Loading...
1903 Carr & Colliert(CITY OFFINANCE DEPARTMENT � 2 w To: City Clerk iv: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Final Plat (original mylars) ❑ Letter of Credit ❑ Maintenance Bond ❑ Ordinance ❑ Performance Bond ❑ Resolution ® IFB 17/18-01 Carr and Collier Once completed, please: ❑ Return original ❑ Return copy El Special Instructions: Please file and keep for City Clerk Records Thank you! ff�u�. �0" T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc ❑ City Attorney Signature ® City Clerk Record Keeping ❑ Safe Keeping ❑ City Attorney's Signature ❑ City Clerk's Signature 01-2, t Oak WS_ RMx Item No. CITY COMMISSION MEMORANDUM 17-299.H NOVEMBER 13, 2017 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: William Marcous, Utility Support Services Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: East Lake Mary Boulevard Reclaimed Water Main Extension Phase 2; Carr & Collier Bid Award (IFB 17/18-01) STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Award Bid # IFB 17/18-01 to the lowest responsive and responsible bidder for the Phase 2 reclaimed water main extension on East Lake Mary Boulevard is being requested. FISCAL/STAFFING STATEMENT: The low bid was submitted by Carr & Collier, Inc. (Carr) of Leesburg, Florida in the amount of $357,259. BACKGROUND: On August 28, 2017, the City Commission approved an agreement with Safari Investments, LLC (Safari) whose managers/members are Sadique M. Jaffer and Mohamedtaki Jaffer, for the extension of a reclaimed water line to service their proposed residential properties. The City's cost share of the project was $50,000 with the balance to be paid by Safari. This is the second phase of a successful public-private partnership to fund reclaimed water extensions with the cost shared by Safari, the City, and the St. Johns River Water Management District (SJRWMD). On August 28, 2017 the City Commission approved a cost share agreement with the SJRWMD that will help provide some funding for this reclaimed water line extension. The amount of this grant is $117,895.47 (33% of construction cost not to exceed $133,827). The construction cost balance would be paid by Safari Investments which is $239,363.53 (bid amount — grant amount). The City's cost share of $50,000 was for the design and post design services and is not part of the construction cost that would be paid to Carr. On October 3, 2017, bids were opened for the extension of a reclaimed water line on East Lake Mary Boulevard. There were 7 bidders with Carr being deemed to be the lowest responsive and responsible bidder. Attached is the bid tabulation. LEGAL REVIEW: The City Attorney has reviewed this matter and has no legal objection if all requirements of the City's Purchasing Policies are adhered to an implemented in accordance with controlling law. RECOMMENDATION: City staff recommends award of the bid to Carr as the lowest responsive and responsible bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate escrow fund as approved by the City Attorney. SUGGESTED MOTION: "I move to award bid 17/18-01 to the low bidder to Carr as the lowest responsive and responsible bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate escrow fund as approved by the City Attorney. Attachment: Bid Tab Report AGREEMENT PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the day of by and between the City of Sanford, Florida, 300 North Park Avenue, Sd ord, Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER") and Carr & Collier, Inc. whose principal and local address is 1410 Emerson Street, Leesburg, Florida 34748 , hereinafter referred to as to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement, and all documents which are fully a part of the Contract with the City are identified by title and number as set forth below and are available for review at and downloading from the City's Web site (site. in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. Executed, Section 00520 - Agreement Form. 2. The Project Manual. Note the Index (starting on page number 00010-1 of .the , Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents,, plans, prints and specifications pertaining to the Project. 3. Addenda Applicable to the Bid 4. Contractor's Bid, 00410. 5. Performance Bond, 00605. 6. Payment Bond, 00610 7. Material and Workmanship Bond, 00615. 8. Trench Safety (Executed Form), 00430 9. Non Collusion Affidavit, 00432 10. Conflict of Interest Affidavit, 00434 11. Public Entities Crime Affidavit, 00436 12. Compliance With the Public Records Law Affidavit, 00438 13. Bidder Qualification Affidavit, 00440 14. Certification Of Non -Segregated Facilities (Executed Form), 00450 15. Disputes Disclosure (Executed Form), 00452 16. Drug Free Workplace (Executed Form), 00454 17. Unauthorized (Illegal) Alien Workers Affidavit, 00456 East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01) AGREEMENT Page 1 of 20 18. E -Verify Compliance Affidavit, 00458 19. Americans With Disabilities Act Affidavit, 00460 20. Financial Information (Executed Form) (If Required by City), 00462 21. Insurance Certificate(s) 22. Notice of Award, 00510 23. Criminal Background Check Requirements (If Required for Project by City), 00525 24. Notice to Proceed, 00530. 25. Consent of Surety to Final Payment (Executed Form), 00617. 26. Contractor's Application for Payment (Executed Forms), 00625. 27. Certificate of Substantial Completion, 00626. 28. Certificate of Final Completion, 00627. 29. Contractor's Partial Release of Lien (Executed Forms), 00640. 30. Subcontractor's Final Release of Lien (Executed Form), 00641. 31. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 32. Contractor's Release of Lien (Executed Form), 00645. 33. Project Field Order (Executed Form), 00940. 34. Work Directive Change (Executed Form), 00945. 35. Change Order (Executed), 00950. 36. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all Work required by the Contract Documents for the construction of the East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18- C. Contract Time The Contractor shall begin Work after the issuance of a written Notice to Proceed from Owner and shall substantially complete the Work within the Contract Time identified in Paragraphs 1.02.C.5 of the Bid Form, which is 120 calendar Days. The Work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 45 calendar days from the actual date of substantial completion. D. Liquidated Damages East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 2 of 20 OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 1000 for each calendar day that expires after the time specified in Paragraph C for substantial completion until the Work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth ('/4) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of Three hundred fifty-seven thousand two hundred fifty-nine and 00/100 Dollars ($357,259.00). Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end, the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this Project is 10%, to East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 3 of 20 be held by Owner as collateral security to ensure completion of Work. When the Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. Engineer The Project has been designed by CPH, Inc., referred to in the documents as the Engineer. Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and/or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 3. The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which goods and/or services provider shall provide goods and/or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 9970, from time to time amended and in force on the date hereof. 7. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 4 of 20 (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or Work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 5 of 20 assignments within forty-eight (48) hours of the CITY's written request for such information. This information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and/or work sites. d. The CONTRACTOR shall comply with Section 00525 concerning criminal background check requirements of the employees of the Contractor and Subcontractors. e. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to A) Failure to have the required criminal background check reports submitted to the City by the FDLE; or B) Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to Work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR and/or SUBCONTRACTORS that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. e. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 6 of 20 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the Work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all Work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the Work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 7 of 20 respect to design, materials, and other matters pertinent to the Work covered by this Agreement; C. Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the Project; and d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Bilal Iftikhar, P.E. Public Works / Utility Director City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any Work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 8 of 20 may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the Purchase/Work Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27. The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement. 30. In the event that this Agreement is terminated, the CITY shall identify any specific Work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 9 of 20 34. The performance or provision of the CONTRACTOR's goods and/or services under this Agreement may be suspended by the CITY at any time. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for Work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CITY, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 10 of 20 subCONTRACTORs. Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of Work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. C. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. The CONTRACTOR shall submit a report to the CITY within twenty-four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 11 of 20 CONTRACTOR's full responsibility for performance of any obligation including the CONTRACTOR's indemnification of the CITY under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the CITY, the CONTRACTOR shall be deemed to be in default of this Agreement. 42. The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the CITY by submission of a new Certificate of Insurance. 43. The CONTRACTOR shall furnish Certificates of Insurance directly to the CITY's Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. 44. Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 45. The CITY shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement. 46. The CONTRACTOR is an independent contractor and not an agent, representative, or employee of the CITY. The CITY shall have no liability except as specifically provided in this Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the CITY. 48. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 12 of 20 49. The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of Work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. 50. The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 51. The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. 52. If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or Work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 53. The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 54. The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 56. The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 13 of 20 57. The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 58. The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the Work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 60. The CONTRACTOR shall ensure that all goods and/or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 14 of 20 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and/or services under this Agreement and date of final payment for said goods and/or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01) AGREEMENT Page 15 of 20 subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73. The CONTRACTOR shall coordinate the provision of goods and/or services and Work product of any CITY approved subcontractors, and remain fully responsible for such goods and/or services and Work under the terms of this Agreement. 74. Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the CONTRACTOR's duties commensurately with the CONTRACTOR's duties to the CITY under this Agreement, it being understood that nothing herein shall in any way relieve the CONTRACTOR from any of its duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies of all subcontracts. 75. The CONTRACTOR shall reasonably cooperate at all times with the CITY and other CITY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. 77. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 78. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. 79. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. 80. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 16 of 20 understandings, representations, correspondence and statements whether written or oral. 81. This Agreement may only be amended, supplemented or modified by a formal written amendment. 82. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. 83. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e-mails and message boards) shall not constitute proper written notice under the terms of the Agreement. 84. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 85. In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 86. The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. 87. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. 88. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. 89. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 17 of 20 persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 90. All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. 92. The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. 93. In the event that CITY procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 94. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. K. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONTRACTOR must: 1. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. 2. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 4. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR upon East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 18 of 20 termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. 