4>',� rz� �2 �ZL 0 IZnn EACH BIKE RACKS,STAINLESS STEEL 57 7 EA @ 11n{ e 2 11 n d f <c 30°,00 L l (o c EACH TRASH RECEPTACLES,SIDE OPENING,35 GALLO 58 16 EA @ Vitelinc nsn (-NA_ Ut,r� tiurar�C 1)1 0 0 2.1 i.Oo EACH IFS 12/13-11 Sanford Ave.Streetscape NAME OF BIDDER: G1L�" (.l)Q y FDOT UNIT ITEM ITEM PRICE ITEM QTY. UNIT DESCRIPTION NO. (Unit price TOTAL NO. (Unit Price in Words) in Numerals) CONCRETE RIBBON CURB,12"x 6"BACK OF SIDEWALK 59 3178 LF @ r 00 '3(/7 LINEAR FEET HERITAGE MARKERS WIT'I LED LIGHTS / 60 9 EA a Six �ik ckt -ck (ccc' .cO JLJU0 EACH DECORATIVE SIGN POLE,4"FLUTED WITH ACORN FINIAL 61 11 EA n SO( f1 „v•clt ,c( WO ( (rOC EACH DECORATIVE STOP SIGN,30" 62 9 EA @ St' tar1c( f r� CO(c O 5,L�(lO EACH DECORATIVE STREET SIGN PANtEL,TWIN SIGN @ 90 / 63 9 EA @ i•-), 11 LA t elf edl (9 UO .--it-f00 EACH DECORATIVE REGULATORY SIGN 64 2 EA n(.5no-11\OUSmnk1'ive �It�n�cc ( t )U 3,000 EACH LANDSCAPE ELEMENTS FURNISH AND INSTALL TREE 65 - 94 EA High Rise Live Oak(200 gal;20'x 14';6-1112"cal.;6'C.T.) r ` . (W L 1 ©(Utn? Hunritrc Iblrt,f thr-ct r&r,d 7. 1� ��oDC� t �U co EACH FURNISH AND INSTALL ACCENT SHRUB 66 - 1 EA Soft Leaf Yucca(7 gal;24"hei t) 1 / �7�7 r, @, I�h Gil�� �Pve,�G.rirJv 1∎4.4 1 �� �V L1 �t1 EACH J FURNISH AND INSTALL ACCENT SHRUB 67 - 3 EA Cardboard Palm(71 gal;24"height) 4 @\ O 4.1,3 L�1 (�nA �rq�,rvt FiVf � C `� � `l .9;EACH 7 J FURNISH AND INSTALL GROUNDCOVER 68 - III EA Blue Lily of the Nile(1 gal.,12"spd.) tt t� 2� q c @ 'l\- .Q C Lx 'CA cc- EACH IFB 12/13-11 Sanford Ave.Streetscape i NAME OF BIDDER: Gl? Ia ,� / _ I FDOT UNIT ITEM ITEM PRICE NO. ITEM QTY. UNIT DESCRIPTION (Unit price TO'T'AL NO. (Unit Price in Words) in Numerals) FURNISH AND INSTALL GROUNDCOVER 69 - 78 EA White Lily of the Nile(I al.,12"spd.) « 4,t �.; �t�,� i �;,. .H5 "Lr. , (C� EACH FURNISH AND INSTALL GROUNDCOVER 70 183 EA r Yellow Bulbinc tt }U fl 4 (3gal., 18"x 18") 9,2_0 I,C n 3 (c o al-Wt W P'i+J EACH FURNISH AND INSTALL SHRUB 71 - 11 EA (� Cigar Plant(3 gal.,18"x 18") r Z6 10 I .10 ) EACH FURNISH AND INSTALL SHRUB 72 - 15 EA Full Moon Coreopsis(1 gal.,12"x 12") ' ` U n .00 Si>r, EACH FURNISH AND INSTALL SHRUB 73 - 816 EA Yellow African Iris 1 al.,12"x 12" EACH FURNISH AND INSTALL SHRUB Le-lo 74 - 75 EA '' Blue Daze(3 gal.,18"x 18") q .2 G .)0 EACH FURNISH AND INSTALL VINE 75 - 83 EA Creeping Fig I gal. 15"runners) G � � ll� (o b �3�'1.S0 @ \v l l.r' r�..t- i iX+ EACH FURNISH AND INSTALL GROUNDCOVER 76 - 12 EA Orange Daylily(1 gal.) ,r I O @ 0,44 e4-4 F'� EACH FURNISH AND INSTALL GROUNDCOVER 77 - 12 EA White Daylily(1 gal.) 3 LI S @ t,fEc_ c c F0( 4-j YtNi-P EACH FURNISH AND INSTALL GROUNDCOVER 78 - 10 EA Blue Rugg Juniper(3 gal.,15-18"spd) g I (\S O o .50 @ t� 1 A- n r1G� F1 V EACH IFS 12/13-11 Sanford Ave.Streetscape NAME OF BIDDE ay° bno,' 1-f- UNIT FDOT ITEM PRICE ITEM ITEM QTY. UNIT DESCRIPTION (Unit price TOTAL. NO. NO. (Unit Price in Words) in Numerals) FURNISII AND INSTALL GROUNDCOVER 79 - 424 EA White Pcntas(I gal., 12"s d) 13 I Li I y h72 ��0 @ Ihrer ctnd Fr-ftj FrIvC, EACH FURNISH AND INSTALL SHRUB 80 - 381 EA Yew Podocarpus(3 gal.,24"height x 12"spd) 0t) 1310 61.0L-S" a icy h f p,.no Ft N. EACH FURNISH AND INSTALL GRASSES 81 - 27 EA Blue Eyed Grass(1 gal.) U I'zy , 20 a FCUu f Qn(A Si-X (A EACH 11 FURNISH AND INSTALL SHRUB 82 - 35 EA Florida Friendly Gold Sedum(I gal.) 3 .-1S (20 ,'?c @-111ree cKni Forfu, rvt EACH FURNISH AND INSTALL SHRUB 83 - 21 EA Variegated Snake Plant(1 gal.,10-15 leaves) 4 lG 0 q O @ Fa— aoct 5;x4(3 EACH FURNISH AND INSTALL GROUNDCOVER 84 - 222 EA Dwarf Confederate Jasmine(1 gal.,12-15"runners) 3 L.+s 1 G5 ,'\C) @ 1 Vu-co e'.cY\ c t � ci Y r. EACH FURNISH AND INSTALL SOD 85 - 1123 SF Empire Zoysia(solid sod) I 1 1,21 I Ltc @ t wr. SQUARE FEET FURNISH AND INSTALL GROUNDCOVER 86 - 449 SF Perennial Peanut(solid sod) 3 .LAC j,5L{"I ex.r,...A. V-4(f.� Five l SQUARE FEET FURNISH AND INSTALL MULCH 87 - 54 CY Cypress Mulch,3"Depth Compacted as, i h;(1-) S I x a nr\. t 1-,-F CUBIC YARDS FURNISH AND INSTALL PLANTING SOIL,ALLOWACE 88 - 1 LS 18"depth all planting areas,4"depth all turf areas 0-01z „+,r ,{�, r tc SI,51 F;k-tL) LUMP SUM IFB 12/13-11 Sanford ye.Streetscape }" NAME OF BIDDE?: A CG✓ 1L FDOT UNIT ITEM ITEM PRICE ITEM QT1'. UNIT DESCRIPTION (Unit price TOTAL NO. NO. (Unit Price in Words) in Numerals) IRRICATION FURNISH AND INSTALL IRRIGATION 89 - 293 EA Bubblers U , 'S 3 p'32 tt _ _ EACH FURNISH AND INSTALL IRRIGATION 90 - 234 EA Pop Up Spray Head �� 2C_ Lip 36,.co rt t EACH FURNISH AND INSTALL IRRIGATION 91 - 1 LS POC and Meter �' QQQ s,00 0 LUMP SUM FURNISH AND INSTALL IRRIGATION 92 - 21 EA Brass Valve 091 J4 EACH FURNISH AND INSTALL IRRIGATION 93 - 26 EA Electric Valves �C/ 1qo / ' Liu J is `7 -1 EACH FURNISH AND INSTALL IRRIGATION 94 - 13900 LF Other Equipment(lateral,mainline,sleeving,etc.) 2.'3o 3/ 6170 LINEAR FEET FURNISH AND INSTALL IRRIGATION 95 - 1 LS Other Equipment(controller&rain sensor) 65 2 5,5U LS- LUMP SUM FURNISH AND INSTALL IRRIGATION 96 - 47 EA Valve/Junction Box 23 ,vc) 1,Ug t-o0 �J EACHH �1 TOTAL BASE BID IN FIGURES s 2 121 11 ( , (v TOTAL BASE BID WRITTEN IN WORDS: . • • " t . • k . . ert. • • ■ .. I • i s •_. 0-n • n In the event that the Bidder believes that the cost of any pa f the Work is not reflected in the bid items listed in the Bid Form,the •t for that part of Work should be included in a listed bid item or items so that the total base bid represents the total price for completing the Work in its entirety. IFB 12/13-11 Sanfordd Ave._ Streetscape NAME OF BIDDER_J IJGet% UNIT FDOT ITEM PRICE ITEM ITEM QTY. UNIT DESCRIPTION (Unit price T'O'1'A1, NO. NO. (Unit Price in Words) in Numerals) ALTERNATE ELEMENTS RAIL 97 - 1584 LF 3"x 2"x 1/4"Steel HS Tube&6"Concrete Footer 10■o o is I p�c u \ Z71 V 0 V LINEAR FEET BRICK PAVER ACCENT ALONG RAIL c/ 98 - 1600 SF @ et,pi- 0 .00 17,co(.) SQUARE FEET FESTOON LIGHTS,RGB LINEAR FLEX LED /}C} 99 - I LS a -v4 , ,n,tt cot,C,ellA �c.ticn (l'lo,�Sc r1A. Lb 1 S]o.ic Z I,57U. (C f'1vC H��rrl,rcc� �Jey1i'�MPSUM n& F1ft c- '\ ' CUSTOM CATENARY POLE,DECORATIVE 23'CONC.POLE 100 - 16 EA AND FIXTURE ASSEMBLY (` /M` (!El OA T`,��i.,,,,,'1(1 V()�. 111�,,c(c c. }L,.,,e. l I� I(.�,cI()L/ EACH GATEWAY STRUCTURE I _ 101 - 1 LS @ ct4l Y 1 c (4-�a:r.,c.v-A cS t00) �.�6 ,00)0 LUMP SUM BOX`MARKERS"ON RAIL 102 - 5 EA @ 1i v c N i n.-,c?�di r t1 t_,-00. Z,50 O EACH ELECTRICAL CONDUIT WITH PULL CORDS +/ 103 - 3200 LF @ J I XCP,o� t(0 400 CS k 1Too LINEAR FEET EVENT POWER,ALLOWANCE 104 - I LS @ t'tii(4ext1 Tko,niot-rrd 131000 )3 ,000 LUMP SUM GRANITE(RECYCLED)TREE PLANTERS / 105 - 600 LF @ -�n » .OD (01()C>CD LINEAR FEET SCREEN WALLS,BRICK wmi PRECAST CAP 106 - 200 LF @ t J n e d- to.-,c1.,r a -i /CO PO 0,000 LINEAR FEET GATEWAY PARK RAISED PLANTERS/SEAT WALLS, 107 - 363 LF BRICK WITH PRECAST CAP CG-,pO @ rt-k--�- e\ �;.1 l9,(IV.: LINEAR FEET IFB 12/13-11 Sanford jAve.Streetscape NAME OF BIDDEl JIGt�9L. L.0)()✓1J i UNIT FDOT ITEM PRICE ITEM ITEM QTY. UNIT DESCRIPTION TOTAL NO. (Unit price NO. (Unit Price in Words) in Numerals) PAULUCCI PARK SEAT WALLS, 108 - @ 80 LF BRICK WITH PRECAST CAP 53 U 0 (I W O F,fi-i , 1 1 LINEAR FEET PAULUCCI PARK HARDSCAPE, 109 - 1956 SF BRICK PAVERS ( Uo (3+(c�2 @ SCE e fl t lJ SQUARE FEET i PAULUCCI PARK HARDSCAPE, 110 - 843 SF CONCRETE WALKS rj 100 LIB 215 @ Ct y-. SQUARE FEET PAULUCCI PARK-FURNISH AND INSTALL ACCENT SHRUB 111 - 8 EA Seabreeze Timber Bamboo(15 :al;6'-I5'height;5 canes min.) NT I O I/-I h. , 6 • a - A A O:r,A. 'Tc—s EACH PAULUCCI PARK-FURNISH AND INSTALL ACCENT SHRUB r� 112 - 3 EA Big Leaf Hydrangea(15 gal;36" /-7 x 36") 1 1 7, (() 63, 3o o.„ok. -^-�� EACH PAULUCCI PARK-FURNISH AND INSTALL ACCENT SHRUB + /, G� (J 113 - 2 EA Annabelle Hydrangea(15 gal;36"x 36") r 7 7, /U rS'5 + ,2_a �. n e N t ea, ,t e.,-,-� S QA,� . Uy '` `� EACH PAULUCCI PARK-FURNISH AND INSTALL TREE 114 - 2 EA Pink Tnunpet Tree(30 gal;8'-10') gg,L Z5 (7-7 , t C) @ c;'ril,i z.at 6‘1-t orA C.