Loading...
1997 IFB 15/16-18 HGB PhII Jordan Brothers Const.i l June 22 2016 Wednesday, u , (n RE: IFB 15/16-18 Historic Goldsboro Blvd. Phase 2- Agreement- Bonds and mise forms Jordan Brothers Construction 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 Once completed, please: ® Return originals to Purchasing ❑ Return copies 1-1 Special Instructions: Marisol Ordofiez From "rADept_forms\City Clerk Transmittal Memo - 2009.doc Mayor's signature ;Recording Safe keeping. (Vault) Payment Bond City Manager Signature City Clerk Attest/Signature Date Contract/Agreement Name: IFB 15/16-18 Historic Goldsboro Blvd. Phase 2- Apreement- Bonds and misc forms Jordan Brothers Construction Approval: afi-aj,e-r Finance Director CitgAttorney woom r,?,A f) u -t-o� c6 Date Date Date 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. Sanford Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER") and Jordan Brothers Construction LLC, whose principal and local address is 7575 Kingspointe Parkway, Suite 7, Orlando, Florida 32819, 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 (Proposal), 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. Receipt of Exempt Public Records and Agreement to Safeguard (If Required for Project by City), 00442 15. Certification Of Non -Segregated Facilities (Executed Form), 00450 16. Disputes Disclosure (Executed Form), 00452 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 1 of 19 DATE: 07/20/16 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 12254 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 JORDAN BROTHERS CO, LLC 7575 KINGSPOINTE PARKWAY STE 7 ORLANDO, FL 32819 PO NUMBER 034936 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 800 FULTON STREET SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/16 NET/30 65353 ACCOUNT NO.: 138-4047-541.63-90 PROJECT NO.: PW14 04 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OFISSUE UNIT COST EXTENDED COST 1 CONTRACTOR FOR HISTORIC GOLDSBORO 2520406.26 NA 1.00 2520406.26 STREETSCAPE ITEM NO. Al THROUGH A67. GENERAL,PAVING, DRAINAGE, AND FURNISHINGS PART B - UTILITIES Bl THROUGH B42 PART C STREET LIGHTS Cl THROUGH C4 PART D LANDSCAPE AND IRRIGATION D1 THROUGH D10 IFB 15/16-18 SUB TOTAL 2520406.26 TOTAL 2520406.26 S(IRRIV APPROVED BY: PURCHAS APPROVED BY: CITY MANAGER ALL PACKAGES AND LdY ICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 17. Drug Free Workplace (Executed Form), 00454 18. Unauthorized (Illegal) Alien Workers Affidavit, 00456 19. E -Verify Compliance Affidavit, 00458 20. Americans With Disabilities Act Affidavit, 00460 21. Financial Information (Executed Form) (if Required by City), 00462 22. Insurance Certificate(s) 23. Notice of Award, 00510 24. Criminal Background Check Requirements (If Required for Project by City), 00525 25. Notice to Proceed, 00530. 26. Consent of Surety to Final Payment (Executed Form), 00617. 27. Contractor's Application for Payment (Executed Forms), 00625. 28. Certificate of Substantial Completion, 00626. 29. Certificate of Final Completion, 00627. 30. Contractor's Partial Release of Lien (Executed Forms), 00640. 31. Subcontractor's Final Release of Lien (Executed Form), 00641. 32. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 33. Contractor's Release of Lien (Executed Form), 00645. 34. Project Field Order (Executed Form), 00940. 35. Work Directive Change (Executed Form), 00945. 36. Change Order (Executed), 00950. 37. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the Historic Goldsboro Blvd. Phase 2 (IFB No. 15/16-18). 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 330 calendar days. The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial completion. D. Liquidated Damages Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 2 of 19 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 ('/%) 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 Two million five hundred twenty thousand four hundred six and 26/100 Dollars ($2,520,406.26). 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 Historic Goldsboro Blvd. Phase 2 (IFB 16/16-18) AGREEMENT Page 3 of 19 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 4970, 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 4 of 19 (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. 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 5 of 19 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 fingerprinting and 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. g. 