5. If the CONTRACTOR does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. 6. Failure by the CONTRACTOR to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. the CONTRACTOR shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the CITY with a copy of the CONTRACTOR's response to each such request. 7. The CONTRACTOR shall note the following: IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-688-5012, CYNTHIA PORTER, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, E-MAIL: PORTERC@SAN FORD FL.GOV. (Agreement Execution Page Follows) East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 19 of 20 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Carr & Col Name of F By (Signatyre, Date [-\Clyl - r-1t-'01UU1 Name and Title ATTEST: / - -z-; - / 9 By (Signature) /7- Date Printed Name and Title FORTIN": Name of Owner R' By (Signature) Jeff Triplett, Mayo Printed Name and ATTEST: CV4�� By (tignature) Date Cynthia Porter, City Clerk Printed Name and Title al Date ity Attorney 74CA ll✓✓SEAL),",,, OLL/P V 0 R J (T)"', Ql$ SEA] �J&G, max: %ft� � WMA0001 I East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17/18-01) AGREEMENT Page 20 of 20 WS_ RMx Item No. CITY COMMISSION MEMORANDUM 17-299.H NOVEMBER 13, 2017 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: William Marcous, Utility Support Services Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: East Lake Mary Boulevard Reclaimed Water Main Extension Phase 2; Carr & Collier Bid Award (IFB 17/18-01) STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Award Bid # IFB 17/18-01 to the lowest responsive and responsible bidder for the Phase 2 reclaimed water main extension on East Lake Mary Boulevard is being requested. FISCALISTAFFING STATEMENT: The low bid was submitted by Carr & Collier, Inc. (Carr) of Leesburg, Florida in the amount of $357,259. BACKGROUND: On August 28, 2017, the City Commission approved an agreement with Safari Investments, LLC (Safari) whose managers/members are Sadique M. Jaffer and Mohamedtaki Jaffer, for the extension of a reclaimed water line to service their proposed residential properties. The City's cost share of the project was $50,000 with the balance to be paid by Safari. This is the second phase of a successful public-private partnership to fund reclaimed water extensions with the cost shared by Safari, the City, and the St. Johns River Water Management District (SJRWMD). On August 28, 2017 the City Commission approved a cost share agreement with the SJRWMD that will help provide some funding for this reclaimed water line extension. The amount of this grant is $117,895.47 (33% of construction cost not to exceed $133,827). The construction cost balance would be paid by Safari Investments which is $239,363.53 (bid amount — grant amount). The City's cost share of $50,000 was for the design and post design services and is not part of the construction cost that would be paid to Carr. On October 3, 2017, bids were opened for the extension of a reclaimed water line on East Lake Mary Boulevard. There were 7 bidders with Carr being deemed to be the lowest responsive and responsible bidder. Attached is the bid tabulation. LEGAL, REVIEW: The City Attorney has reviewed this matter and has no legal objection if all requirements of the City's Purchasing Policies are adhered to an implemented in accordance with controlling law. RECOMMENDATION: City staff recommends award of the bid to Carr as the lowest responsive and responsible bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate escrow fund as approved by the City Attorney. SUGGESTED MOTION: "I move to award bid 17/18-01 to the low bidder to Carr as the lowest responsive and responsible bidder at the bid price of $357,259, contingent on the payment of $271,710 by Safari into an appropriate escrow fund as approved by the City Attorney. Attachment: Bid Tab Report ADDENDUM NO. I September 26, 2017 CONTRACT DOCUMENTS For CITY OF SANFORD —87 East Lake Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio Ave. to Brisson Ave.) (IFB 17/18-01) To: Prospective Bidders and other Concerned Parties This Addendum No. 1 to the Plans, Specifications, and Contract Documents for the East Lake Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio Ave. to Brisson Ave.) (IFB 17/18-01), is hereby declared a part of the Original Contract Documents. This addendum shall be incorporated within the Contract Documents and have the same force and effect as if part of the original documents, and in case of conflict, this Addendum No. 1 shall govern. This Addendum consists of a total of 1 page plus the following attached items: A. Section 00410, "Proposal (Bid Form)" (Total of 4 Pages) CHANGES TO THE PROJECT MANUAL: 1 Section 00410, "Proposal (Bid Form)" has been revised to change the quantity of Item 11 (12" Gate Valve) from "2" to "3". Therefore, remove existing Section 00410 in its entirety and replace it with the attached revised Section 00410. QUESTIONS: 2. Question: In the plans appear 3 - 12" Gate Valves (Sheet 5, 6 and 7), and in the schedule only 2. Response: This Addendum No. 1 revises the quantity of 12: gate valves on the Bid Form / Bid Schedule. 3. Question: What is the Engineer Estimate Price for this Job? Response: The Engineer's Estimate is $390,000. Page 1 of 1 SECTION 00410 PROPOSAL. (BID FORM) PART 1 GENERAL 1.01 Description The following Bid, for the East Lake Mary Blvd. Reclaimed Water Main Extension - Ph. 2 (Ohio Ave. to Brisson Ave.) (I FB 17/18-011, is hereby made to the City of Sanford,hereafter called the Owner. This Bid is submitted by (1) Carr & Collier Inc.(fka Villages Construction, Inc.) 1410 Emerson Street (1) Name, address, telephone number, and E-mail Address of Bidder 1.02 The Undersigned: A. Acknowledges receipt of - 1. Project Manual and Drawings identified within the Project Manual. 2. Addenda: Number 1 Dated 9/25/17 Number Dated Number Dated Number Dated B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for 90 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders. 4. To accomplish the Work in accordance with the Contract Documents. East Lake Mary Blvd. RWM Extension - Ph. 2 PROPOSAL (BID FORM) August 31, 2017 REV. PER ADD. NO. 1 -9/25!17 NAME OF BIDDER: Carr & Collier Inc. (fka Villages Construction, "A$ 0-1 Carr & Collier Inc., Page 1 5. To begin Work after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the Work within 120 calendar days of the date of the Notice to Proceed. - 6. To accept the provisions of the. Agreement .as to liquidated damages in the event of failure to complete the Work on time. 1.03 Bid Schedule The Bidder hereby agrees to perform all Work as required by the Contract Documents for the following Unit Prices. All Work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the Project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. (This area left blank intentionally) East Lake Mary Blvd. RWM Extension - Ph.2 August 31, 2017 NAME OF BIDDER: Carr & Collier Inc. (fka Villages Construction, Inc.) 00410-2 Carr & Collier Inc., Page 2 PROPOSAL (BID FORM) REV. PER ADD. NO.1 -9/25117 wbc:)Opoc)oqq000000 C, Ct:6:) 0 C)o CD ON. Q U- 0) 0000000000CDOCDC)CO C; C; C5 C; oi 6 C; C; C=; C,:)* ci C; C; (5 6 C) L f)oi F- d 0 CL 0 c, c) c, 0 M C.0 0 0 0 0 (0 0 M LO M 0 0 CD W m m M 't , N M <Z 0 6 C6 (d C,4; C\l sc 00 (o o -4 0) m U-) 't .N . (Y)cj 00 ce) 69, Q91 6pr 6c). 