---M‘, C‘Isi Q. EACH PAULUCCI PARK-FURNISH AND INSTALL 115 - 112 EA GROUNDCOVER Blue Lily of the Nile(1 gal.,12"spd.) Mc i,,t-10 @�h 1-e Q_ c,.�� 1/v. Gt 4-� EACH PAULUCCI PARK-FURNISH AND INSTALL 116 9 EA GROUNDCOVER Cast Iron Plant(3 gal.,15-20 leaves) f/. /03,5-o @ evrV\ C>.rk c-t--f-k-4 EACH IFS 12/13-11 Sanford Ave.Streetscape NAME OF BIDDERS (A 1.0 O UNIT FDOT ITEM PRICE ITEM ITEM QTY. UNIT DESCRIPTION (Unit price TOTAL NO. NO. (Unit Price in Words) in r Numerals) PAULUCCI PARK-FURNISH AND INSTALL SHRUB 17 - 40 EA Yellow African Iris(I gal., 12"x 12") ,(-IC I `'Q (-)Q■ EACH PAULUCCI PARK-FURNISH AND INSTALL SHRUB 118 - 6 EA �, Leopard Plant(1 gal.,12"spd) I L t 20 ,-7 0 a IV1 . (fink 1"4irt t")Yr EACH PAULUCCI PARK-FURNISH AND INSTALL 119 - 5 EA GROUNDCOVER r / Butterfly Ginger(1 gal.,24"height) 1 - ■�� (A •2 lvJeive cxncl Cixf,� Ylv€ EACH PAULUCCI PARK-FURNISH AND INSTALL SHRUB 120 - 71 EA j Schilling's Dwarf Holly(3 gal.,12"spd) 0 ,(1 (D� ' sq- . @F9 + anct Fi'Ve EACH PAULUCCI PARK-FURNISH AND INSTALL 121 - 7 EA GROUNDCOVER � ` ,_.1.- Peacock Girls(1 gal.,12"spd) 10 ,'- 12 ` ' tS @ I-. .-1'1 O4 H-11(1 t� -11-l e EACH J PAULUCCI PARK-FURNISH AND INSTALL 122 - 13 EA GROUNDCOVER u Sci 'CU Boston Fern(I gal.,6-8 ppp) t '(d @ °�,1r Gu-,<). 5 keij EACH PAULUCCI PARK-FURNISH AND INSTALL 123 - 33 EA GROUNDCOVER Li S 11 q Cinnamon Fern(1 gal.,6-8 ppp) @14'1(QD Chic ro(13 Y IU z EACH J 124 PAULUCCI PARK-FURNISH AND INSTALL - 110 EA GROUNDCOVER 2 Mondo Grass(1 gal.,6-8ppp) J q S 3-76 ,S o 1 EACH PAULUCCI PARK-FURNISH AND INSTALL SHRUB 125 - 44 EA Yew Podocarpus(3 gal.,24"height x 12"spd) @ L.t\\-,1 Grx 4 rt./e ,06 35i-1 .2 0 EACH IFB 12/13-11 Sanford Ave.i— Streetscape NAME OF BIDDER: , 1 n Gc.i'---1)GC.)t �. UNIT FOOT ITEM PRICE ITEM ITEM QTY. UNIT DESCRIPTION (Unit price TOTAL NO. in NO. (Unit Price in Words) Numerals) PAULUCCI PARK-FURNISH AND INSTALL 126 17 EA GROUNDCOVER C7 Mona Lavender(I gal.,12"spd) L"{ LO 71 .20 @ Fou an& ?(>c� EACH PAULUCCI PARK-FURNISH AND INSTALL 127 - 37 EA GROUNDCOVER y .Lo no White Phlox(1 gal,12"spd) nc 1 >crf) EACH PAULUCCI PARK-FURNISH AND INSTALL SHRUB 128 - 14 EA X,anadu Philodendron(3 gal.,18"height) t .S O l � ' .QQ @ G CA,t r\ ( tl EACH J, PAULUCCI PARK-FURNISH AND INSTALL SHRUB 129 - 21 EA Persian Shield(3 gal.,18"x 18") (y0 @ EACH PAULUCCI PARK-FURNISH AND INSTALL SHRUB 130 - 49 EA Florida Friendly Gold Sedum(1 gal.) 3,t Js !(1 EACH PAULUCCI PARK—FURNISH AND INSTALL SOD 131 - 156 SF Empire Zoysia(solid sod) ( lc- 11 CI ,`( d @VC -c_ea('N SQUARE FEET PAULUCCI PARK—FURNISH AND INSTALL MULCH 132 15 CY Cypress Mulch,3"Depth Compactedl 11 @5e- J P41T-e_2 JC-1-v0 e CUBIC YARDS PAULUCCI PARK—FURNISH AND INSTALL PLANTING 133 - 1 LS SOIL,ALLOWANCE 18"depth all planting areas,4"depth all turf areas ��q--) 1 CC l C‘\\nky LUMP SUM PAULUCCI PARK—FURNISH AND INSTALL IRRIGATION 134 - 12 EA Bubblers )Q 3, t- '2L/ 2,0 EACH PAULUCCI PARK—FURNISH AND INSTALL IRRIGATION IFB 12113-11 Sanford Ave.Streetscape NAME OF BIDDER: xy l TJ(2 UNIT FDOT ITEM PRICI: ITEM ITEM Q1'1'. UNIT DESCRIPTION (Unit price TOTAL NO. NO. (Unit Price in Words) in Numerals) 135 - 44 EA Pop-Up Spray Head c .co EACH PAULUCCI I'ARK—FURNISH AND INSTALL IRRIGATION 136 - 3 EA Electric Valves (C ( L!U Li coq 2C J rCGtUrNIA.-,cf E(� �:fft 1?t 0,Yd\Grim EACH PAULUCCI PARK—FURNISH AND INSTALL IRRIGATION 137 - 70 LF Other Equipment(lateral,mainline,sleeving,etc.) 2 ,30 1(01 .00 LINEAR FEET FURNISH AND INSTALL IRRIGATION ) (/_ 138 - 3 EA Valve/Junction Box (L3 .00 (., .00 n 1V�t�1�. ��1f ex EACH POTABLE WATER CONNECTIONS 139 - 2 EA r,c)w e t-1 ti-i:n c C ) CO l '2 Li Go EACH REMOVE ASPHALT PAVING FROM EXISTING BRICK 140 - 8500 SY - ll PAVERS 21 .00 2 r�G 500 @ 1 Wet 1J �(�e VV SIQUARE YARD REMOVE,CLEAN AND PALLETIZE 141 - 8500 SY EXISTING BRICK PAVERS @ six 'o . 00 511000 SQUARE YARD WATER METER CONNECTION f` 142 - I I EA @Oft-e- �\--No v.Sc�rcL� !0o0 (1,U0 O EACH TOTAL ALTERNATE ITEMS BID IN FIGURES S 9 55 Co I . N,r.0 TOTAL ALTERNATE BID WRITTEN IN W ORDS: ri Un kr f 17: Yy_f.. x (tncll eoit Lie 11Z-v`l Ct ft �� _ t I t"tillT�� ti\I< l ,ecc In the event that the Bidder believes that the cost of any part of the Work is not reflected in the bid items listed in the Bid Form,the cost for that part of Work should be included in a listed bid item or items so that the total base bid represents the total price for completing the Work in its entirety. TOTAL BASE+ALTERNATE ITEMS BID IN FIGURES S )O7(a)12_g TOTAL BASE L+ALTERNATE BID WRITTEN IN WORDS: t t_ or, ]�.l�+Ytt� S1� �kaA.C. art Se vex 14 tA.nAfrr'� �tnit,� r�Vll MCA IWtY\ . t iJ� Co-diS IFB 12/13-11 Sanford Ave.Streetscape NAME OF BIDDER: J l 11 I ,II SECTION 00430 TRENCH SAFETY 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 Units of Unit Unit Cost Extended (Description) Measure Quantify Cost (LF,SY) A <. rfk, LF 116 (t 1- / 3, 1-1( A, 00 B. C. D. TOTAL: 31-16(.. 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. NOTE: BEFORE EXECUTION,CONTRACTOR IS REQUIRED TO REVIEW SECTION 00430. 00430-1 IFB 12/13-11 Sanford Ave.Streetscape Trench Safety Statement Submitted, signed and sealed this N day of Apr 1 , 2011. —0;3V124e_gg CONTRACTOR SIGNATURE By: ?de Pded PfrA(eft-h- PresIfGlf61 Printed Name Title 305() Deg 327c3 Business Address ",.,,.y PAMELA R.LYBARGER ATTEST: `* MYCOMMISSIONa0D96981s •'•4e' Bonded Tn u Not:APPubBc nderwdters Signature g Z Seal 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 ) D day of Apr I I 1 , 2011. -f 9). By: VfCOONTTRACTOR SI NNATUR i� e+67 �(�1C=Q V� l i -Y►�-S 1 rt Printed Name Title Ap> L FL 32 iv3 Bu =ss Address 1 ATTES /- ' ; '", MvMSS owrwduGSS�sa1s //s . A _ - ature / END OF SECTION 00430-2 IFB 12/13-11 Sanford Ave.Streetscape Trench Safety Statement SECTION 00432 NON COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1. States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. C.� c. I3 4 I Ili Bidder C...colotet„bec ) 14k /13 Signature of Authorized Representative (Affiant) Date PeV V. f'l i l t.tai 1 I / M'f 1 e t'v Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF 0/(44 )(it STATE OF FLORIDA On this ('S day of Oct I , 20 , gfor�me,the'undersigned Notary Public of the State o Florida, personally appeared ,Q., -e- 0r► 2,1 IFB 12/13-11 Sanford Ave. Streetscape 00432-1 =��• My ,''kt fie:201 Si�� AFFIDAVIT Fylawas• mteB a + rns _____________\ gdedu unden whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me as produced 1-f tLn as identification. Notary Publi i nd fo(he County and State Aforementioned) SEAL My commission expires: ,4r;,.y.,, nvirlA LraARSER `► ,• '' ` MY c0Mwjss ON t DD 969816 EXPIRES:April 11,2014 END OF SECTI >fitt BorMedThruNotaryPubtieU"decraBers • IFB 12/13-11 Sanford Ave. Streetscape NON COLLUSION AFFIDAVIT 00432-2 SECTION 00434 CONFLICT OF INTEREST AFFIDAVIT Project Name: Sanford Ave. Streetscape Bid No.: IFB 12/13-11 The Affiant identified below deposes and states that: 1. The below named Bidder is submitting an Expression of Interest for the City of Sanford project named above. 2. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 3. The Affiant states that only one submittal for the above project is being submitted and that the below named Bidder has no financial interest in other entities submitting proposals for the same project. 4. Neither the Affiant nor the below named Bidder has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the Bidder's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project 5. Neither the Bidder nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state,or federal agency. 6. Neither the Bidder, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7. I certify that no member of the Bidder's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 8. I certify that no member of the Bidder's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. 