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. Historic Goldsboro Blvd. Phase 2 (IFB 15116-18) AGREEMENT Page 6 of 19 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 7 of 19 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: Jeff Davis, Project Manager Public Works Department 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 8 of 19 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. Historic Goldsboro Blvd. Phase 2 (IFB 16116-18) AGREEMENT Page 9 of 19 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 10 of 19 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 11 of 19 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. Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 12 of 19 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. Historic Goldsboro Blvd. Phase 2 (IFS 15/16-18) AGREEMENT Page 13 of 19 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. Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 14 of 19 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 Historic Goldsboro Blvd. Phase 2 (IFB 16/16-18) AGREEMENT Page 15 of 19 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, Historic Goldsboro Blvd. Phase 2 (IFB 16/16-18) AGREEMENT Page 16 of 19 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 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 17 of 19 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. Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 18 of 19 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: IeKp Q - Name ofFjmr----a W(Signaturi�/' Date (SEAL) Printed Name and Title U1111=115 Printed Name and Title Name of Owner_ —.41 By (Signature) " )/ Date (SEAL) Jeff Triplett, Mayor Printed Name and Title ATTEST: —i 2--( � By (Signature) Date Cynthia Porter, City Clerk Printed Name and Title Approved as to form and legal sufficiency, am L. Colbert 6' Attorney 1.4 A11116 A) AC -4 Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) AGREEMENT Page 19 of 19 CITY COMMISSION MEMORANDUM 16 — 190.0 MAY 23, 2016 AGENDA TO: Honorable Mayor and Members of the City PREPARED BY: Jeffrey J. Davis, Project Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Historic Goldsboro Boulevard Streetscape) STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ® Promote the City's Distinct Culture ® Update Regulatory Framework ® Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: WS— RM Item No. (0 i - I1 Project Award of Bid # IFB 15116-18 to the lowest responsive and responsible bidder, Jordan Brothers Construction, LLC of Orlando, for the Historic Goldsboro Boulevard Streetscape Phase II Project and approval of implementing procurement activity is requested. FISCALISTAFFING STATEMENT: The total amount requested is an amount not to exceed $2,520,406.26 and is available from the Third Generation One Cent Sales Tax account. BACKGROUND: The City's Public Works Department is planning to improve the roadway and right of way on Historic Goldsboro Boulevard from William Clarke Avenue to Persimmon Avenue. The Project will consist of new amenities such as street lighting, new sidewalk, benches, landscape and hardscape. The project will also involve upgrades to stormwater infrastructure and utilities. The City advertised an Invitation For Bid in accordance with City Procurement Policy. Based on these findings and staff review of the contractors, Jordan Brothers Construction, LLC is the lowest responsive and responsible bidder. The other bidding companies were Masci Corporation, Central Florida Environmental Corp., and Watson Civil Construction, Inc. LEGAL REVIEW: The City Attorney has reviewed and has no legal objection to the actions to be implemented in accordance with City Purchasing Policy. CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) A. Solicitation Title Historic Goldsboro Blvd Phase II Number IFB 15/16-18 Opening Dat March 30,2016 Time 2:OOPM Solicitation Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.com Location of Opening: City Commission Chambers On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. 0 IFB- Announced the name of each bidder and the amount of their bid. RFP- Announced the name of each respondent. ❑ RFQ- Announced the name of each respondent. _ If any submission was not opened and/or announced: check this item and indicate on tabulation below specific information as to why the submission was not opened or announced. _ All submissions were opened and read. The tabulation below reflects the information read. 2. Name of City Emplo who an need the bids: Bill Smith, Purchasing Manager Certification (1) By S' 3?I l `� • �2 Les- ` Signature ate printed name and title 4 Certification (2) By: �a�� /7 /1 ap /j ignature d to printed name and title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note -City of Sanford Procurement Procedure 6-500 mandates that as applicable to an IFB: the name ofeach bidder and the specific amount of the bid will be shared at the opening, for an RFP or RFQ the name of each person or firm will be shared at the opening. (Florida Statures may be found at: http://www.leg.state. 