61�� 6a (0 C14 ua� 61D� 6f:� 09- 69. 60�� 60-:� (09. 0- CV)O CL W a: w w C) C) C) C) 0 0 0 a 0 0 0 CD 0 0 0 0 0 0 a CD 0 CD Cl C) 0 Cl CD (D 0 0 C) C) 0 0 66 6 66 (Y566 6 c66 6 6 66 66 o o o 0 o ve. o o 0 m o C) m 0 c) -.1- 64 CL C) Lo 0 o cy) CD ce) (01-> 6G. CD 0) co c?) It 69- L6 Cli (d C14 C14 C6 cli C6 1-: V-: Ici r-: ai U') 0co I- N CO cq 0 CgU) M. cr 0 cn ay cn U) (n CO co U- co z U- LL 0 < > z _3 _3 _3 -i -i -i -i F- -j -j W w w w w co co w CL 0 d :E M s 0 CN =3 0o-6 (1) CD Cl) Q IL 0 V Nt ca 0 0 15; as ry -0 x ui C14 0 0 M CL A L(.) 0 C: Cl) 0 O W 0 qUj 0 E O 0 E (Dx 01 C-) a) ca 0 C, UJ C:3 cm CO CO C: 0 0 O N ccZ -0 < crj 0 co �o >11 I — > E > J0 4- 0 C: E E — ca co ca a) Z C . U) > a) > 0 1p 0 (1) = -0 Ca 0 -Fa > Ci) 73 ca w 0 0ca (1) a 2 0 co C: =3 q COL > a) co m to WCL A- N ca C13 (D > ca (1) (1) W C(3 = r -4.- (D 0 > > 0 w -0 a) c C: C C W > C13 4, U- 'S 0 0) o 0-- C) o 0 -0 < Fa Lu US U- ca C: CL EL M C0 (D 3: E E E 0 !E! = :: NICD a) 0 :t� 0) 0 0) a) 0 b cn -Y. L- &- F .— N N C\l = cv 4- IL w n LL v- co m < U) -j U- < 0 U-) (o 0 fn CZ < o m =3 CD U- Lf) T- V- T- F- ui<Z 0 uj C5 Z C, 1.04 Miscellaneous Requirements and Affirmations A. Proposals (Bids) must be on the Bid Form. B. I have attached the following required fully executed forms to this Bid: 1. Bid Security complying with the requirements of the Bidding Documents. 2. Trench Safety Statement - Section 00430 3. Non Collusion Affidavit- Section 00432 4. Conflict of Interest Affidavit - Section 00434 5. Florida Statutes on Public Entity Crimes Affidavit - Section 00436 6. Compliance With the Public Records Law Affidavit - Section 00438 7. Bidder Qualification Affidavit - Section 00440 1.05 RESPECTFULLY SUBMITTED, signed and sealed this _ 03 day of October 2017 Carr & Collier Inc. (fka Villages Construction, Inc.) Printed Name and Title 1410 Emerson Street Business Address Leesbur FL 34748 City State Zip Code Telephone No. ccestimate@gmail.com E -Mail Address ATTEST: Facsimile No. Name and END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 NAME OF BIDDER: ipr Inc. (fka Villages Construction, tnctl)0410-4 Carr & Collier Inc., Page 4 UQ�•'o�p 0 qq� ,�20 (CCAI?AAX& - SEAL G, �0 PROPOSAL (BID FORM) REV. PER ADD. NO. 1- 9/25117 SECTION 00420 BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1)Carr & Collier Inc. as Principal, and (2) Hartford Fire Insurance Company as Surety, are hereby and firmly bound unto (3) City of Sanford , as Owner, in the penal sum of (4) FIVE percent of the bid amount Dollars ($ S% ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to City of Sanford a certain Bid for East Lake Mary Blvd. RWM Extension - Ph. 2 (IFB 17118-01) attached hereto and hereby made a part hereof. 1) Bidder ?.) Surety 3) Owner 4) Amount of Bond as Required In the Instructions to.Bidders. NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. East take Mary Blvd. RWM Extension - Ph. 2 August 31, 200 004204 Carr & Collier Inc., Page!5 BID BOND FORM IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers. Signed and sealed this 3rd day of October 2017 By ZPrincipal. COLS RP -044; _-EAL) SEAL r ct a ._. ,,,«11«,90„ 7 45�9� By Anna E. Heitzman, CSR Typed Name and Title (SEAL) Officer) Typed Name and 1410 Emerson Street Address Leesburg, FL 34748 City, State, Zip Hartford Fire Insurance Company Surety orney-in=Fact Benjamin H. French, Attorney -in -Fait &.FL Resident Agent Typed Name and Title One Hartford Plaza Address Hartford, CT 06155-0001 City, State, Zip 860-547-5000 877-536-9102, Telephone No. Facsimile.No. END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00420-2 Carr & Collier Inc., Page (p BID BOND FORM Direct JnquiriesiClaims to: THE HARTFORD BOND, T-12 laza POWER ATTORNEY HartfOne ord, Connecticut 06155 Bond.Ctaimsftheitartford.com call. 888-266-3488 orlaz* 860.757-5835 Agency Name: WALDORF? TNS & SOND114G INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-222556 Q Hartford Fire Insurance Company, a corporution duly organized under tlto laws of the State of Connecticut Q Hartford Casualty insurance Company, a corporation drily organized under the laws of the State -if Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe.swe of Connecticut 0 Hartford Underwriters Insurance Company, u corporation duly organized under the lows of rite State of Connecticut Q Twin City Fire Insurance Company, a corporation duh -organized underthe laws ofthe State of indiana 0 Hartford insurance Company of Illinois, a corporution duly organized under the laws of the Stute of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under flee taws ofthe State of Indiana Hartford Insurance Company of the Southeast, a corporation duly orstan ized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the -Comparnew) do nereny make, consti uptotheamourltof unlimited Benjann=1 K. French, Clyde D. --rare, Pataela L. aa-rman, Paul A. Locascio, L. Dale Waldorff, X. Wayne -vralker, Rebekah G. -violf of FORT WALTON BEACH, Florida their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on .May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals m be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � t..•... � ( �a 14 P7[i � � 14$I' � �aS�4i r na-- '�j} �t ` Ai '♦ 1.,.. . Jif �3�,. � � �� �`� la�e John Gray, Assistant Secretary 91AIEOt-CONNECHc1.11 ss. Hanford COUNTY OF HARTFORD ifr3 M. Ross Fisher, Senior Vice President On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said Instrument are such corporate seals; that they urere so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. OsT Nota M. Stranko Notary Public C.FRTIFIC:ATF t1y commissionFXPhuMarch 31.2016 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the,ab&6 anis foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 3, 2017. Signed and sealed at the City of Hartford. ars,jrrttRhit ' a 10$? "rwt+x°osa"�n� h,3 a'► s? ^' '1tr,nrr�l` • �.attif► a .lD a�• I27i c 1979' Kevin Heckr6an.A -�Istard Vlce President Fay mt, Carr& Couierlue. Page6A SECTION 00430 TRENCH SAFETY FORM Bidder acknowledges that included in the various items of the proposal contained on the Bid Form are costs for complying with the Florida Trench Safety Act (FS 553.60-553.64). The Bidder further identifies the cost of compliance with the applicable trench safety standards for the project as follows (Bidder to attach additional sheets as necessary to identify all costs): Trench Safety Measure (Description) Units of Measure LF, SF, SY Unit Quantity Unit Cost Extended Cost A Trench Box LF 50 100 $5,000.00 B C D E F TOTAL $ $5,000.00 The total cost shown herein is already included in the various items on the Bid Form and is not additional to the pricing shown on the Bid Form. Bidder, by signature below, assures that the contractor performing trench excavating will comply with the applicable Trench Safety Standards. Submitted, signed and sealed this 3rd day of October , 2017 Carr & Collier es Construction Reynolds Holiman, Vice President Printed Name and Title ATTEST: Signature 10/03/2017 Date END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00430-1 Carr & Collier Inc., Page 7 TRENCH SAFETY FORM t SECTION 00432 NON COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1. States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. Carr & Collier Inc. (fka Villages Construction, Inc.) 10/0312017 Representative (Affiant) Date Reynolds Holiman, Vice Presiden Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00432-1 Carr & Collier Inc.. Paye 8 NON COLLUSION AFFIDAVIT On this 3rd day of October -12017 before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holliman whose names) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n1a as identification. (Notary Public in and for the -County and State Aforementioned) SEAL My commission expires: 09/16/2019 HOWMAFMN my roommissION # FF 91MW END OF SECTION ExpIREs. september 16,2D19 Bon&dThrUtbWYP0MUnd-br$ East Lak6. Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00432-2 Carr & Collier Inc., Page 9 NON COLLUSION AFFIDAVIT SECTION 00434 CONFLICT OF INTEREST AFFIDAVIT Project Name: East Lake Mary Blvd. RWM Extension - Ph. 2 Bid No.: 1FB 17/18-01 The Affiant identified below deposes and states that: 1. The below named Bidder is submitting an Expression of Interest for the City of Sanford project named above. 2. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 3. The Affiant states that only one submittal for the above project is being submitted and that the below named Bidder has no financial interest in other entities submitting proposals for the same project. 4. Neither the Affiant nor the below named Bidder has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the Bidder's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project 5. Neither the Bidder nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 6. Neither the Bidder, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7. 1 certify that no member of the Bidder's ownership, management, or staff has a vested interest in any aspect of or Department of the City of Sanford. 8. 1 certify that no member of the Bidder's ownership or management is presently applying for an employee position or actively seeking an elected position with City of Sanford. 9. In the event that a conflict of interest is identified in the provision of services, 1, on behalf of the below named Bidder, will immediately notify the City of Sanford in writing. East Lake Mary Blvd. RWM Extension - Ph. 2 CONFLICT OF INTEREST AFFIDAVIT August 31, 2017 00434-1 (`arr A• (' nlliPr Tnr_ Pnap i n Carr & Collier Inc. Villages Construction, Representative (Affiant) Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA On this 3rd day of October —'20 17 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a as identification. _ � (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 HOLU MAFMN MY COMM 918900 EXPIRES: September 16, 2019 `' P,F�, BondedThmWtaryPubrcUndemt m END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 CONFLICT OF INTEREST AFFIDAVIT August 31, 2017 00434-2 Carr & Collier Inc., Page 11 SECTION 00436 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT Project Name: East Lake Mary Blvd. Reclaimed Water Main Extension - Ph 2 Bid No.: IFB 17/18-01 The Affiant identified below attests to the following: 1. I understand that a "public entity crime" as defined in Section 287.133(1)(g), Florida Statutes, means a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for :goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 2. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crimes, with or without an adjudication of guilt, in any Federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 3. 1 understand that an "affiliate" as defined in Section 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or an entity under the control of any natural person who is active in the management of the entity and how has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 4. 1 understand that a "person" as defined in Section 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT 00436-1 Carr Rt Ca1lipr Tnr_ Pnap 19 5. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. '(Note: indicate which of the below statements apply) X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agent who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees; members or agents who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before an Administrative Law Jury of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Administrative Law Jury determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (You must attach a copy of the final order.) I understand that the submission of this form to the City of Sanford is for the City only and, that this form is valid through December 31, of the calendar year in which it is filed. I also understand that i am required to inform the City prior to entering in to a contract in excess of the threshold amount provided in section 287.017, Florida Statues, for category two of any change in the information contained in this form. of �L thorized Representative (Affiant) ds Holiman, Vice President Printed or Typed Name and Title of Authorized COUNTY OF STATE OF FLORIDA FEIN No. Date On this 3rd day of October -.20 17 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a as identification. East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT 00436-2 Carr & Collier Inc., Page 13 r Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 HOWYM11H END OF SECTION �A 4.0Y W, COMMISSION # FF 9MM f EXPIRES: S601ember 16,2019 East Lake Mary Blvd. RWM Extension - Ph. 2 FLORIDA STATUTES ON August 31, 2017 PUBLIC ENTITY CRIMES AFFIDAVIT 00436-3 Carr & Collier Inc., Page 14 SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents. This provision obligates the Proposer/Bidder to pay the full legal costs of the City including, but not limited to, attorneys fees, court costs, and any and all other charges, regardless of what level of trial or appeal. of Abtliorized Representative (Affiant) Printed or Typed Name and Title of Authorized Representative COUNTY OF Lake STATE OF FLORIDA Date On this 3rd day of October 20 17 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within, instrument, and he/she/they acknowledge that he/she/they executed it. East Lake Mary Blvd. RWM Extension - Ph. 2 COMPLIANCE WITH THE PUBLIC RECORDS August 31, 2017 LAW AFFIDAVIT 00438-1 Carr & Collier Inc., Page 15 WITNESS my hand and official seal. He/She is personally known to me or has produced n/a , as identification. in and for the County and State SEAL My commission expires: 09/16/2019 __ END OF SECTION °N NOW MAAT(N My COMMISSION # FF 91890D EXPIRES: September 16, 2019 '"'�,1i -. HondedThtuNotaryPubGcth�denvrRers East Lake. Mary Blvd. RWM Extension - Ph. 2 COMPLIANCE WITH THE PUBLIC RECORDS August 31, 2017 LAW AFFIDAVIT 00438-2 Carr & Collier Inc., Page 16 SECTION 00440 BIDDER QUALIFICATION AFFIDAVIT State the true, exact, correct and complete name of the company, partnership, corporation, trade orfictitious name under which the Bidder does business and the address of the place of business. Carr & Collier Inc. (fka Villages Construction, Inc.) Name of Bidder Address of Bidder I 352-314-3625 352-240-3439 ccestimateftmail.com Phone No. of Bidder Fax No. of Bidder Bidder E -Mail Address Bidders Contractor's License No(s). CGC037504 CUC056650 (As issued by the Florida Dept. Of Business and Professional Regulation Construction Industry Licensing Board) The Bidder is (check one of the following): )An Individual )A Partnership (X) A Corporation Principal Office Address: 1410 Emerson Steet, Leesburg, FL 34748 1. If Bidder is a corporation, answer the following: Date of Incorporation: . December 15, 2005 State of Incorporation: Florida Presidents Name: Joseph Rayl Vice President's Name: Reynolds Holiman 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: NIA Name, Address and Ownership Units of all Partners: East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00440-1 Carr & Collier Inc., Page 17 BIDDER QUALIFICATION AFFIDAVIT State whether general or limited partnership: N/A 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: Yes X N/A 5. How many years has the Bidder been in business as a Contractor under its present name? 9 months 6. Under what other former names has the Bidder operated? Villages Construction, Inc. 7. How many years of experience in construction work has the Bidder had as a Prime Contractor? 