9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the below named Bidder,will immediately notify the City of Sanford in writing. IFB 12/13-11 Sanford Ave. Streetscape CONFLICT OF INTEREST AFFIDAVIT 00434-1 I(j err;% ; jn J_. Bidder 61' 713 Signature of Authorized Represen ative(Affiant) Date -P .der V. -Pi c i} t Printed or Typed Name and Title of Authorized Representative(Affiant) COUNTY OF ni,a oc , STATE OF FLORIDA On this 1.3 day of a rl L , 20 l 3 b�fpr�e, the ndersigned Notary Public of the State oil Florida, personally appeared K,4,( V• (JiQC�G�h whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me o s produced t--V1d1Jn , as identification. ( otary Public In d for th County �== •v'•t "•il'= S.: ,•, :A: MY COMMISSION#DD 969816 SEAL My commission expires: ~- EXPIRES:Aptil11,2D14 END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape CONFLICT OF INTEREST AFFIDAVIT 00434-2 SECTION 00436 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT Project Name: Sanford Ave. Streetscape Bid No.: IFB 12/13-11 The Affiant identified below attests to the following: 1. I understand that a "public entity crime" as defined in Section 287.133(1)(g), Florida Statutes, means a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 2. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crimes,with or without an adjudication of guilt, in any Federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 3. I understand that an "affiliate" as defined in Section 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or an entity under the control of any natural person who is active in the management of the entity and how has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 4. 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. FLORIDA STATUTES ON IFB 12/13-11 Sanford Ave. Streetscape PUBLIC ENTITY CRIMES AFFIDAVIT 00436-1 5. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Note: indicate which of the below statements apply) _Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agent who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before an Administrative Law Jury of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Administrative Law Jury determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (You must attach a copy of the final order.) I understand that the submission of this form to the City of Sanford is for the city only and, that this form is valid through December 31, of the calendar year in which it is filed. I also understand that i am required to inform the City prior to entering in to a contract in excess of the threshold amount provided in section 287.017, Florida Statues, for category two of any change in the information contained in this form. C Bidder FEIN No. f13 Signature of Authorized Representative (Affiant) Date cPer Cl- C� c }ni Ir Printed or yped Name and Ti JC ( t * of Authorized Representative(Affiant) COUNTY OF CO, )l }{ STATE OFF FLORIDA 1 On this 1 7 day of a 1 , 20 - . , befU-e e, the u rsigned Notary Public of the State of Florida, personally appeared qr V. i gC4?n3 whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced X-nifloV 1 , as identification. FLORIDA STATUTES ON IFB 12/13-11 Sanford Ave. Streetscape PUBLIC ENTITY CRIMES AFFIDAVIT 00436-2 lia 10.14 E}AEA' a BAAR�(N o i r‘,/ Public in an r for th- County and State Aforementioned) • mmission expires: END OF SECTION FLORIDA STATUTES ON IFB 12/13-11 Sanford Ave. Streetscape PUBLIC ENTITY CRIMES AFFIDAVIT 00436-3 SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT Upon award recommendation or ten (10) days after opening, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. 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 of Sanford. If the Bidder submits information exempt from public disclosure, the Bidder must identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Act, identifying the specific exemption section 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 Bidder agrees to defend, indemnify and hold the City harmless in the event we are forced to litigate the public records status of the Bidders documents. Bidder 440c.A, 9/l8 3 Signature of Authorized Re re n a ive(Affiant) Date P i 9 p ( ) .,' V VI(VC id i 1 f�i ()C,i l " Printed or Typed Name and Tit e of Authorized Representative(Affiant) COUNTY OF Qu' \iY STATE OF FLIDA On this ( O day of a , 20 1' , b f e, the ndersigned Notary Public of the State o Florida, personally appeared Q, �) V\Wen4--1 whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or s produced ..,1/1.v1,..Y✓l , as identification. 4, ,o 2.1t5 ( ary Public in an or the County and State Aforementioned) .r..........A4 fission expires: 1 0 PAMELA R.LYBARGER . MY"181,IONiDD969816 EXPIRES:April 11,2014 41; ` Bowled narr Notary w uadarwraera END OF SECTION l — IFB 12/13-11 Sanford Ave. Streetscape COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT 00438-1 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. Name of-Bidder t �C� C_ S I /11201)et,, r ( '--57, 705 LiO) 57 , 1CtlSS 5)I: <i,t 71,, Address of Bidder phone No. of Bidder Bidder E-Mail Address Bidder's Contractor's License No(s).(nC()LI9ta Ci g (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 A Corporation Principal Office Address: 1. If Bidder is a corporation, answer the following: Date of Incorporation: 161-/-2- State of Incorporation: " k.hr 1 C` C, President's Name: F%={'.r� PI Gi C A.\-1- I Vice President's Name: 1�<� -�z_ t'nr" 1 f 2. If Bidder is an individual or a partnership,answer the following: Date of Organization: Name,Address and Ownership Units of all Partners: State whether general or limited partnership: IFB 12/13-11 Sanford Ave. Streetscape BIDDER QUALIFICATION AFFIDAVIT 00440-1 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N i A 4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: _Yes .c N/A 5. How many years has the Bidder been in business as a Contractor under its present name? Li ; _t. 6. Under what other former names has the Bidder operated? 14/1 7. How many years experience in construction work has the Bidder had as a Prime Contractor? t 8. List below information concerning projects the Bidder has completed in the last five (5) years as a Prime Contractor for the type of work required for this project (attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Bidder named above. The City of Sanford reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Bidder. Name of Project Name of Owner Owner Contact Construction Major Construction Name and Contract Items Phone No. Amount 'OeCKSC- C ac, �o1. IFB 12/13-11 Sanford Ave. Streetscape BIDDER QUALIFICATION AFFIDAVIT 00440-2 Name of Project Name of Owner Owner Contact Construction Major Construction Name and Contract Items Phone No. Amount 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 I FB 12/13-11 Sanford Ave. Streetscape BIDDER QUALIFICATION AFFIDAVIT 00440-3 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 . 0 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Bidder(attach additional sheet as necessary): Stacy- or �1-Nic (6IA ,( 9-0,4c O{ li r c,,nspoi LLC (Why}iy La neck bt.� b,oLie.i) UtiS1 C90,icA ( LLC 0,f:c t -1-0OG,Jr1 SfacJ e, Door asSCI_S 12. What is the Bidder's bonding capacity? 