1. zrs/statutes/) Tabulation _ Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page one of _ pages. NOTICE OF AWARD To: Jordan Brothers Construction, LLC 7575 Kingspointe Parkway, Suite 7 Orlando, Florida 32819 Project Name and Bid No.: Historic Goldsboro Blvd. Phase 2 (IFB No. 15/16-1 The OWNER has considered the BID submitted by you, dated March 30 2016 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for BID items in the amount of $2,520,406.26. You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of OWNER: City of Sanford (Name of OWNER) By (Signature) Norton Bonaparte Jr., City Manager (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by Jordan Brothers Construction, LLC this day of Ulu o> By Thomas Jordan, Mqr. Member / President Printed Name and Title Historic Goldsboro Blvd. Phase 2 (IFB No. 15/16-18) NOTICE OF AWARD Page 1 of 1 INSURANCE REQUIREMENTS (CITY OF SANFORD) The following insurance requirements are required to be met, in addition to requirements defined in Sections 00700 (General Conditions) and 00800 (Supplementary Conditions). Any conflict between the requirements contained in this section and any other section, it is hereby noted that the requirements of this section as amended shall prevail. The successful bidder will be required to provide, to the City of Sanford and the Engineer, prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. 2. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. 3. The insurance limits indicated below and otherwise referenced are minimum limits acceptable to the City. Such policies shall be endorsed to provide primary and non- contributory coverage to the City and all of the Additional Insureds in relation to any and all other liability insurance and shall not contain co-insurance provisions. 4. All policies are to be provide a Waiver of Subrogation endorsement in favor of the City and all of the Additional Insureds. 5. All policies, except for professional liability policies and workers compensation policies are to be endorsed to include the City of Sanford and the Engineer as Additional Insured. 6. Professional Liability Coverage, when applicable, will be defined on a case by case basis. 7. Builder's Risk ("All Risk") insurance is required for all projects that include above grade construction, installation of structures, pipeline installation, and for all projects where the Contractor proposes to be paid for stored material. 8. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. 9. All limits are per occurrence and must include Bodily Injury and Property Damage. 10. All policies must be written on occurrence form, not on claims made form, except for Professional Liability. 11. Self insured retentions shall not be allowed on any liability coverage. 12. In the notification of cancellation: The City of Sanford and the Engineer shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered to the City of Sanford in accordance with the policy provisions. Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) INSURANCE REQUIREMENTS Page 1 of 3 13. All insurers must have an A.M. Best rating of at least A -VII. 14. It is the responsibility of the Contractor to responsible to ensure that all Subcontractors retained by the Prime Contractor shall provide coverage as defined herein before and after and are the responsibility of said Prime Contractor in all respects. 15. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford Risk Manager. 16. Address of "Certificate Holder" is: City of Sanford; Attention: Purchasing Manager; 300 N. Park Avenue); Sanford, FL 32771 Phone: 407-688.5028; Fax: 407-688-5021; CPH, Inc., 500 West Fulton St., Sanford, FL 32771. 17. All certificates of insurance, notices, etc. must be provided to the above addresses. 