6 years 8. List below information concerning projects the Bidder has completed in the last (5) years as a Prime Contractor for the type of Work required for this project (attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Bidder named above. The Owner reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Bidder. (This area left blank intentionally) East Lake Mary Blvd. RWM Extension - Ph. 2 BIDDER QUALIFICATION AFFIDAVIT August 31, 2017 00440-2 Carr & Collier Inc., Page 18 4 iG 0 (D 0 UL (D 0 CL (1) 0- 0.- z -i Z M I E V 0- IL E N -ZC -A U. a t- (a co U. U. LL. LL U. 0 E >L o c 0 S C) -J C C� 0 C) a 1110 CL.,,., = M 3r Uvaj o m ce) co LO 1� tin (A r— LO C%4 cc (1) 0:5 (1) pul Q. 0 tn co mc E V- T- M N > 0 a I a I > M— r W E c 0 EW V =4 M 0 0 to It CD 0 C) 00 > MA CL 0 n OJ r w NNrr 0 o E R oho C) co Ln to C14 0 co 0 0 w UU aNi ca Cl 0 0 0 a = c- M tai tG T- C) C-4 cu cc:' E 14 04 C,4 CD awCL a. 0 o ovuE Cf) 0 O Cp C-4 0°-`t 0 0 (0 > to 42 X itff E CIO C%A Qi C)a 0 to co@) tF Zzw @ win C) ca Ncoco co i-0 zoo E C) U M io M a tL t0 T 0 o C) m C-4 r C-4 ouz 000 CD 0 0 0 V 4- 0 4- 0 a > 0 E 2 w z 06 0 0' L- = w .-O 0 0 E 0 -P 4- 0 m E CL m 'ou CL= LL E z L. E 2.6 0 :3 E 0 CL 0 lz -OW CL 0LLCL 1 z CO o za. = LL z 0 Cf w ui u QF cl A U) M E 0 o > En. a. 6 6 0 U) 'm z Z m > w = a CD 0 =a. E 0 0 M M 4) N 0. C Zqm4j 3r , cc tu j5 COQ1 E 41 E. O a o o o C U) z E EW 0 in _3 w ED 0. OJ 0 O E wa CD to 0 to 69- C.) U0 Q 2a o -W cc "a C-4 0) 04 E ur_) E --w c CL 0 0 c 0 o o E 0 ay 0 = 4) V IL < E 0 rN (D E E .2 >, @ &- o 44 Z W Nq 42 r- T7 ca) (D 0 dry' CO -lid I O N Lo m 00 U5 (D w w CO E r 0 0 Q E o 0 0 C.) z 0 F- cv) F- V 0 0 4O- 0 4- (1) 0 E m z rC c CO r a. KS E . *0 0 -- 4- 0 (D .0— IE 0 14a 0 01— > 0 m (D -a mids= IM co A E 0 @E ' w *&: CL a) m mm = Iz 0 -j w w co co 05 71 IL 0 9. Has the Bidder ever failed to complete any work awarded to it? if so, state when, where and why (attach additional sheets as necessary). M 10. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore (attach additional sheets as necessary). IM 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Bidder (attach additional sheets as necessary): None 12. What is the Bidder's bonding capacity? $20,000,000.00 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? $7,000,000.00 approximately 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Hartford Fire Insurance Company WaldorfP Insurance & Bonding 1110 NW 6th Street Gainesville, FL 32601 15. Has the Bidder been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? if so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). No East Lake Mary Blvd. RWM Extension - Ph. 2 BIDDER QUALIFICATION AFFIDAVIT August 31, 2017 00440-5 Carr & Collier Inc., Page 21 The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the owner in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidders qualifications to perform under the contract shall cause the Owner to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. Carr & Collier Inc. 10/03/2017 WAt—h/bZfiz�edRep�resen�tafive (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF 1.0-& STATE OF FLORIDA On this 3rd day of October , 20 17 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITH n�a my hand and official sea(. He/She as personally known to me or has produced identification. (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 Hcki.Immni END OF SECTION MY coWISSiON t FF glow EXPIRES: september 16, 2019 eonaed fico tJota�Ypnt+Undanmtea East Lake Mary Blvd. RWM Extension - Ph. 2 BIDDER QUALIFICATION AFFIDAVIT August 31, 2017 00440-6 Carr & Collier Inc., Page 22 SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Contractor certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Contractor further certifies that none of its employees are permitted to perform their services at any location under the Contractor's control during the life of this contract where segregated facilities are maintained. The Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Contractor agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Carr & Collier Inc. Co of �\Li horized Representative Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00450.1 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". if you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? N (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? N (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? N (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Carr & Collier Inc. Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 DISPUTES DISCLOSURE FORM August 31, 2017 00452-1 SECTION 00454 DRUG FREE WORKPLACE FORM The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and Employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in item 1. 4. In the statement specified in item 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Carr & Collier Inc. Firm , 1 Representative Reynolds Holiman Vice President Printed or Typed Name and Title of Authorized Representative END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 DRUG FREE WORKPLACE FORM August 31, 2017 00454-1 SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1. The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Carr & Collier Inc. Contractor -'W/ lo/10 lr+- Signatur of hori ed Representative (Affiant) Date Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized COUNTY OF Lake STATE OF FLORIDA (Affiant) On this [C9 day of October , 20 17 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a , as identification. %-`,-,�-� , /'"1 1 (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 NOW MAHi1N END OF SECTION =� W COMMISSION # FF 918900 _# ' - '•. EXPIRES:W �unaam 'fltxtension - Ph. 2 August 31, 2017 00456-1 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT Project Name: East Lake Mary Blvd. RWM Extension - Ph. 2 Bid No.: IFB 17/18-01 The Affiant identified below attests to the following: 1. That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above - listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. East Lake Mary Blvd. RWM Extension - Ph. 2 E VERIFY COMPLIANCE AFFIDAVIT August 31, 2417 00458-1 "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. Carr & Collier Inc. Reynolds Holiman Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA On this I C01 day of October , 2017 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a , as identification. (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 HOW MARTIN MY COMMISSION # FF 918900 gf �.lJ6,1b slamNgtu�ae� END OF SECTION East Lake Mary Blvd. RWM Extension - Ph. 2 E -VERIFY COMPLIANCE AFFIDAVIT August 31, 2017 00458-2 SECTION 00460 AMERICANS WITH DISABILITIES ACT AFFIDAVIT By executing this Certification, the undersigned Contractor certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford. The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City of Sanford be held liable for the actions or omissions of the Contractor or any other party or parties to the. Agreement for failure to comply with the ADA. The Contractor agrees to hold harmless and indemnify the City of Sanford, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the Contractor's acts or omissions in connection with the ADA. Carr& Collier Inc. Sig4hare of Aufhorized Representative (Affiant) Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA Date On this « day of October , 2017 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a as identification. /--->,. . ry Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 'f :��:E:E:XPl COMMISSIFF 916900END OF SECTION RES: September 16, 2019 fd ThN Abtary Public Undermders East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00460-1 AMERICANS WITH DISABILITIES ACT AFFIDAVIT To the Board of Directors and Stockholders Carr & Collier, Inc., and Affiliates Leesburg, Florida We have reviewed the accompanying combined financial statements of Carr & ColIier, Inc., and its affiliates, which comprise the balance sheets as of December 31, 2016 and 2015, and the related combined statements of income, changes In stockholders' equity, cash flows for the years then ended, and the related nates to the financial statements. The accompanying supplementary information is presented for supplementary analysis purposes. A review includes primarily applying analytical procedures to management's financial data and malting inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an Opinion, Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of .America; this Includes the design, implementation, and maintenance of internal control relevant to the preparation ' and fair presentation of the financial statements that are free from material misstatement whether due to fraud or error. Our responsibility is to conduct the review engagements in accordance with the Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the American Institute of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements. We believe that the results of our procedures provide a reasonable basis for our report. The supplementary information appearing on pages 16-20 is presented for purposes of additional analysis and is not a required part of the basic financial statements. The information is the representation of management. We have not audited or reviewed such information and, accordingly, do not express an opinion, a conclusion, nor provide any assurance on it. Based on our ieview, we are not aware of any material modifications that should be made to the accompanying combined financial statements in order for them to be in conformity with generally accepted accounting principles. Covington, Ligori, P.A. Certified Public Accountants January 25, 2017 Carr & Collier, Inc., & Affiliates Combined Balance Sheet—.Assets December 31, 2016 2015 Current Assets Cash S 1,061,1.23 $ 108,867 Accounts receivable — Trade 1,155,815 862,556 Notes receivables- current 7,479 40,749 Employee loans 10,525 Inventory Cost.& Earnings in Excess of Billings 83,454 307,808 Total Current Assets 2,318,396 1,319,980 Land, BuUlnn% Vehicles and Equipment Autos, Trucks and Airplane 1,097,622 1,085,393 Equipment 8141219 451,454 Furniture and fixtures 57,417 44,569 1,969,258 1,581,416 Less accumulated depreciation ( 939,564) ( 730,254? Total Land, Building, Vehicles and. Equipment 1,029,694 851,162 911aer Assets Investments 29,666 29,666 Notes receivable — long term 7,187 38,608 Security deposit 15,500 7,500 Total Other Assets 52,353 75,774 Total Assets L_•_ 3,400,443 2 246 The accompanying notes are an integral part of these statements. See accountants' review report. -2- Carr & Collier, Inc., & Affiliates Combined Balance Sheet - Liabilities and Stockholder's Equity December 31, 2016 2015 Current Liabilities Accounts payable $ 561,329 $ 325,232 Current portion of notes 201,852 151,210 Billings in Excess of Costs/Earnings 454,565 35,479 Line of credit -- First Green Bank 438,455 Accrued expense 72,952 13,943 Total Current Liabilities 1,290,698 964,319 Long Term Liabilities, Notes Payable 507,212 536,313 Total Liabilities 1,797,910 1,500,632 Stockholder's EquitX Common stock 100 100 Paid in capital 40,000 40,000 Retained earnings 1,562,433 706,184 Total Stockholder's Equity 1,602,533 746,284 Total Liabilities and Stockholder's Equity $ 3,400,443 $ 2,246.916 The accompanying notes are an integral part of these statements. See accountants' review report. -3- Carr & Collier, Inc., & Affiliates Combined Statement of Income For the Year Ended December 31, 2016 2015 R=nue Sales 13,563,098 $ 8,253,533 CQ§t of Sales Labor 4,611,548 2,677,917 Purchases 4,780,501 2,838,809 Gas/Oil/Maiatenance 265,798 239,610 Other job costs 943,769 659,912 Total Cost of Sales 10,601,616 6,416,248 Gross profit 2,961,482 1,837,285 Qperating,exl2enses Salaries and wages 377,056 251,788 Insurance 218,159 262,879 Interest 51,870 29,689 Office and data processing 71,699 46,481 Rent 42,323 31,636 Repairs and maintenance 71,582 33,754 Building/equipment rental 44,289 18,438 Commissions '18,850 23,624 Dues and subscriptions 8,261 2,736 Professional fees 223,399 48,285 Advertising 62,889 21,170 Banldcredit card charges 66,783 452570 Contributions 69,927 60,976 Entertainment/Meals 48,642 40,338 Telephone 25,247 27,483 Travel 65,789 28,170 Outside services 29,886 16,648 Miscellaneous/Other 86,816 31,165 Total operating expenses 1,583,467 1,020,830 Income froze. Operations 1,378,015 816,455 The accompanying notes are an integral part of these statements. See accountants' review report. -4- Carr & Collier, Inc., & Affiliates Combined Statement of Income (Continued) For the Year Ended December 31, Ober e Interest Income Depreciation and amortization Total other Income/(Expense) Net Income 2016 6,888 94,566) ( 87.678) $ 1.290 337 2015 8,608 102,670) ( 94,06Q S 722,393 The accompanying notes are an integral part of these statements. See accountants' review report. -5- INSURANCE & BONDING April 8.3U17 RE: Carr 8kCollier, Inc. ToWhom ltMay Concern: This is to advise you that VVa|dohfInsurance 8kBonding, Inc. provides bonding for Carr & Collier, Inc. Their Surety is Harford Fire Insurance Company, which has an A.M. Best Rating ofAfXV and is listed in the Department Ofthe Treasury's Federal Register with an underwriting limit of $1,344,052,000. The home office address is One Hartford Plaza, Hartford, CTO81S5-OOO1. Carr & Collier, Inc. is a financially strong, well-managed company and it is a pleasure to recommend them toyou for your consideration. They have aOexcellent reputation with architectn/engineers,owners, subcontractors, and suppliers and are considered tobaan except|onal contractor in the area. Atthis time, vvewould not anticipate a problem inbonding our client inthe amount of $1O/OOO/OOOfor asingle project or$2O,OOO,OOOaggregately. The surety reserves the right to perform normal underwriting at the time of any bond request, including, without limitation, prior review and approval nfrelevant