20 Mil ( i6fl 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? il bc-iq , 32 ) .c—t) 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: AULho,n+S &n(no) Comp 0,y-\t1) Z100 OM( 7r l�u,-xcr)1, xA 50321 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 IFB 12/13-11 Sanford Ave. Streetscape BIDDER QUALIFICATION AFFIDAVIT 00440-4 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. Name of gidder OZ(*)<L2ceteigacZ) Signature of Authorized Representative (Affiant) Date " cv i Pr PS i CIP r� Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF ame, STATE OF FLORIDA On this I day of , 20 1 , f me, the ndeisigned Notary Public of the State of personally appeared X IQ OW-1 rY Florida, P Y PP whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or produced K-V115k)'t , as identification. I &DP%- � 'le v ( otary Public in and r the Canty and State Aforementioned) - sion expires: *Os PAMELARL :y`-r4- MY COMMISSION*DD 969616 L. 3' EXPIRES:April 11,2014 ntjfetp Bonded ThruNotsy Pubic Underr END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape BIDDER QUALIFICATION AFFIDAVIT 00440-5 , O O O - O � O 1N O O O O ,. C'fl qD Co JO, N �I pI N p) 'N O N N O 0 O, , • • O O O, - r+ - A 1 _ i 'N I --, 1 N N ; i i 'n -< -o n w IZ -<'C/) C `+-( 51tn• is -< tn'w :c5;0" :03:� N �,p r-1z, O -'10;0 I ) -'','p.!..< 'C �i Q) -' Q:� p•;-, Oly _ CD pia)i(ntwl ,.<0 n, 17 1 -1 'n•I mil- ' ) 7,7 0'D). U1 (Dig; d13 _,,,a, ,--, , C.�I r- 3 O N .„-� � � O w O O 10 0. 0i31._n1.-, 1 N COIF C.D, �?n'0",� ,,0,j n x.ID 0) .(,,D cn x,131 = I=131 CO�N'm 3 121,7,73 ,m c 3 I3 c 0-,3 -, :,tic �,pl iCn C)' ,g- v 0 ',31,21 ',-,) o- o ,017 n1, n co cola) O' Q !�. O 7 .< rn _ n ° I a Q. C) �' C) O 1.°. --,• -, i Q° -, i<<;2° ,O 1-* O.� o O :m a)+ ,C}N 7"O _. (D o CD .n-., N 10 ,• ,,, i(SD .0•.-� 03,3 CD C ow. .,n — =j� 01 . 'p ' v O g ' a I o DJ �I I W!Ol.r'•10+ w 0 .A 01 0 .A,O ;A 0 w0; 1� OA.O �'0 cn;0 -I"I0• m .�iw Cn IN �iN 1 11.31-,,r.),. 1 ,.Nj O -.-CI-, ;O -.+N -..j - 'C m, x Oj0 0) IN �!°C) . '' O;O n' o)!O°In y O .°o 3 I� O °O 0 ~ ED 1-410 FO-'ell � o(0 C.)1=:: 7 w ° W 'd 3 m I� CD wI0(1) Ai, cn o- Cn a+Cn!7+ co:o. -I: m ,ca CI = Co 0. -0 s " X' p ,(ØO',C...',0', A O 1Li0 •01`10. co O -, 0)!,.? DO CD' 0 Z 0 CD Op I01 m 0 a, 1 J mI°10. IT'0IQ, ,0) -n'C' m o.� .�'-ri V1! °' m ry ° o `0311-:- w ,c01,- -!(,, 1 Iri�(<n , aD r- a O Sir- 7•+ O r- 7.1, CD 31 1Z ,co;(n J,NI� �1 N'; < �° I N1-<I�i Cn+W'7 7 OiW 7!.�. VINE �'O1 :0: !�!CDI— -n 0'0 -111001i010 co wl0 01 -n IN) V1 —, 'CNO o p 71'03 D', Dm)1 0 ^•"c=1, X Co,O X 1 COt _. (D; X O O O;co 7 i a X;N (D , 1-11 0; i �iO fD O, +� W. co! 1 ,V .0 Imo+ W !-<p' lW, ��� i I*1-<p CO 1031 <, co 1ni 1C31 1 ou O)1 O,_. 0)1 0 10;- W v, O' . j i V •< to 1�, "< tn. `G,N W • I.co I I .<- � r- -� N; 'Cr1• OD 0 ,W' 0 ( I0 .D Co: v!w' W 7 (W 7 7 O N) , 0D N I CD 1 I v, :CO! CDi N O! 1 :N!W1 • 69 b9 =.�I EA fA -°0 i >.0 , N` CD 3101 7 0 01 0) C V CD = w. nN)i 01 C.nn w ' o �,.n m U1,, 1-► ! CO Pa.); I 0) a I 1O; O } 1,W, co' ■ O 1 O O 1,0 O 0) ' 10 , O, . ' 1°' j°1, ! ° 1 ;<n!Fs 1 c 1� 1 -.15•15--ix 'c, o p!-0i , 15:I3 1 = O 'O 1,O N ° i= to ((1173`i —. 0 c1 , <,O mid ca) _.In, , !Cnjai 0 oI 3!c '° '`�, 0) j �r' o ' w 0)I=1 7 COD =_ ° 0) 0 0 3 ,.0 i I 0 1 i 1 I 71 1 _ I O 10 1 :0I 10 01 :^ o cnoln , 7 7 i7 ! O O N 17 n 1=1,0 CO C0, 'Cm :C 3 N• 7 ,CO =' 1 3 el °' a"�c o m CD CD o a i 1 N N N ' 'CD' O 1 O ;CD CD O.10) ' 'o "CD' 0' '� W '-u::=1�. IN N (J N C N pa',O� (O 0 O': ,o, N, O 0, 10 ;--x" ( 0'. -�: i C) M. (D 0 1 CD W c)101 010;>;-II KiOc' wI ;ZIOcnwl 0 -1 -riQC)1 -!-1wrZ1 (3:17, ='• (o) co,I i.-).,E., al-< N 'al,, !W oi,�! �„N -<,o1� (D i 0 11. C)� 1 =I= (D CD 1 O (7),5:1-<N (D ' 0' a 1 (D nal0 c1-•.0 —in _ CD o cult),-', mI� ° a ,IOio 7r:IC :3i0 Xis! �1C) (D' In):C);�I(u' '.017 -•'gAU: OO LUI(DI'=I"4I i U): « O Q I N I� O f— �I CIO � � O �. ''''' != ! -1 i -G �I io U)0 3 01c,3 3,I (n .c 'm 3 c c N -IO 3 31Q°�j�l m ;mifpl0.in a,�,=I� ; la 1=1-0 oi- mI� i5 1O'2.l cp ',a I ,0'p1q 1.. r,z O gin; I='� cu C) s21Z 0' xo nk Ito w1 XI- 1 10 ,..,z,-8 CI, I „Di -,` :'O = '� C) 0 1 --ii I 11-,m Po m 4 cc, �'O of 1'010 la-,310' ,gip'„ ' 0 013 'QI ICU ' o W1P, ; . :5.; :CA ;v1�', o,o 3 1 0) (D I n 101`< -D CD N = fD' CD obi It° : 13! sv m m' fl' 1 1 c7' 0) = , 11 . iI I1il I -): �,OIO:O. <ol5lo O 'LIOIO 0,'. :--.1:n)10° 0 0' �= W'°off O,,o,(o;O1�Ia I� cit.)'v Vf CI O vl— O 10 00 I ,80 1 w I oD m o z O 15 to Is „ 1m (II::Silly m ;rn,1,_1001 rn o `i�� A,ol`j01 OD C:1-;:(/) c . °x � o `imlo!o z ,m o�of o v,i iv:m o�QI � m o!a ,11m o QI '- m c (1 -nl-''= v, im:ol� ,n17 AI 1 lm N'o,00 ? i jr- = (ni loDr = I J.,,,, ylo °° r ? aril 'ro�D 'O ? r =■O CI w A (D , -, 5 k •1' i s ! ',00 0 0 w w oD 0 O ' 1 0 SIo q = col .rI N 1-< g° 1.P co ,,< O) N I.< s?°1 .A W (.n cz -, 3 ,N -<I_. ( 1 1 m 00 (D _ DI �In) O p'I lN10 IC„ O Ip', N N ,....10 I< -nj CCD 0 < 101(,) c NI `m wlj a i01CCA 7I@i ;m c,'n) Q'°;. v < �:OIN c K .� .n �, �: Cn 51 0 0�r1 XI to 51 ,ta N -'I N CD t0'7 W a! C1 °! 1��I "0 0', ��I X 0 :11.I 0 O, NI(D , ',CO!, 01 v. CD 0 7' -l! C 0 X w 0', is w �i�I im m, o m ao °) �l, < u V NI 1 Imo'' �!�'; �v1 �' �'< tcj�i. „� 'i!:r11 aD _.. cn o'; �' O p v,w; 0 1 W 13 A -•! . 00!N. CO N'Oy'! O N W' ., i ! q 4,11, E fA > n yffl {9, b9 fl , , , ,, , , i -1 130 — O) 'Co" IV I • N; v CT , CD, '01 CD! CD; I 0). 1 0 rtIf0)' Ua 1 W —I O 0) i CT. co i 0 I W -� t3) - N; I 0: 01 .A' 1 O • O, O. O:. 0' 'J 0 O 0' j '01 0 0: -.l 0 01 10”j 0i I ' 1Oi O I w O 1 �0, I ,DI CO ;o 23i (n p -o -„ -= 1 s' CD - �, coal CD (n 13. h{�� c?I � 0 O n ,"2_+.101 It) I i< ! n t) CD in) 10I S 1 Fe.931 = �q O I -i0_ 1 i0 i �i �N ICD i �' p {D 1CD 1 1� Cp� � g1 0 ;d � ' wI i3 '1 3' 3 3 f cn ' 0 3 x0,31 v v o o a o eD m a 0 5': 15' 0 3 D. 'a I a N' N' ,N, 1N: C7 'N N, A.v A U); 0, 01 ' N 0 00 ,firIN , • 1 i N N O W p 0) 0 100 (b Cl) K?0',0 W' 0:0 03 --1' 1�1� 010I 1c' m! 1 Cl) IQ C/) K!C) NIA Z; (D i� S. N (D , x,_..o.:(DICD! 0 c!ED -- co � . �i�`n!p: :n to -1 ! _iv v nl 'O1O :(D 3?3 •" n)1(1) Q 3 v," (D !3! Iv m *1 p cn'N o ,W,0i D)1 �;xi �1(� 131 (co:>, c) "AD ..<<<iol 0 Olp 0Q i o: 10 3,'Cu v C7 m ,-- <'.< O. 010':U " 0t N i fD <10 N !O O Q°1n O . CD `<! -! p . -'!clCp 31 -� p)' !D,fl) 1C !01-, ' !0.p ON O C i0 "O ( N (� w , 0, 7 ! '-1 O !• 7 13'� N 10' N ! I N E� „: (D i p 7 N C/)'N CD ,-, ED•101 Ci0 -..� ( -,' 1a 7 O (D ' i= p. OI=!O XjN i0. (D' ,,,"^� t0 '� Q e► CD, ,, 1 _ IcD OI 70;0; O — O N w, � � ! CD D'�v NjO NI < ; 0 D C j .aLf3 p N1 p I y ai NIO ip 'C (( (' * I n P , o l Q_' I 1 i !L1 1 1 ' : -0 N s p;0' r��0 0 A;p1 plQ 0) p .A;.AICl -'•'cn W. 1410 -1.0 m� A'wi(n C ! O;� N Oj-� N1• I Oi-'. C) C) �.'3 0, IC) -`!CD I 1 010;1-« U v,� O�C7 V:N O n •J N O N �!'O O,_, '.0`, V N I� !X;' � CnI0■1 O I 1 O 1 iO p 1 0 ,O ; I I CDI fn • p(D n ' c,,t'0. C/) 0. !WIQ.iQ) )j CO j'0_'-01 CD C)))- p 0 (o•"•-! 1Z, !fn. �'Ci0 01 0)10 01 CA 0 0 01 . o l (n 01 0. miCD . ;4,!p 10 I O 0 I I L fl), 4I- 0 N� �!-T'°' •Ln O,,T1(A nl (b• : 1-11Min1 Im. N,CD O -n:0 O. Im cn , .1;_. 1 O C.) m-,N r' E. I . MI i v 0) 0. ;p r- (D,3 +Z' — (n:- (n W1 0 . 17 01 (p I (0 0 'cA!C v N n = - 0' 9° A'W• 1Q0 CJl . O 0'W'^' . 1 :co! -.4,G3'�' 00`1 .Z) N .� N -� Wj,O. ) N ''I N I m (D i' O) -n�00!p !�; �IW Q�� �'�I(/11 v �I�1 T1 N nti 0I •�► 7 Q1 XIS 3i X II i0 011� Isv P XTp! T(Q! v 1 IW' ,(D . I X D V! 0) lD 1 ; !0 7c 1 Cb! 11 , �'' !� m A,N co 0: W 0 :Nl 1(n I O N 0 Cp iOj ?!' 'p �CD i .I!W W,, 7 i � O j 7 C)1 ! -;� N) - 0) N, (p I(D. In I N,c) 1 i N � �iWI ' 1 '�Ii 01 I ice': ffl' �., 1 1 ; , E. �! 3 N1 (n N' 0� ioi�I C,; 0▪ 1 (o, W N !co e� �j p! 0: .Na, j A CQ O O` ' •00, Di I w 0 .0 O O� N 10• O O Oi U) i O. 0! � ' I � cn, ;�,I 0 (/) 10i°1 ;C: 1 v', o - ,„ m , ink �c n � !0!a; o eo �� CD! -a CD !co j CD I Cn CD Cp H I'�. "( ) C N: N �v N ;N -UCU : 1 • n j� io ■ ;=. v io; Q O1 0. m ',.. 0 C- Q I' 1 0_; < 10 v �! Co o,* : 1_ 3 v°),i I ``_< co 3 "O ! CD. I (p.; C N , 7 0 0! , O C) 0 ,O 7 0 fn Q 3 3 3 3 co 3 S 3 a ' ' ! "t3 ,o, 'd CD : ,a • (D CDD CD ! CCDD 0 I tD C i a) (D CD! CD I !' (D CD co! , . .F") 0, 0 , OA) o CD 7 '4' I ' n) ! • o, A) , , . o c:) lo 0 0) 0) 0' K,0 --I -I M c-I-00 Ir' Z 03 CD ._. - -,,ca "' Olcul ! ■ CO ca, ,0 . 1 ' 0) 0 , 1='!= 3 , Ico,-, 5:1A,10 Co 0 i .,.,:t) CD kJ a);••-•-i 'CD■a) ,C) :-3.1 .0...... * 5,.,(31 . ,-, -, o : :- (-1',., 0 CD 1 . "-I'?v.■ .e• 0 -1'-' ' ,c---" 0 ID 7 "' Ci , 40 0 0.) !CD,.., , im ■ , , , 1(./)'.--.i ! --- .-" ! N'A- 7C" po. 0 c 31E3 0, , lud- i•-■ . `CD EL.'"