18. Insurance requirements are as follows: A. For construction projects where the total construction cost is $500,000 or higher; or the Contract Time exceeds 180 days; or unusual hazards exist: Coverage Required Minimum Policy Limits Workers' Compensation Employers Liability $ 1,000,000 *Certificates of exemption are not acceptable in lieu of Each Accident $ 1,000,000 Disease $ 1,000,000 workers compensation insurance Commercial General Liability shall include- Bodily injury liability, Property Damage liability; Personal Injury liability and Advertising injury liability Coverages shall $ 3,000,000 Per Occurrence include: Premises/Operations; Products/Completed $ 3,000,000 General Aggregate Operations; Contractual liability; Independent Contractors, Explosion; Collapse; Underground Comprehensive Auto Liability, CSL, shall include "any $ 1,000,000 Combined Single Limit auto" or shall include all of the following: owned, $ 1,000,000 General Aggregate leased, hired, non -owned autos, and scheduled autos. Professional Liability when required) $ 1,000,000 Minimum Builder's Risk (when required) shall include theft, sgkholes, off site storage, transit, installation and equipment breakdown. 'Permission `% occupy snail be 100`'/o of eomplei6d value of additions included and the policy shall be endorsed to cover the and structures interest of all parties, including the City of Sanford, all contractors and subcontractors Garage Keepers when required) Not required for this project Garage Liability when required) Not required for this project 19. Certification: A. It is noted that the City has a contractual relationship with the named Contractor, applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) INSURANCE REQUIREMENTS Page 2 of 3 the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier not withstanding, the City will expect relief from the Contractor. B. The Undersigned accepts and agrees to meet all of the insurance coverage requirements, terms, conditions and certification(s) stated herein before and after and further agrees to maintain and provide the designated coverage during the life of the identified document. Also, when the coverage requirements stated herein before and after are specifically referenced by applicable solicitation, purchase order or contract document, those terms, conditions and coverage requirements are incorporated into that document as if fully set forth in verbatim. Certified By: Jordan Brothers Construction LLC Name of Contractor 7575 Kingspointe Parkway Suite 7 Orlando Florida 32819 Address City State Zip Code Signature Daniel Jordan, Mgr Member/CEO Printed Name and Title Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18) INSURANCE REQUIREMENTS Page 3 of 3 A� ©0 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 5/26/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bowen, Miclette & Britt of Florida, LLC 1020 N. Orlando Avenue Suite #200 NTACT An ie Desormeaux COME: N A PHONE 407-647-1616 F""X 407-628-1635 EMAIL . Certificates@bmbinc.com INSURERS AFFORDING COVERAGE NAIL # Maitland FL 32751 INSURERA:FCCI Insurance Company 10178 GL00146474 INSURED JORDANBROT INSURER B:HISCOX Insurance Company Ltd INSURER C : Jordan Brothers Construction LLC, Jordan Develoment & Construction LLC, Jordan & Associates Consulting, Inc. , Jordan Corporate Holdings LLC INSURER D: 7575 Kingspoint Parkway Unit 7 INSURER E: 1 INSURER F: Orlando FL 32819 CnVFRA[:FS GFRTIFICATF NIIMRFR. 2043887231 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GL00146474 11/1/2015 11/1/2016 EACH OCCURRENCE $1,000,000 CLAIMS -MADE a OCCUR PREMISES(Ea occrru encs $100,000 MED EXP (Any one person) $5,000 X Contractual Liab PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY E JECT F—] LOC PRODUCTS - COMP/OP AGG $2,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y Y CA00225334 11/1/2015 11/1/2016 EaacadeINGLE LIMIT nt $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALfLiOS NED SCHEDULED AUTOS NON -OWNED HIRED AUTOS Ix XIAUTOS BODILY INJURY (Per accident) $ DAMAGE$ Per accident $ A X UMBRELLALU4B X I OCCUR Y Y UMB00153934 11/1/2015 11/1/2016 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 EXCESS UAB CLAIMS -MADE DED X RETENTION $10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE Ya Y 001WC15A69401 11/1/2015 11/1/2016 X STATUTE ERH _ E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIA E.L. DISEASE - EA EMPLOYEd $1,000,000 E.L. DISEASE -POLICY LIMIT I $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below B Professional Liability ANE117151615 11/1/2015 11/1/2016 Each Claim 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space Is required) The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing: certificates@bmbinc.com When required by written contract, those parties listed in said contract, including the certificate holder, are added as an additional insured with respect to the general liability, including ongoing and completed operations, auto liability, and umbrella liability as afforded by the policy See Attached... CFRTIFICATF 14n1 nFR CANCELLATION ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sanford THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attention: Purchasing Manager ACCORDANCE WITH THE POLICY PROVISIONS. 