contract documents, bond forms, and project financing. If you have any questions, please do not hesitate to contact rne' Benjamin H. French Vice President 1110 NORTHWEST 6th STREET GAINESVILLE, FL 32601 PHONE 352-374.;7779 CARR&CO-02 RECKP a�oFr�� OF LIABILITY INSURANCE DATE/Y)CERTIFICATE 11122/20/7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NC CT Patty Beck Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 PHONE FAX ac. No, Et): {407) 998-550715507 A/C, N,):(321) 214-6400 E-Mp'E . Patty.Beck@ioausa.com INSURERS AFFORDING COVERAGE NAIL # 10101/2017 INSURER A:FCCI Insurance Company 10178 EACH OCCURRENCE $ 1,000,000 INSURED INSURER B INSURER C Carr & Collier, Inc. INSURER D: 1410 Emerson Street Leesburg, FL 34748 INSURER E INSURER F: A COVERAGFS CFRTIFICATF IJI IMRFR- RFVISIr1hi hit IMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL i UBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMBS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X X GL002005801 10101/2017 10/0112018 EACH OCCURRENCE $ 1,000,000 100,000 DAMAGE TSESO RENTEDPREM occurrencel S _ MED EXP (Any oneperson) S 5,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY EI JE a E] LOC OTHER: GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG S 2,000,044 EPL I S 100,000 A AUTOMOBILE Ix LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS H R D X NON-OWNEp AUTOS ONLY AUTOS ONLY X CA10000344202 10/01/2017 10/01/2018 COMBINED SINGLE LIMIT S 1,400,004 BODILY INJURY Per erson S BODILY INJURY Per accident S PROPERTY DAMAGE Per accident S S A X UMBRELLA LIAB EXCESS LIAR X I OCCUR CLAIMS -MADE UMB10001875500 10101/2017 10/01/2018 EACH OCCURRENCE S 4,000,044 AGGREGATE S 4'444'444 DED I X I RETENTIONS 14,444 5 A WORKERS EMPLOY RS*COMPENSATION LIABILITY AND EMPLOYERS' LIABILITY Y t N ANY PROPRIETORiPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A X 001 WC17A76693 10/01/2017 10/01/2018 OTH �I ER' X EACH ACCIDENT 5 1,00 4,444 E.L. DISEASE - EA EMPLOYEd S 1,000,044 E.L. DISEASE - POLICY LIMIT S 1,004,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required City of Sandord is Additoinai Insured with respects to General Liability perform CGLO841013 including Waiver of subrogation perform CGLO88 1013 as required by written contract, on a Primary Non Contributory basis per form CGL0251108 as required by written contract, Additional Insured with respects to Auto Liability as required by written contract. Waiver of Subrogation with respects to Workers Compensation as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Sanford 300 North Park Avenue ISanford. FL 32771 :..._ _ . ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00525 CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT The Affiant identified below agrees to the following: The Contractor shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, Subcontractors, agents, and any other person caused by the Contractor to have access to any facility under the authority of the City. 2. Contractors who have access to City owned and/or operated facilities and utilities which are designated by the City to be critical to security of public safety, shall comply with the security measures as described herein. 3. For this Project, employees of the Contractor and Subcontractor(s) that will work on the proposed reclaimed water main must undergo a Level I criminal background check. 4. Contractors and each of their employees shall, as and when required by the City, wear an identification badge which provides the name of the'employee and the Contractor. 5. Contractors shall provide within forty-eight (48) hours of the City's request, a list of employees and Subcontractors who will have access to City sites and/or facilities, their working days, times and assignments. Additionally, the City reserves the right to require the inclusion of individual addresses, social security numbers and driver's license numbers including state of issuance for employees and Subcontractors identified above. Such confidential information shall be used by the City to determine a person's eligibility to function in such critical employment position(s) as described. 6. A Level I criminal background check does not require fingerprinting. What is required is submission of the name, address, social security number, and date of birth of each employee of the Contractor and Subcontractor that will be working on the existing and proposed water main. 7. Each request for a Level I criminal background check shall be submitted by the Contractor along with a check for $24.00 for each background check and the City's ORI number, which is FL759053Z, to the Florida Department of Law Enforcement (FDLE) in order to pay for the Level I criminal background check. The Level I criminal background check request and payment shall be sent to: FDLE Criminal Justice Information Services Post Office Box 1489 Tallahassee, Florida 323021489 8. The ORI number directs the report to be returned to the City of Sanford Purchasing Department. The Contractor shall not request the report to be returned to the Contractor. Only the list of the name, address, social security number, and date of birth of each employee of the Contractor and Subcontractor and the required payment are to East Lake Mary Blvd. RWM Extension - Ph. 2 August 31, 2017 00525-1 CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT be placed in the envelope. No cover letter or other instructions are to be included. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. 9. If any employee of the Contractor or Subcontractor refuses to authorize the release of their address, social security number, licenses and/or to participate in the criminal history record checks when required by the City, they shall not be allowed to work or continue to work in or on such critical position(s) or project(s). Reports which reflect incidents in an individual's back ground will be addressed and resolved on a case by case basis. 10. In the event the Contractor can show employees of the Contractor or Subcontractor have undergone criminal background checks on other City of Sanford projects within the last 12 months, then a new Level i criminal background check will not be required. 11. The criminal background check request shall be submitted to FDLE within 14 calendar days of the Notice to Proceed. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to A) Failure to have the required criminal background check reports submitted to the City by the FDLE; or B) Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to Work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. Carr & Collier Inc. Contra or T C)h b t - Sig atur of A thorized Representative (Affiant) Date Reynolds Holiman, Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Lake STATE OF FLORIDA On this 10�h day of October , 2017 , before me, the undersigned Notary Public of the State of Florida, personally appeared Reynolds Holiman whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced n/a , as identification. - _ _ i'—\ r Public in and for the County and State Aforementioned) SEAL My commission expires: 09/16/2019 ", r' • HOW MARTIN 4. MY COMMISSION#FF91a�o END OF SECTION EXPIRES: September 16, 2019 Bonded Thru Notary Pebk Undenrftm East Lake Mary Blvd. RWM Extension - Ph. 2 CRIMINAL BACKGROUND CHECK August 31, 2017 REQUIREMENTS AND AFFIDAVIT 00525-2