--1 :5., = "5—'0 . ='• ''--,0 02. . , • (r) r r _ 1 IN -0 CO ,-, . , r 1,.1 1, . a -, gri■ CD IQ. 0 CD 1-0 m.. o ca . . - CD **G 3 - , -0 I ' (:)-* '. 1 K CD :73 , H M co—. co ' =! ■ , _. 0 ! cca r 3 CD ID I r-' 9° = , . i (0 ! i C • • ! I (D I 0 0 '-N 0 -D' 0' 1.*D`I-D•!0). 110' M , c) " co . ,c) „ n) . c),c),0),--4.4) ..-zi c 7 0 0 I'l■-;4,=,-'1,CD CD1 "0 lij gi,(0 • TO",a),•0,_,.= M i.01 ,_,,a) l0 .a, ..,-._ -1=-,-nl,Fn'I ■ 1 . 1 ,0- ,A, ini , 1 ;(•D .0 ......., -n o 0, 1 c));c.rr,-1-1 =, co :o o:1-,o-, co,r-- =" (I) .a),o):I-.r- co 1 3 Z (0,0),-, 5- c0 7 10),--. 0 poi(D 'C'') '!-- .-. - ■ .....1 co,....... , 4,..c.,„) ,,SZO! 00 1 ni co . 1 CD I ■ . 1...)i"2. r N3 ' ' ' lit 0:0 ' i- : 0t, -...i. fa 0 1 ,a, IQ!CD: , n co =IT., :x (.,3 ,0, .7/' ›•':. 1 i i 1= . C1.1 <GI.= : -11. -1.•'.c[ , X -, (1) '.P.1 . ". "i ,0., 1 -ri - o . cp c),„,'. w co. -...,1 --.1 '' ' CO 0'4D. -.4' 1 , 0 ID ID 1 I '--4 c.4 R: co; , I c`l , c7) *JD .ay 1 m -o-lco .._s•-•J s< ',0C/1, 01' , , 0) 4, co n.) 'co . = , . , I■31. i , „ . _ >10 :310 1 r ■■X CA, 01 .... CO. .. . CD •-...1, ! , 1 CO CO ' ! , . , • • ■ P . , . , 0 CD 1 ,Co 0 i i ■ ' , ! , 0. i co -I! • I . 1 ,co a) , ,. :0 al * . 0 (D DI 0 I . .--■- . , 7 i •-■ -. CD 1 CD CD ' ■ ■ 1 S1) : . , 3 --..--- . . CI)- . , , . 0 0 0 0 c o v 0o 0) 0 O ,7. CD ° 00 0 00 .n 000 op 0 (0 0 00 ? =105. ? po CD -• • o - Oo 70 * * (Dos o m m Cl)o) Qom v = - 3 m !.,,-_-1g m nc:° 3 .t...' 7 0 m 3 40 p0 5 o g 0 v O 0 w co tea_ 3 520 (D = 0 rt CD 0 v1 al m N * n 7 g. N m 7 m v m -C (J O 7 7 -� 7 m O � m m m .c00 M < < m -, C). -= q 0. 0_ °'0 m o'< m �. -0 ,,,, C0 vim = i .zcn O2. Om ID CD o -0o o 0 � 0 worn m m 0 -' -' o m o K p7j N to K N m O� m m a) m g v m m m m m m m 0 0 v co co CD m cj 0 m o m 5 w -4 0 00 0 0 -4. 0 W O •4 v •4 0 .4 0 -4 0 -4 0 •4 0 0 0 -10 in - w v) 0 -. --L -, O N -, 0 C O -1 N O -, N • O -, --• -. m X O N .-r vm 000 m o� � m o3 v � oon vim, 00 ..:40-Too m 3 - v °(n 00 7 c0 7 U) 0 6 = m = 0o = comp .._ a0 7 °m 'a 0 m o w m w0. -0 m 0. (o 0. m w0. 0) X wa (/) 0 w0. � m ? " X � 0 MCD m n O 00 ?O o 0) mo o To 0 00 m oz co < o pr0- C D 0 m NO 50 Nr �• m Nrm- w Ara = 03 Z � p)90 U' w .m7..� Q m O� U' O. w W W 7 Sp W W 7 fp CJ' w ? � m m °° 0_ N m C N D N -� 0 N ..< O 0 iv -cm N m C m 7 Oj 0 0 W 0 W al 7 00 W C ) p�j W C 0) 0) c° 0 K 0 o n X p°p 7. l IQ IQ X (0 Co 7• x (p 2 5 X la •_+• co W a) 00 CL 0) m w ° 0. co 0)m v m rn m G x D coo (mn 0 w * 0 w * 0 coo 01 m Ao v pwp m v,' a `O< W. a `.< N. co w m Cn T v 00) 7 CO 0 CO 7 m v+ 0o TI 1 (0 (0 mw .69 49 429 49 6a 49 3 C W 0 (0 0) 0g is in v = n'i O O co co (00 ,N pp _ O O th 0D -co A O O W 01 O W Co O W O O N 0 O O O 0 (7) cn C c O 0) Om FL N w O 7 7 C 0. CD < < gg m a Q 0 a a m m v n 0 0 a) CD m � � 7 0 0 (A' m -. (O Q° -1 s3 -, '0 m < al-o m co m a m R' 0. 1 7 0 0 0 0 O = ('f 7 0 3 3 1 1 S '0 "0 O O "O 0 m a a m m o CO co c '° c m D . CD (p 0. N N N N 0 O 0 O V -a W Co° _ _O * O v O Z -.‘ N ' N N N N O N O N O O O co < O ' O _' _' — O .p s — _s Co () o :17 O () : G) VC 7 000 -1 - O5 W O -< (o ' OO (n W . . ) (g W (p.� n � lD O og ? N q ? N -< gali -< ? p) O -< 0 = (D - o v . 0 = o 0 3 3 n� 0 �'. '. 3 o o� 0 3 ni COQ. -) 0 m r, .n•« j' -" (D (0D -, 0 .G N O—. (D -. `^ 1 g N � ..., O o N co -LOW .714 :e �. Y O O N O _ a 0 j O (D ° V° M (CD 0 _, N a0i o = a ' (1 y O � Q w c 0 o - go = a m 3 a , m 3 v c ° ° d r) ( 0 -) ' --66, ? s2 -io ' o - o v CD °? o � ° '� a m3 mD 0 CO CD ,ig 3 7 3 -Wi g° N c .. � .. � „ a a Cl) a = = _ a i v < 7. 3 0 0 a 3 = 3 7 m N SM 90 in = 0 73 x y � N 0 co 0 3 S 0 = g•2 °v7 Oo°� = a * 0 -I=. 0 NOCA NO0O 0000• 0Ol - O O 0 , 00 OZO O mril tnc O (D—D O (Hamm �, a M ( awX W Q- (n .L1 () oo_ .AO (ny .AO (nc O) O o WO O 00 Ul .t = N O 0 T� 0 O 0 = V 0 0 �I O O V o e N 0 ° r 003 -1, r ? N x0- 0_ NO S93 co V Nrj Nrj N y y W ° N 7- a Nv> j Vo' o cn � Cnn cnN � =. cn � o O � o o D X N > 0 ( 0 MW N N ] N co "al(DD CO v W > �. W = . (�T� CD V> Q CO . N o X 0 0 o x 0 0 7 W O O� � n o A �(p A �(p co 0 n TI n Oo o 0) WG Nm O .G G M O ` `G m V o V 0 W co (0 (O Er, Er, Er, Er, Er, Er, Er, to O (J1 o) (o co al — (7'i A W W N co ro v a V 0) � O "al - "co V7 -co V 0o 0 0 CO W O (NTl N O N O O W O O O co O co O O O 0 O 3 a o 0 co 3 Q 9850 5 :CJ 5 f° 5 U) 9050 o = N a a a j N - O N U co O N nn) O m � mnow ° o ova ° Q° — ou om3 (D $ (D 0 n O Cn C C O = Cn ' O (n 3 , m 3 ID O 0 0 = ra.> O (D O (D 7 O a v 7 O (O/1 Qo q y a U) Qo y Qp (D ow om , 0 3 0_ L m -6' p« � �• ) O a B o a .0 0 .0 0 a) fD o < 3 0 O--am o w (D ,• 7 N R O O : = 0 : 7 7 (0 3 co co 3 co co co 0 a o 0 a o 0 0 5 m 5" 5 m 9' S" 9" (o 6 0 0 fgD (o (0 0 N N N N O 0 0 0 N O O 0 O -• co CO W Q) O 0) O N D N 0 O CD ate) O 0 _' 7 - -' O "' 0 -, < 0 C) 0 -0 --4 gO —I c600 Ow KO w KO5 � 0 > O — mom , 3 n O O c CO a 3 CD C)4 3 ammo o - an CD O O = CD 7 c7 O N W .,..,. Cn CD j O O O CAD O 0 m C , a , — O < N CD a) O• 0 O 7c ff o �' O O N •_a N To,0- = a) O �O 7 N 5: 0 - ,-, a' O o o n Co c <- v. --.. o a --- 0 0 co 0 P3 "j a' D �- 0 D )< � m O Cp � N 0O �. � a) 1) N -p N '0 o CD co CD o CD CD w 0 CD s< m CD u) N N a)COO 5' N N 3 a) (D 0) .o� 3m so — v nn) mrn = 93o 3 v 3 � 0 o 0 c ' = a c _ = �' m 4) O O N -, O = N n taD c0 O< v c0 .-. C0 0 co co m m m y CD —I CD o 3 to C d r. C — a -10 AOAO AOAO A � wC) AOAO AOAO AOAO w0 " O -' N • 0 -' N O O 0 -, 0D -, 0 -, O 0 -_, O NO 01 NZ � a o0n gy 00 (0 X9. 0' -4 oD � w oQ -40700 -' o cn O oD = cos a) m so ao = 6 = m 63 = m •� z < wo c0 0) o mo 0 ., 5, 0)o <m wa C 0a v wp 0o we mO 0c wT5 O5 -4mo a Imo a J. N � z 0 "I1 n -J -rtc o 4mc c) oor x1 � vrn- w corset � Q � g W r " c 0) r � v 0) rsa W o. A , Aw = Qv owns?) .. cD m , scan = OD N A ca W N � A'a a) coc - mO0 0 mCl) O ecmm T O (DO ONOCpCD mN < m' A (om 7 X (0(0 7 r X O N N N - Q° m009. N CD N O A o f A C X C7 X C7 N v Cli COD O v CD V '•. O CO 0 0 o _,R- co < -. co co 0 W CD xi 0 N 0)) 0) p0p a) N <. C�.) k' CA CD v n y C1 A ..1 C.) 7 CO 5 0) A A N Co O 0 M 69 co w co -� A In N A -1 co - -, 0 v N U~) N 0000 ..b co CCOO co N co O cn 01 4 V Co O O O a O) O 0 o O o v v 735 90c 55 c o m o Q° - m vN o o 0 0- a) . a) 0` d o a C * cu D a Cr0m O — -•U. - —90 — 7 ro a O Q Q, —c o v n o aaco co c c C0 p) C0 C m O •< co (D CaD m 3 as o) �' as C a 0 o c m Q° CD a m y o m Q v a 0 - 7 -1 ov Ica oom cs' on) w0 m > W 0. 5 CD a a 5' co 40o c N = 7 N = N Q° CD O ,G o o 0 0 0 m 0 0 0 3 3 3 co 3 3 lo N !D cD 5 N N N CD CD m C° CD m CD N N O O O O N C), i -' -' O O CD CO 00 co 0 .D. 01 000 w 7 —i05 0 CD =- 7.1092 D CD to -, w -= nom+ w 7 '' 7 • 7 m .. 0 m U) 7 a 3 m 7 Q 3 = 0 < 0 _U)m CC) vim C0 w �' m mOi3 3C) a7 3C) fl. 7 = o < = w < 0 0 co — 0 0 m — O 00_'< m 0 a 0 Fij m 2 0- 0 (du) 00 2zw. m , .. M < x0 X O M O 3 CC CD CD j C1) m u) o. N j ill 7 CO CD CO m CD m m m 7 7 O O 7 7 0OOO 9 -8g.OH 0OOO 0OOP w w 14 . n w n 7 7 0 7 7 7 0 7 0 CD W 0. m_ QUO. W0. ) Z) W0. /) Z1 Cp0 (D O OQ coo LO Cp0 LO Cl) 13) 71 ° 0 O ? 0 v r- 7 N r ? fa, �. 7 7 -, Q -4, 000 0 -h0300 X a 0 N m X CO 7 w. X N 7 w. r- 00 . ,,.. O A t0 7 A a:25 co W N 00 cm ')CG OJ "O Ca N C7) a) N m m 0 o) Cl)om w s0 w g0 0) M cn rn <. rn 5. O CCD 1 '< V7 V .< to M O Cl) C 7 C'3 7 CD EA 69 69 fA v -.1 .0. 00 O U1 O O N N O O A w O O O O O O w O O O O O O O O O O 6) 90 C 120 C 5 N N -0 ° a 7 A < < Q 0 `. Q d 0- a 7 C/) C/) O N CO N CO co co a 7 Q 7 CD co m .' 0. ,5,-, o. O Cf] ( a. cD Q w N N m 7 7 A C') A A O O O O 3 3 3 3 CD m m m i f m m m r SECTION 00442 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD Project Name: Sanford Ave. Streetscape Bid No.: IFB 12/13-11 The undersigned and the below named company is the recipient of certain documents and by signing this document hereby certifies that the company named below hereby agrees and acknowledges that in accordance with the provisions of Florida Statute 119.07(1) and 24(a), Article 1 of the State of Florida Constitution), that any and all documents such as 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 that have been provided to the recipient by the City of Sanford are exempt from the Public Records Law of the State of Florida as set forth in the above reverenced law. 