300 N. Park Avenue Sanford FL 32771 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Policy Number: GL0014647 Effective Date: 11/01/2015 - 11/0112016 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section 11— Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices. Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. Policy Number: GL0014647 Effective Date: 11/01/2015 - 11/01/2016 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. Date: June 20, 2016 To: MarisolOrdonez City of Sanford Purchasing Dept. Re: Historic Goldsboro Blvd. Phase 2 (IFB No. 15/16-18) CPH Job No. S06136.01 WE ARE SENDING YOU THE ATTACHED ITEM(S): 500 West Fupon Street Sanford, F L 32771 Phone: 407.322.0841 NO. OF COPIES DESCRIPTION 1 Notice of Award (Fully Executed Original) A reem,�-it (Signed by Jord<<n Brother_, Construction 3 Performance and Payment Bond (l he date of the Agreement needs to be filled in). It is understood the City will have the bonds recorded after filling in the Agreement date on page 1 of each bond. 1 Insurance Requirements Section 00618 - Certified by Jordan Bros. 1 Certificate of Insurance (City of Sanford THESE ITEMS ARE TRANSMITTED AS INDICATED BELOW: X For Your Use For Review and Comment As Requested For Bids Due One original fully executed Agreement needs to be returned so we can send it to Jordan Brothers Construction. A copy of the recorded bonds (PDF or photocopy) is also needed so we can send the copy to Jordan Brothers Construction. COPY TO: SIGNED: KATRIINA BOWMAN P.E. If enclosures are not as noted, kindly notify us at once. SECTION 00410 PROPOSAL (BID FORM) PART 1 GENERAL 1.01 Description The following Bid, for the Historic Goldsboro Blvd. Phase 2 (IFB No. 15/16-18), is hereby made to City of Sanford, hereafter called the Owner. This Bid is submitted by (1) Jordan Brothers Construction, LLC 7575 Kingspointe Parkway Suite 7 Orlando, 19 407-226-8840 (1) Name of Project as shown in the Invitation for Bids (2) Owner (3) Name, address, and telephone number 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 3/7/16 Number 2 Dated 3/11/16 Number 3 Dated 3/15/ Number 4 Dated 3/22 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. Historic Goldsboro Blvd. Phase 2 PROPOSAL (BID FORM) February29, 2016 Jordan Brothers Construction, LLC Rev. Per Addendum No. 2 3/11/16 NAME OF BIDDER: 00410-1 5. To begin work not later than 10 days after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the work within 330 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) Historic Goldsboro Blvd. Phase 2 February29, 2016 Jordan Brothers Construction, LLC NAME OF BIDDER: 00410-2 PROPOSAL (BID FORM) Rev. Per Addendum No. 2 3/11/16 -i uj04 < 0 M co OCO O OMONO (D (0 0 T ON (0 LO 't co C14 0) 0 N 0 0 (D 00 0 C14 (0 0) co T- 00 V- c6 M I;t c; M t,- T- 19t. c; M LO C� 0 6 t- It h (6 r- 6 0 oi 0 r-: M c; M It c; 'It 0 L6 a w L6 o 0 11- LO OD T- 0 co T- co r- 0 LO 0) N0 1- Cd (0 a 1: m d 0 C6 0 1,:(6L C6 m et NW. V- 6cl- CO C\l C\l V- N NT co co 613- 00 CO 69 t-- 69. 0 69 ui ZV CN M0 co co V- co 0 00 0 C) M 0) T- CY) V- 0) t- Itt co (0 1- Itt 0) 0 OD 'Ict co IRt 0 0 m 0 It 0 LO w N m 6 M 6 V- c6 T- 6 0 6 0 c6 61B, 6 T- 6 T- 1,: 69-69- 1-: 6 Nt 613- 6066606 C) T- T- V- N It 6 M CL o t-- oo -t oc) 69. tf} 69- V- 6% 69. 6cl- (;p4- 6a 60 64 6 �t Ld T- V-:, 69- CT Cf) -,= N C14 61). E3i 6c> Z 't- V- T- V- C\l LO co LO 0 1 - ,1. 0 co "t 00 ct) "t 0 0 co co co LO 0) OD m C* 4 co I- mo 0) to T- N f CIO N 1- C) cr) fl- m m c?M) V- Cy r 0 LL >- >- >- LL LL U- U- >- >- >- Z (1) Cl) U) U) co -i -i -i -i co co a) D w Ld W w Z CD = co ❑(L Z 0 0- w U) od- z 0 z o < o u) w Mv F- z z ;g; w W z w U - °Z CO W -j > W n 3: >< w 00 w (J) x W U - 0 w w w 0 CL c) z - w F- W 11j w F- w t- w I- W W :E () -J < < -r Z) 0 CL z 0 C) (.5 W �-. < r-% 7 w -, (L CL W CL UV 00000owwo z z W CL mw< w U) OW W w LL LL W 0 F- Z z 0 (9 o z < w F- (9 F� 0 z o z❑D m ❑W w r co > z w 2 ca z z 0 0 W zp < W (1) < LL 0 0 p p 0 >w W z < rMLW e � > J) w C-6 W W < 3: 0 F- 0 WORRZROW<om ( OWWPW ow w 20 t> < 0 moct EL > w z 000wz<ooxomw z W:) 0 z u - LL D LL W < (D z w z w< w 0 C) > 0 co CL <Zzz Z < < (D w M -JO<w-,Zw< f- �- t- W �- >- :) W wwwwwww W W W W W W RNWOOK§§W<'-QX6WWM03: w > > (n cn w :2 < U) w w ry w w (-)rj) 0000<0 z W M w Z W > (.) C) 0 00 VO)EKWO<2222wz W -j > CO CL zzzzzzz 10O0O0O0 wo<RR-jwWwwa�<— m <D) -MW O a :2:2b-. w O,W,W.w W < -1 2 0 m w - 00O0 01O0O W 0 TNM IIZIMI(olt-100 0) OT 1<1< NM It U") 0 r-- co — 0 — 0 CN t zl<l< < < < < < 1 < 1<1< l< <1<1<j< <I< -j uj C14 0 NO l9t 0 04 T- CO to 00000 000 0 0 T7 0 00 0 P- lqt CD 0010 C) CY) T- It- Il- 0 C) OD M Cf) T- co [1- C\l 0) CC) CO C) c� It c6 C) t-: co CO co . 