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 of Sanford, 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 municipal 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 specific documents, provided to the recipient as documented below, which are exempt from the Statutes indicated and as provided above: 1. 2. 3. 4. IFB 12/13-11 Sanford Ave. Streetscape RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD 00442-1 Recipie c;) glIB' 13 Signature Dat Pe-1-6/ V. PKAcc41-f I Pic c i d?,A f Printed or Typed Name and Title Representing: Stacy, )( Name ofompany 60 be St- 1X )Kci SL 270 3 2ctI� Company Address Phone No. END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD 00442-2 • SECTION 00450 CERTIFICATION OF NON-SEGREGATED FACILITIES FORM The Contractor certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Contractor further certifies that none of its employees are permitted to perform their services at any location under the Contractor's control during the life of this contract where segregated facilities are maintained. The Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas,time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom,or otherwise. The Contractor agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Contract& -2Q1<aelei.m.c) Si nature of Authorized Re resentative ate 9 p Printed or Typed Name and Title of Authorized Representative YP P END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape CERTIFICATION OF NON-SEGREGATED FACILITIES FORM 00450-1 SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5)years? O (Y01 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the servigp� your firm provides in the regular course of business within the last five(5)years? J�(� e 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years ,th1at is related to the services your firm provides in the regular course of business? NO (Y Note: If yes, the explanation must state the nature of the request for equitable a justment, 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. Firm Signature of Authorized Representative ate g P G�. Mace - Pre_ciri F Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape DISPUTES DISCLOSURE FORM 00452-1 III SECTION 00454 DRUG FREE WORKPLACE FORM The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and Employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in item 1. 4. In the statement specified in item 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Sager ATE Firm 0 Z-08//3 Signature of Authorized Representative Date Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape DRUG FREE WORKPLACE FORM 00454-1 I SECTION 00456 UNAUTHORIZED (ILLEGAL)ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly-funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1. The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Contra ...C2 410 w /ig113 Signature of Authorized Representative(Affiant) Date Pth VV Pick-l" Presidcrl Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF G(C -rea STATE OF FLORIDA J On this 1 ' day of (ll � pp, 20 i 3� , befq ,me, th i undersigned Notary Public of the State of Florida,l personally appeared Q.�/ V f C 1 1 whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she y executed 1. WITNESS my hand and official seal. He/She is personally known to me h s produced 1 Uhl r1 , as identification. p n•�j( to P • is in and or the County and State Aforementioned) NN, PIWEU R. SE'=6• " es�sr-� ion expires: V.Vti ''7 ided Na zde END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape UNAUTHORIZED(ILLEGAL) ALIEN WORKERS AFFIDAVIT 00456-1 SECTION 00458 E-VERIFY COMPLIANCE AFFIDAVIT Project Name: Sanford Ave. Streetscape Bid No.: IFB 12/13-11 The Affiant identified below attests to the following: 1. That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E-Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above- listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E-Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above-listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination,the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee"—Any person who is hired to perform work in the State of Florida. IFB 12/13-11 Sanford Ave. Streetscape E-VERIFY COMPLIANCE AFFIDAVIT 00458-1 "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E-Verify Program", or any successor electronic verification system that may replace the E-Verify Program. Contra Signature of Authorized Representative (Affiant) Da e Pt-fcc V. Mod-el/J.1- /J.1 Precideii + Printed or Typed� ffiName and Title of Authorized Representative(Aant) / COUNTY OF t ra Y1 , STATE OF FLORIDA U On this I day of a \' , 20 1 , , bef r ?e, the undersigned Notary Public of the State of l lorida, personally appeared Q '-( V i'I(Aeon whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. TNESS hd and official seal. He/She is personally known to me or -• produced . /cot an , as identification. t A kiy0,4 (Notaryublic in and fo he Couffty and State Aforementioned) PAMELA R.LYBARMY Co mission expires: -*. ,•; . MY COMMISSION#D0969816 EXPIRES:April 11,2014 ' 4,16% Bonded Thru Notary Pubic Underwriters END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape E-VERIFY COMPLIANCE AFFIDAVIT 00458-2 SECTION 00460 AMERICANS WITH DISABILITIES ACT AFFIDAVIT By executing this Certification, the undersigned Contractor certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford. The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act(ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City of Sanford be held liable for the actions or omissions of the Contractor or any other party or parties to the Agreement for failure to comply with the ADA. The Contractor agrees to hold harmless and indemnify the City of Sanford, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character,whether in law or equity, resulting from the Contractor's acts or omissions in connection with the ADA. Sk a lCZy- j < . Contract r Signature of Authorized Represen a we(Affiant) Date Pe-fey V rPiG ('-&„-I-/-, i e S Printed or Typed Name and Title of Authorized Representative(Affiant) COUNTY OF C )rrki- q,1, STATE OF FLORIDA Q I p 1� On this IS, day of U )1 i ` , 20 t ✓ 1 bef r , the undersigned Notary Public of the State of Florida, personally appeared rP ,C}C'C'ii Y-f whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/sh- •ey executed it. WITNESS my hand and official seal. He/She is personally known to me • =s produced ri O t)n , as identification. .2 /,,,_ �� Pub is in an Vfor the County and State Aforementioned) PAMELA R.LYBARGER �I,,{., MY COMMISSION:DD %O mission expires: EXPIRES:April 11,2014 npr h; Bonded Rim Notary Pic Underwriters END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape AMERICANS WITH DISABILITIES ACT AFFIDAVIT 00460-1 SECTION 00462 FINANCIAL INFORMATION FORM If requested by the City of Sanford, the following information is to be provided by the Bidder as part of the City's evaluation of the Bidder after Bids have been received by the City: 1. Bank References: Name of Bank Bank Address Contact Name and Title Contact Phone No. 351 NS1Z. L/3 U S (Re.I) (.11 Ccr(2G Atto n otitc Ck)"rns it Vic( Pr cs i dc 1401-0-1 9-5 (11 32-7iy 2. Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment,furniture and fixtures, inventory and prepaid expenses). B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) IFB 12/13-11 Sanford Ave. Streetscape FINANCIAL INFORMATION FORM 00462-1 1 v F. ,1 State the name of the firm preparing the financial statement and date thereof: tt t ix•ots �<< Ke-ff in kc sc.We piekDalcc� hu. Ciry�YKIel Ir,1a. i c.-3 lci p,."4-4-v, Is n.e as,t4o J2tIc. I Cun D< IN I;A4� U.to,l reycs-i_ G. This financial statement must be for the idenical organization named on page one. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. 3. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: Name Address Percentage Owned R acti,,I. , On LTD o5O bee_ St y , Ap k.A ap ., F`L 32203 /007 5_j____-A.,..i_g.,___ L_IL.-ILL. \ . Bidder ,_. ...0...<44,0 /4// 1/3 • nature of Authorized Representative te -e-F eC V. r-P[ac (4/1-1-1 Preci-dpyd Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 12/13-11 Sanford Ave. Streetscape FINANCIAL INFORMATION FORM 00462-2 10:04 AM Stage Door II, Inc. 04/18/13 Balance Sheet Accrual Basis As of March 31,2013 Mar 31,13 ASSETS Current Assets Checking/Savings 1019 Gulf States Credit Union 1,000.00 1005•New Wachovia-Operating 603,537.93 1020•Petty Cash 400.00 Total Checking/Savings 604,937.93 Accounts Receivable 1100•Accounts Receivable 1,491,770.11 Total Accounts Receivable 1,491,770.11 Other Current Assets Note Receivable 10,304.20 1200•Undeposited Funds 6,311.84 Total Other Current Assets 16,616.04 Total Current Assets 2,113,324.08 Fixed Assets 1300•Heavy Equipment 2,382,291.62 1311 •Furniture&Fixtures 231,875.41 1321 •Vehicles 1,257,928.22 1330•Building-Capital Imp. 40,934.66 1400 Heavy Equipment Depreciation -2,106,417.46 1410•Furniture Depreciation -215,393.44 1420 Vehicle Depreciations -970,579.02 1430•Bldg Depreciation -14,778.40 1500.Land 937,775.00 Total Fixed Assets 1,543,636.59 Other Assets 1600•Utility Deposits 3,702.04 1610•Prepaid Insurance 197,967.06 ------ ---------- Total Other Assets 201,669.10 TOTAL ASSETS 3,858,629.77 LIABILITIES&EQUITY Liabilities Current Liabilities Accounts Payable 2000•Accounts Payable 1,314,318.47 Total Accounts Payable 1,314,318.47 Credit Cards CAPITAL ONE -1,828.84 Total Credit Cards -1,828.84 Other Current Liabilities 2025.401K-Shelby Hasselbach 206.64 Flat Rate Property Management 731.48 2001 •401 K-Victoria Bass 192.32 2004 401K-Daniel Cherella 163.48 2005.401K-Ed Grayden 161.04 2009•401K-Howard Nickelsen 142.13 2008•401 k-Johnnie Jones 161.52 Paul Pendleton 720.00 2023•401K-Brennen Hill 0.21 2011 •401K-Antonin Escobar 207.38 2012•401K-Mitchell Harlee 38.76 2014•401 K-Rafael Martinez 80.00 2100•Accrued Retirement 11,206.73 Employee Savings 19,710.00 Page 1 10:04 AM Stage Door II, Inc. 04!18113 Balance Sheet Accrual Basis As of March 31,2013 Mar 31,13 2251 Party Fund 2,851.52 2300•FIT PAYABLE -10,401.00 2330•SUI PAYABLE 1,293.06 2350•Payroll Liabilities 65,442.87 2400•1120 FED TAX PAYABLE -28,370.00 2410 1120 STATE TAX Payable -20,034.46 Total Other Current Liabilities 44,503.68 Total Current Liabilities 1,356,993.31 Long Term Liabilities 2610•LOAN-COMINATION LOAD(2013) 272,255.37 2517•LOAN-CASE 580 BACKHOE 121.56 Total Long Term Liabilities 272,376.93 Total Liabilities 1,629,370.24 Equity 3000•Common Stock 845.00 3010 Retained Earnings 1,261,056.50 Net Income 967,358.03 Total Equity 2,229,259.53 TOTAL LIABILITIES&EQUITY 3,858,629.77 Page 2 10:04 AM Stage Door II, Inc. 04/18/13 Profit & Loss Accrual Basis April 2012 through March 2013 Apr'12-Mar 13 Income 4000-Construction Income 10,437,871.84 4001 •A/P Purchase Discounts 8.57 4100-Interest Income 445.03 4203•SALE OF ASSETS 3,250.00 Total Income 10,441,575.44 Cost of Goods Sold 5116-Lab Testing(Field) 32,502.75 5115•Shell Mix/soil cement 14,837.53 5110•adjustments QB consolidation -4,786.76 5114•Structures 38,513.00 5201 •Signs/Cones/Barricades 77,564.68 5000•Cost of Labor 2,580,935.68 5100•Cost of Materials 118,129.36 5101 •857 ROCK 33,123.13 5102•Asphalt 207,777.49 5103•Bedding Rock 3,202.33 5104•Concrete from Mobile Mix Master 963,770.06 5105-Concrete- Ready-Mix 667,131.80 5106•Limerock Base 12,818.77 5107•Pipe 605,718.86 5108•Rip-Rap 2,823.61 5109•Sand 587.06 5111 •Sodding/Seeding 113,197.92 5112•Supplies/Job 525,403.37 5113•Survey/Engineering Expense 5,805.00 5300•Subcontractors 293,395.65 Total COGS 6,292,451.29 Gross Profit 4,149,124.15 Expense 999999•EXP CLEARING ACCOUNT 2,857.11 6039•Damage-Claims 22,388.50 6019•Bank Error 303.99 6020•Bank Service Charges 1,750.73 6021 •Pre Bid Expenses 999.10 6032•Bond Expense 36,277.45 6030•Contributions 8,000.00 6041 •Dues and Subscriptions 1,381.52 6050•Equipment Expense 99,465.74 6051 •Equip Exp-Tires 106.50 6052•Equipment Management Expense 480,000.00 6053•Equipment Rental 125,667.43 6060•Freight&Delivery 122.75 6070•Diesel Fuel and Oil 690,197.30 6071 •Gasoline 167,350.81 6080•Health expenses 5,195.79 Insurance 248,392.93 6100•Interest on Loans 276.68 6120•Medical Lab Fees&Testing 4,120.00 6121 •Landfill 5,399.00 6122•Licenses and Permits 2,358.00 6152.Other Expenses 8,131.75 6153.Office Supplies 43,201.70 6160•Salaries 260,478.24 6161 •Pension Exp 11,206.73 6162•Postage 1,929.19 6163•Professional Fees 367,000.00 6164•Prof Fees-Accounting 8,593.00 6165•Prof Fees-Legal Fees 2,424.28 6184•Repairs-Building 6,330.84 6185•Repairs-Equipment 1,868.88 6200•Tags/Registrations 23,732.65 6202•Taxes-Other 5,448.49 Page 1 10:04 AM Stage Door II, Inc. 04/18/13 Profit & Loss Accrual Basis April 2012 through March 2013 Apr'12-Mar 13 6207•Taxes-Property 7,474.94 6208 Taxes-Tangible Personal Prop 37,303.65 6209•Taxes-FICA 217,054.97 6210•Taxes-FUTA 10,826.34 6211 Taxes-SUTA 55,779.76 6220•Telephone 6,963.27 6225•Toll Expense 56,529.65 6230•Tools and Machinery 23,203.76 6235-Travel/Entertainment 17,214.75 6240•Utilities 16,970.17 6255•Vehicle-Repairs 3,986.99 6256 Vehicle-Tires 85,500.79 Total Expense 3,181,766.12 Net Income 967,358.03 Page 2 • ' ' • I IT''S A • ORED BAC GROUND•MICROPRINTING•LINEMARK'"PATENTED PAPER .•G# 8205864 t :; STATE OF FLORIDA •t x ,DEPARTMENT }OF \BUS,INE 5 AND PROFFOSIONAL GULATION ', ,4 ,,,• t 4:QQPT$T ,TCTTON y} ND JSTRY LICENSINQ $OARD SEQ#L12071701475 ^.1 et •• k Itie7• 4 •.,,5 {Y' .v 7E 9s t\ I., .tt. ... DATE BATCH NUMBER ,T,I•CENSE ZsTBR ,• `IVIE St, " • 1).:D.l': -; s1 . 2:003:1:Ob.o ..ctCO4•4:•8 V. ;;'4C ..t 1 rt w C F D a �, wl� ,ndl}er i e'ieovis aifs ti*?Chap.t ' 141..V + , eigi.Fi, 1 . . Expa;,i?ation dote: AUG ';:. ..,v:-. %"'31, 2014•i -a:, , r` -_ . r.*'i l , r! 1�• `> �r• • t . 4 b�o.'L ,Y.. 1VCi11Q ASS r • A�,�),,,P 4r';• i r " •.:, .' ` 3.208:.-0 N.-AD ?,5/L c .:,, e:` r��, 4 �t APOI'ZCA FL, ,3,2 7D 3 `='D� W t.i •''• t S f : c ` <' ? . r OT \'r i j .=." N.. ; C . : t i., t / 1` KEN LAWSO N A ,- OS : OR , ~t r . i, ,',E'....',:,,:. SECRETARY • ^ : ....:: •• : . .. .DISPLAY AS REQUIRED BY LAW . • THIS DOCUMENT HAS A COLORED BACKGROUND•MICROPRINTING•LINEMARKT"PATENTED PAPER•Y 'Y• ` ti i IB 3 q tr r k i. I, . ' r.TE �'` gait ERS, _ PP.OF.$0S.Id ' ..:4.,,,,..TiON ,,,,,.: ,:::.. .-,-Sr • •• `••: t:," -a� .rb`f .��i.!' . .. ne..`.t - ji>i'.,f }-". r°iY t V4:',...:4:::•:.:-:'.1;',5 - t':y ji`:s F i S Q#L12071700947 DATE BATCH NUMBER If $N4 4 N$R' t -. . '" , 9 � 4< %� ` #._\• DP3 '..t".4.,..V Ya `"/T *7 t / ' . :OA*: 3 . -.a 1' e` g,, a rJEE1tX' t E < r:"!4 ---- \ •- • •'; Mf. } \e f '''''',#6.4'''..7C- a{� 5 .• t 4F•it`. ■r• 4 • . TO 4:-. � .� ,C `3Z E' Jt , Gtc ¢ Ye ro AOPA r 'FL 32703 D WE Y .t. 1" /'%.••p i/ \ ? '`tl t -S,.,:',,....*. \'131,X s . _ c, it - •t i s a F r: i ed t 2 y zgr e `b . J S.. 4 .t' \_ :It ' 7ON R it" \721,. ;, .Ok a ` , : f r r > _ _ 1: 1 .qUl1 ED$Y 1..• ., ; . .. I(''l. r<_~'ff}r1%E C1 l•-t',t `,( 't t.-rC rC.s� t._..E-}"C,4,71 Lfe"�E Ft t " `I �,.0 (�, )c °?IEW[ E lit-rIC1 (_;C ! �•r `i i Ge''�Ff'€ro • . j.ic _ _ 1L-'ft`I 4Li - W 4s0l'.tt'� i.- _ _ This receipt is official when validated by the Tax Collector. -.- " STAGD00-01 JJENNINGS AGC3RG•' DATE(MMAXVYYY`n �.,,.. CERTIFICATE OF LIABILITY INSURANCE 4/15/2013 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 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 NAME: Morse Insurance Agency,Inc PHONE 407 869-4200 FAX 407 862-7656 1000 Weklva Springs Road c. o.Ext):{ ) (ac,No):( ) Longwood,FL 32779 ASS: INSURER(S)AFFORDING COVERAGE NAIC* INSURER A:National Trust Insurance Co 20141 INSURED INSURER B:Zenith Insurance Company 13269 Stage Door II Inc INSURER C:FCCI Insurance Group 10178 3050 Dee Street INSURER D: Apopka,FL 32703 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 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. NSR TYPE AUDLSitu( POUCY POLIE'EXP LIMITS LTR NSR WVD POLICY NUMBER (MM1DDIWYY) (MMIDOIYYY) GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABLITY GL0015179 4/1/2013 4/1/2014 UANMGtIDHEN11tU 100,000 PREMISES fEe ocamence) S CLAIMS-MADE I X I OCCUR MM)r)w(My one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 , _ GENERAL AGGREGATE $ 2,000,000 GEM.AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 —1 POLICY I—I,£7 n LOC S AUTOMOBILE LIABILITY (CEOMBINED SINGLE LIMIT $ 1,000,000 accident)A X ANY AUTO CA0023745 4/1/2013 4/1/2014 BODILY INJURY(Per person) $ —ALL OWNED —SCHEDULED BODILY NARY(Per accident) $ AUTOS NON-OWNED PROPERTY DAMAGE $ _AUTOS (PER ACCIDENT) $ X UMBRELLA UAB )( OCCUR EACH OCCURRENCE $ 1.000,000 A EXCESSLIAB — CLAIMS-MADE UMB0016349 4/1/2013 4/1/2014 AGGREGATE $ 1,000,000 DED I X I RETENTIONS 10,00() S WORKERS COMPENSATION X IT CST MITE I IOER AND EMPLOYERS'UABILITY 500,000 B ANY PROPRETORiPARTNER/E)ECUTIVE 1 Z070649504 4/1/2013 4/1/2014 E.I.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? n N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If desaae urro or DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 C Equipment Floater CM0007489 4/1/2013 4/1/2014 Scheduled 763,300 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,r more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE i 011ire'r–"<-7.. '. ...<7411.4121". .. - . O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Form W'9 Request for Taxpayer Give Form to the (Rev.December 2011) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown on your income tax return) Stage Door II,Inc N Business name/disregarded entity name,if different from above c rn m n Check appropriate box for federal tax classification: c o ❑IndividuaVsole proprietor Fl C Corporation ❑S Corporation ❑ Partnership ❑Trust/estate o c. o ❑Exempt payee TS ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► o aU ❑ Other(see instructions)■ Address(number,street,and apt.or suite no.) Requester's name and address(optional)u , 3050 Dee Street o City,state,and ZIP code C" Apopka,FL 32703 List account numbers)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line I Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — — entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose I Employer Identification number number to enter. 5 9 - 1 4 5 0 0 8 1 Part II Certification 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. I 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. I am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if 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 dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 4. <� Sign Signature of Here U.S.person► r �E 41' Date► /7 g/ General Instrue ti ons Note.If a requester gives you a form other than Form W-9 to request your TIN,you must use the requester's form if it is substantially similar Section references are to the Internal Revenue Code unless otherwise to this Form W-9. noted. Definition of a U.S.person.For federal tax purposes,you are Purpose of Form considered a U.S.person if you are: A person who is required to file an information return with the IRS must •An individual who is a U.S.citizen or U.S.resident alien, obtain your correct taxpayer identification number(TIN)to report,for •A partnership,corporation,company,or association created or example,ineeme paid to you,real estate transactions,mortgage interest organized in the United States or under the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation •An estate(other than a foreign estate),or of debt,or contributions you made to an IRA •A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a I.I.S.person(including a resident alien),to provide your correct TIN to the person requesting it(the Special totes fur patlrrerships.PdrII ICI ships that conduct d trade or requester)and,when applicable,to: business in the United States are generally required to pay a withholding tax on any foreign partners'share of income from such business. 1.Certify that the TIN you are giving is correct(or you are waiting for a Further,in certain cases where a Form W-9 has not been received,a number to be issued), partnership is required to presume that a partner is a foreign person, 2.Certify that you are not subject to backup withholding,or and pay the withholding tax.Therefore,if you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt partner in a partnership conducting a trade or business in the United payee.If applicable,you are also certifying that as a U.S.person,your States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S.trade or business status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners'share of effectively connected income. Cat.No.10231X Form W-9(Rev.12-2011) .. I Ii., v1! x , 11 �� ♦•1(VJ f11 A il 'J 11 i '� } 1 u�hu �`1 �I . , } r1 , r ! F rIP'til l ' �� 1 I ���∎ �i 1'!�};'r • i 1 I1 111 •1•i ..1 II •IthL4 ine•frIUI4li'iN►'Id11E:1 ti i j PLI: I '41,1,.iF_�'1'■•1111.l1',11, ,i�•./1LM !NMI 1IhiI�►F31►r1L'7>1i 'I.?r.11' 1 1, (.,r, ,11 ... 1 , ..a/1.I ,,l 1.': ,,,Irl.ill �.X.3111�� 17� I -At LI 1c7L".''C.1 1 1u?�� c �4V'5R990H33 007 I IJri►n7 ei:ammitZr' c➢!:taP3i it mmrim,uL ml "v 4VHJCC0.8 888383 • "I . MI Steal..0 . 111 ,1 . r4.1.. + r.<LI ♦I ,tra,'1 rD •Truck .. �+. .►T�'t-��,;'y,'^'� 4 '.'it iiC. 111M1 2:111 1 X.11095 02:4.1• t 9 d1111111=1,41,.Thick E_',.' Ni ar•i M"•70993 I • m�',-Patt.,a•Trutt Yew 1NP . • 844029 .4' r HEAVY EQUIP,1_,�4• •t a• . MMIIIIIIIIIIIIIIIM 10600027 inGuY au.v.• RK01163 L I _ !¢:e.Wheel Loader - 03; •i■Irt1 �. ���� % " 382 /111111 6 f_ 0i• 'f,:`.. 762 1 .11 -- 8080809 cria Pi �5' " l RY'I' I �. ..'J 7,7 ' 11111111 11111111k ,. . •6 bucket _— 1,,�•,� K I 200 1', iu':'I[!—'- j_•-i ec r;r1-1 -- I..- L258 =NE_ 17505 MN >""t'•••Biddee214WD �_ F11.066 _ rr Loader =MI HA 950462• 4°'- • D022•SmoOth Roller 48- MIMI ..rw.. e MI :,,,:: 110 I q.� ;F %p Thursday, August 15, 2013 —1877-4 Lt a PURCHASING DEPARTMENT f'6#1.- )°1-"A'-cmaiss4 c,:3(11, TRANSMITTAL MEMORANDUM V --13 g s To: City Clerk RE: Stage Door II Inc IFB 12/13-11 Sanford Ave Streetscape NTP form Section 00530 The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order I I Mayor's signature Final Plat (original mylars) ❑ R- • a' ❑ Letter of Credit % Rendering ( C 3- I I Maintenance Bond Safe keeping (Vaul I I Ordinance r- -' ager Performance Bond I I Payment Bond Resolution City Manager Signature ❑ I City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing Return copies Special Instructions: Ma-Yiho-b 0r z l • From Date T:\Dept_forms\City Clerk Transmittal Memo-2009.doc Ritio 3 , —1877-4 8 201 SECTION 00530 NOTICE TO PROCEED FORM TO: Stage Door II Inc., 3050 Dee St Apopka, FL 32703 Notice to Proceed Dat: July 31, 2013 PROJECT: IFB 12/13-11 Sanford Ave. Streetscape You are hereby notified to commence WORK in accordance with the Agreement dated June 25, 2013, This Notice authorizes the CONTRACTOR to commence construction on the Notice to Proceed date indicated above, and in accordance with the Agreement; all work shall be substantially complete within 275 calendar days of the date of this Notice to Proceed. Therefore, the date of substantial completion is April 1st 2014. The date of Final completion is June 2, 2014. By (Signature) / Deputy City Manager, Tom George (Printed Name and Title) ACCEPTANCE OF NOTICE V- eceipnd acceptance of the above OTICE TO PROCEED is hereby acknowledg ed by i-cr this day of u GL. , 2013. _Oa)" By PE-7-6)z PACE NTI PeFS/D�Az-fi Printed Name and Title END OF SECTION 00530-1 IFB 12/13-11 Sanford Ave. Streetscape