0 t1 -0r- . . 0) 0 T- . m 0 . m T- . N 1-- . I- 0 . w 0 . [,- It OD co C6 00 4 co 4 r-- 6O 000 NNIt C) CL (Y) N0 C) to N ,:F T- 0) CO N �,� T- 0 0 d 0 & U") C\l .1 co (6 00 CO "t OD V3 0 (6 (d C5 T- 0) 6% (6 to N' CY) Cq 6% N C\f T- cvi 64} 6% 04 1-: T- T- co CT 04 C6 N CT (D 6a 6a ui 04C%4 "4: "t cr) co (0 r- M CY) 0) LO (D 0«) LO Rt It to "t U) fl- 04 m EO N0) m fl- I- 0 ON; N (Y) It CO MN 00 co CV It RI It gi co to ce) co m (0 ui cq 4 V- to T- o6 M cj T- c6 M 4 M c.6 0 T- 06 co r,. 0 4 It to to 6 LO c5 c1r) 6 0 IL C%4 63 C\l 69- CY) 6% T- T- 63 693 6% 6% Lf) - C> - CO - EO - *It - 00 - 00 - tc� " 6a 6% 6% 6%60-, to T 6% CY) 6% CY) 6% qt 6% CO 60!> CY) 60:> N 6pi. co 60D.(0 (0 0 r-- Cf) C*4 C*4 T- co It 0 oo "4* "t N 0 m 't 't 00 0) c1r) 0) co CF> Q < C\l CY) CY) o) ce) T- LO (0 0 c1r) D Cf p < dd >- >- LL LL dddd<tdd < LL U- U- LL U- < Z w WW U) Cl) (D JJ wwwwwww w -i -i -i -i -i w M 0 W F- < N C) C) z < z < -i -i w CV) CY) ca m m F- Z z x w x w d Z dz z w 0 w z 0 z 0 z 0 0 co W F- F - co F- F- 0 CD 0 (9 + C) zFw w a_ z Z w x0 U- 0z UL z C-4 n Z < o n- CLU w zoo w00 a- D + Z) 0 _j z < w w w (1) z 0 � UJ CL F- W 2 M 04 < Z—WF- (1) w (9 -1 0 z CL 9 9 :ZZ z Z 0)< Z 0 CL w O'o Wv 2 z < C) z z LLJ 0 w D F -F -F w < -<(f)0 w CCT<<<i>> w z D W F- C) (1) ll� Z (.) W re w F- (1) C) F- w I CL w X 0 F- — < w ch z 0 < 0 r < a- o w w = -i z - OC)OOCLZ - - - CC) W 0 Cl) (1) Z clf 0 F- z 0- () < z n- CL (9 C14 V- 0 V V V V cy) -j U- r () (L 0 F- U) w Cf) w < w 0 C) 0 W F- z 0 z V - -1� I CNF I L6 I (6 I W -j Z LL —<LLJ Z U) U U) X 0 > 0 P Z P wa-mmm 0 �– m C) Z w w w w< W (1) F- W WWWWWMW F- C) Lu w 0 < CL < a- MQ<Q:—WWXWWM�- W W W F- J C) Z) M 0- CL 0 Z "<3 x — W Z Z W W F - < w w F- z) CL < c) < W M W CL F- w i= D W > W F- W > h (6 F- COT F- U)- U)- U)- 2 F- wC7 > 0 < 3: n a- 11) qT 5 U F - w 0 C) w C) U) (.9 bo ::)00-3F-F-F-F-F-W0<F- w > C) C) X R z:) U) Z <,<,Wlr- Z F- -j JR<<DWWWF--J-J-J-J-JF-WW<W;D=-- 0 :2 D� W W W W W 0 2 a- W It N W 00 Zcr- (),-r w r) m < m S, BO w w 0 R w KIKIZ— Z—.Z— 0 w w do, CN 0 C-) CO WO , I C CN C\l m NN It Lf) N co C14 I- N co C\l 0) N o CY)CY) T- C\l CY) m m It (Y)V) LO co V) 1- CY) 00 MCY) 0) — Z < < 1<1< l< < 1<1<1< j< < < < <1< IIIO1 'C', 1, J Lu CN O 00 0 to 0) M O O 0) t 0 0) It 0 M (D 0 (0 0 CY) 0 0) 0 CY) to CO 0 Ch m Cej 0 CO 0 Cj 0 (=; (N 4 It o6 00 v-: 0) v-: ce) � 't Ci LO ti C) 1-: 00 6 0 6 0) CL ce) C4 c:) C6 r- vi69 v- co CY) 69 rl- if? C14 tl: co 1-: CN -1� CY) 69 69 Tl- 6091 CO r T- C4 It 69 ff} ui (.) rCO to OC) OC) oo c1r) to 'It C14 CN LO CD 00 T- LO 0) 0) 0) LO "t r 'tt CO "t CO 'tt T- (0 0 C) (RT It co co t-- 00 t-- co co co .4 N r LO co 6pl- oj 6F} c; 69 c5 69 c5 63 6 6A- 6 6c> N 61). c6 69. 6 0 c6 NT CL T- ,-: T- 6-s- T- 6F)- V- 69 N 69 T- 6-k C\l 69 C14 69 z 04 (0 t- lqt CN CY) 0 to C%4 ce) co co 0) LO C) Ce) r- CY) 0 C) t-- "It ce) OD I- (D C) CY) Ce) C\l C14 D c1r) a I f-2 z << W < W < W < w < w LL U- LL LL LL U- LL U -U -<C w < w M w z0 0 w w co x W U)0 O ~ m W W Z Z w w w w w oClaZ 5 D o < w < 0 w z U) U) 0 Z Z 0 CL a C\l It U) w U) w z W () < co ItT "tt w - w It C\l 0 F- C.) < Z U) w U) z 0 W U) V 0 () p CO F to F to P U) P w F to F to P w w z z 0- _j z << < < < < < 0 < 3: cl) v m 0 cl 0 n 0 EL 0 0 DL 0 m 0 m 0 (L 0 D- 0 W z < 0 z U) 0 < 0- W F- W F- W F- Z W > W 0 0 Z w m w m F- w m F- w T F- K < M K < M w m F- w m F- w m F- w m F- w m F - 0 _j _j _j F- o Lr F -Z Z Z w zw��� 0,)z — Z— (9 Z Z Z Z ZZZD-ZD-Z (n U) (1) n v v Z y v v y V V W y Z Z W � K K K 0 W < W E: < R W < W 0 < z W < W < W < F- W F- < U) W F- < U) W < W < �:-Xooamz<:E 0- W Z Z Z r- :2 �5; 'L :2 :2 :E Cl) :2 Ne :2 v :E :2 F-ZW Z 0 w 5)- < < < z z F- F- ZWZOZWZ F- F- F- F- Z F- _j Z<z<z<z--,z7= F- -j F- -j F- CL _j �OMMMOW z cj U) U) WZ?WZWF-W w w w wzw�:W�:Wowx U `ZW z 0 F- zzzw W w w -j w w —mw—wow w 2i CL :2 0 2020202-1 U) w U) W— WWOWXDDD -jTwwwz 5 �<�W<F-<Y<F- -j>w>M>w �CFI-�<Q W- mow (-) DIK F- W W LL LL LL a- 00 CL ?-JQ- U) a- CU/)IEL U) a- Cl) 0- 010- 0 (L EL 0 - In W t= z It 0 c < -'I- d LO It < CO Itt"t < I'- � Oo < 0) t < 0 u) < LC) < N V) < M to < NJ* to < Lf) to < (D Lo < fl- Lo I< 00 Lf) l< .< 0) to -i uj < co 0 V- 0) I- . 1,— to . Lo ItT . co LO . 00 C\l . ce) N CO(7! Or 000 N 0 M I- V- M N 0 0 I.- 0 rl N 0) 0 OD t-- (0 co "tt LO 0 co co CV) C6 OC) 4t oi LO r-� C\l v-: I- CO-: C\l r-- L6 It L6 m T-: 0 N vi 0) 0) 0) LO It I- Er) N LO lqt CY) Lf) 6GP VD- N co C14 CO 00 (Y) CY) I- ce) 0 0 to 't C14 r- - U*) 69 6ri- d 6A. Cq V). d VC> co � d OD C4 EJB Idi 6s 64 V-7 (0 d T- e C14 Ili 6c3 cd 61). CNf T-- CNf 64 N-: 61). -: 6? (6 T- C\f 6R M M 0 M 0 M M M 0 0 V- MM T- 14" It 14* -r-- M 1'- M 0 N M M 0 M It LU 't co m m 0) 1- 1- (0 0) co 00 LO 1- C) co fl- ZV 5 co co 4 U') c6 [,- (6 co c; LO 6 (D oi 0 CV 611.1- c6 N cj M 6 M v-: -,t c6 0 c -j 0 6 0 6 0 c6 V- 6 0 6 It 66 00 6 'It Q. rtf3 613 EI3 co co co O 61)- 613- 61.14- 6% rt fl- 0 LQ CO "4: N 0) co LO ll� HT 0� 69- C4 V9- C6 H9 CN H3 m ea T- 0F? V- 64 V-: 0% N 61.11 V":, � .: Vl> Cq 6% Cq 6% z C14 NLO U') (0 C\l oo CY)0) N C\l It 00 I�t I- T- V- "t t- < z U- LL U- LL < < < < < < < < < << CO < < < < Z w w _jwWww (!)Z (--J-J-J-JWWWWWWWWWW M E to w w 0 z W w z w F- -r Z < :) U - D < j F- z �: o 0 Z w w W :;�! Q- 0 -j _j < LLF LL cj) wC9>i < < < W z - z - 9= z U) < < CL < co w U) _j < F- U) 0 w U) < w w w U) < 0 F- Z w -1 m 3; Z �- Z Z > -J > -J > 0 � W -3 r < C/) w > < F- D (.) Qddd o 0 0 0 :5 w M F- > w w IL z z z >- z z z O� -j WMI<M 1�0 < -i -j ca <- ciwwzw W CL >-M<<< _j CL w 0 U) Fn U) —(/)000 (L M 0 M :2 W 0� w > w > w > U) w w < W U) w w C) w -j W LU z 0 z z z Z w w U- W WWW2 W W (9 w Z CL (9 Z < < w w w 0 < 2 < 2 < �5; w U) < z w U) U) U) ZWYWZW C) C) 0 CL Z I < — LL w w 0� w w 0 0 0 w 0 <-J<<CL W Q- M W W -j C/) < Ow zwww zz -Jzcj)zzz< U- LL a- 000 IL CL P 0. 5; < 2 z < z w w O z a. p �-> W� W w IL � CL � (L <�- 0'-'- 3:(/) (1) CO < () m 1 M C� W C) > > 0 > > a- (D w >- 0:;t - Zo = 00 nwww — J z z z ch UJD-cCCLF-<—<< wc)wEzozcr- < o 0 M a_ IL 0- -- = or:EXXXH5 W= 0 u) 0 U) U) 3:3: -r CL (D (f) 10 3: qt (0 M 100 .qr LO 0 f- M "t 0 (D 0 V- OD T- T- C14 C14 V-- 't Cf) T- (0 mt T- OD LO r- 2 WOCO i CO C\l m m 00000 't LO (0 rl- 1 co n lin t: zl< j < j< 1<<.5d < a. m m m m M MIMIM M M M MIM MIM O 2 m0, 2coM& Q 0 �, a 0 LO CVQ 0 12 0 C4 LL 2 m W o a 10 <p LOL Z 03 -j uj 00� Lr) CO w 0 0 C7 — 04 0 0 0 LO m fl- m Lq 0 CN N 0) N co 0 0) Kt r 0 00 CY) Ce) 04 I,- It to (Y) co V - Co (D Lo C) P-: r— oi 0) cyi c7 c) 0 cj 1- 4 T- 0) cr t--: T- C6 d 4 0) (6 0) u) c17 C; 0 r 0 6 C\l r— 6 (Y) C) IL cl! T-: r— M r— oo 00 LO cf) to r co tt CN ' 0 00 66 dt 6 to 6 (e) (0 03} Cj V> ,F 6P., C6 Vl> r,: T- V-: V- di C\l ,� 6P.- Cq H> C4 6p> vi C14 V-: V- 69 C4 V9- 61.* 6c)- (79. � V-: 61) - to 6c - (;F:> � F- ui(0 20 co M 7 v- L() 00 CC) M It C) O 04 C) T- T- C7 LO MCD (D o) C14 00 rt 1* N0) C) 00 M Ch 0 r 0) 0 M w C*4 V- L6 T- c; CO N CY) c; lqt 4 C14 c5 P- oi It 06 U) T-: fl- c6 0 r-.: [,- L6 C) 6 0 r 0 L6 U-) P,: (0 06 It t-: C) iL T- cli 6F3 61)- � 603 6f} It 6-� LO 6� Co ": cli -: O LO Qfl CN (0 C) Cq 0 viH3 Fl- 00 0) 6-f. CY) Z co 0 -,t co C> N r-- rl- 't C) CN 00 CN Cf) Nt C\l 04 LO 0) tl- T- It r-- 4< CG N LO U- LL U- U- LL < < < < < < < < < < < W -3 -i -i -i _iwww w w w w w w W w w w D < < F- -i < w w W z o (.) 0 D z 0 z -1 z w W z p 0 w -1 0 w a w 0 w z F- P U) -i z z z CL 0nF- w ry w 0 w ' w -J < -J < 0 w w z F- Z F- z z 0 0 z < C0 w 0� U) w W U) w W �(L F- Z Z � w 0 0 0 w w SL) U) b (.5 D = 04 0 0 W W X x M w 0 C%4 Z z z z Z 04 ri) IL U) M (/) IL � w 0 w 0 0 w z z z z < < 0z W < W W w F- 0 F (.) CL 0 :2 W w D w r) z - 000 o (D z C) z w w o 0 0 P () 0 z Fn w F- w F- w F - w Z W w W W W Q z z z 0>C C� C/) m z < < C) w < < Z 0 CL CL a- — > < w < w < w x w x w w CO w U) X W 0 Z -J Z w < --(D �co c) CN W W -i DOS —i -j 0 0 0 w m w z z z WWWWWW wzzzzw DOM- < < < E- MI - M w F- w �,w WO Z W F- F- F- — F- MD—IDDW 2WWWWF- WWWOOOO<,3:w wwww�-WE-�: w 0 -<w ww w 0 w ZI-XX< D 52 ry (1) < W U) T< W D0000< 000zwzw�: 3:>:E(.)W (!) p<ww -i w < -i W<rl Z * I > — > wwc��,, — > > 3: — >> w w � z m owow z m w > wzw?��cZT<=<<0<0<0 ZW W W 0— U) 3: m m -j m -j * CL WWW 9 W WWWW2 W W W W w WWWOO w W 0 0 F-U)F- 0 U)w c) w ZWO)<woddododo U)Wmw000�-O�-OF- R CIELWWWW 0 04 N = Z 04 < - Z - <,Zdzm�WOWOP<< w w _j w -j > w > z z D ry z < w D < Cc U) WO 15; � I <- E'U�2�2— -jj -J ww wo x x x zv-- F- �- F- Z Z 0 D Z 0 0 U) U) ww F- :0--) t -m F F --r D t- 3: n Fw- cv-:, (T=-, It 8) o U5 0 Z ww 3: wx 8 F � W �- OZ (0 T- 1- v- 00 T-- 0) v- 0 04 V- 04 C14 C-4 Ch 04 It C\l U*) 04 CD 04 (-- CN 100 C14Ch 0) N 0 c v- (Y) 04 (Y) CY) co It V) LO m CO M CO M CO I CO IMIMIMIlm 100 M CO I im CO I CO im M CO IM 9!9 Ir r O:z LL ce) 9 N S6 -i z < E 0) :3 0-0 (L 0 aQ O i 2 !g 0 Oa E �, W C4 0 CD 0 Fa E 2 0 22, YE I, Z -JUJ T-om000m t� (q cy) (y) Fl Lo -,t r-- C\l "t U) le 0 w N m T- o w 0 w 0 0 R (o 00 I- LC) CY5 ce) oi N 6 0 6 CD 0 (D i CD t- Lf) Lo CD Lf) 0 CY) od 0 0) 0) 0) Ld 't (6 C\l U-; 0 06 4t 0) T- t qt 't 00 T- CN CO 00 IL 69. In C5 69 (o d U') 61B� (D 64 (D 6cf It V) Ci r.- Ln (D d o Z6 C) - 1-- 0) .1� U') (6 'It 61 4* T- C6 t`- C6 Lf) 60, 0 1147 '%d" 64> C\l 0 C6 69 6F* cl C-4 69, m 04 (D 66F}6ok 64 th ce) 64 T- to V)- 09 e- ta 0 Lf) It I-- Lf) CD Lo CN 0 co C-1) q r*4.: m q M Cl Lo I.: M Cl 0 Cl 0 q 0 q I-- ui rl- Cp It N rl- (q Co co T- 0 V- CN [I- co (6 6c} 4 69 o tc* r,- 61} 6 CN cj T— c6 V— (6 I- CV CN (64 U') 0 CY) 0 M Ce) Cq j,- V) T— CY) T— 0 v— Ce) v— (.0 69 (o 6e> v - N CL 613- c�i Et? Lf) cli (D lir (D (5 V- ;a CY) 6et. CY) 6ek CM (f3 V9, to V� 613- Tl- cli 1 1 1 1 1 1 N (f} 1 69 1 Co K3 1 1 1 T - 69 Z C) M It 0 C%j N C14 0 C14 0 Lf) Lo CY) Lr) OD 0D (D M 'Tt C4 NO (Y) U") 't It It r- 0)(0 cle) CY) (o co C14 w U) U) U- LL U- U- U- U- U- Z -i ui -i ui wwwwwwwww_i M z Z z z z 0 < 2i 2 2 ui z LLJ LLJ UJ uj < QQQ<Cz z z < -JUJU) lz < m < 2E -J 0_3W UJ U) z 1-:1 z m 't CO Co C w uj w 0 0 P 3: 0 -1 < < zzzz��3� ui ui z 0 < < 0 ui < 000 I Z UJ — w -J < < < < (D 0 U U) x x Nt (o C:� 1�- ui (.) -j o 0 0 ui Lf) Lf) CV) cle) �� z UJ < -j < a z Uj LLJ LIJ LIJ o (D z (D z D z P >— w z < 0) z C� CN C� � t z cy) Ui Ui ui z F- F- F- 1: ui U) Z <� UJ V > w z 0 3: 2 U) (f) LL z < < < U) (1) U) U) U) I CL <_3 _j Of :3 F- < --.) U) cl O F- CL z a- z a- z M z T< w T< w x w -, < u (9 -j : W < ow 0 0 -r> -Ow W W z Z L) IL ----www > > > < m ui w — w F -:x :D 0 M IL U) a z U) z 0 5; W > F- "r - ;, 0 -j (9!� (9 —< � < 0. 00000222 D D D 0 0 0 , w cr) C) w w W C Z -j _j I < (D -r a- W:� w Ei C) () -r w w c) w w wlxwwwwww w cf) 0 0 z w 0 w CO In wO CY) Cf) CY) ce) It It -t M < t T- N ce) It Lo Co I- OD 0) T- 1= zi m m m m m m m u). alo.(.)I(.)Iolco. a.,op 0 0 0 0 0 01010 c 2 W U a z 4 M a CO) z M z 0 I -- CL w a J W T- N C0 N to d 052ODa.N o m Ln d; C6 LO Lf) 00 _ ~ w V M O o DL r- r-aiMootc It CO N M M oo CU (0 0 6-� z 4 h dam' c� i D T- W H z cn U) v_ D 0 0 4 ¢ m m U U a O 0- m 0 UT- C� C� ti J H Z_ Z_ N F5 - Es Z Ur"UO N Z Z O H w~�twQ z U) � Z zI—zLL1 OU�OQ ZWZn OVOW z cnx(0> w W w W o — ca O>Q>'S t=t^ yJ W 4 CL<WCL� z V YQYY W W w-jCLQ mSirn m J Q J F- 1� W04N4NO Td'Ntf) t=z Q Q E - T „1 z w LU J a oc,) g N mZ QE o-0 a� CL Q m CL J J 0 U � N m C 2!g W0 N N O m 3? C6 m 0NLL O` Z+ 0 m U N W C 2m S LL Z no (D 0) to d d cn o m Ln d; 4coo0c6 It a T 00 M ui c0 er o o - T- r- r-aiMootc It CO N M M oo CU (0 0 6-� 6-� N W v_ CL a m J H 0 H z t=t^ yJ Z ryD LL 0 Z Q W Z O Z Q U' z Z Z d W CL �dW—wU F-wn c) m zz OWF QN F-(3Z)u)_IQ CL �Qm0O I I I m J r w F— Gw H IU) wQQQQO QMCLCL T „1 z w LU J a oc,) g N mZ QE o-0 a� CL Q m CL J J 0 U � N m C 2!g W0 N N O m 3? C6 m 0NLL O` Z+ 0 m U N W C 2m S LL Z no 1.05 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 1.06 RESPECTFULLY SUBMITTED, signed and sealed this 30th day of March 2016 Jordan Brothers Construction, LLC Con :a ocC r `� h;0A By (Si re ate Thomas Jordan Mgr Member/President Printed Name and Title 7575 Kingspointe Parkway, Suite 7 Business Address Orlando Florida 32819 (CORPORATE SEAL) City State Zip Code 407-226-8840 407-248-8124 Telephone No. Facsimile No. tommyjordan@jordancompanies.com E -Mail Address Thomas Jordan Mgr Member/President Printed Name and Title END OF SECTION Historic Goldsboro Blvd. Phase 2 PROPOSAL (BID FORM) February 29, 2016 Jordan Brothers Construction, LLC Rev. Per Addendum No. 2 3111116 NAME OF BIDDER: 00410-10 SECTION 00420 f=3I7�i7�177�77i►il KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) Jordan Brothers Construction, LLC as Principal, and (2) Travelers Casualty and Surety Company of America as Surety, are hereby and firmly bound unto (3) City of Sanford as Owner, in the penal sum of (4) Five Percent of Amount Bid Dollars ($ 5% ) 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 (3) _ City of Sanford a certain Bid for Historic Goldsboro Blvd. Phase 2 (IFB 15/16-18), attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) Owner 4) Amount of Bond as Required in the Instructions to Bidders 5) Name of Project as Shown in Invitation for Bids 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. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00420-1 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 30th day of March 9 2016 ATTEST-------) By (PrindiV2Wicer) min Typed Name and Title (CORPORATE SEAL) By Anita Waters, Account Manager Typed Name and Title (SEAL) Historic Goldsboro Blvd. Phase 2 February 29, 2016 Jordan Brothers Construction. LLC Princ By (Signailly-'e icer) -DCV>PV ?16p - Typed Name and Title 7575 Kingspointe Parkway, Suite 7 Address Orlando, Fl. 32819 City, State, Zip Surety 0 Fact Typed Name and Title 1715 N. Westshore Blvd. Suite 920 Address Tampa, Fl. 33607 City, State, Zip 813-282-1938 813-282-1940 Telephone No. END OF SECTION 00420-2 Facsimile No. of America POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227767 Certificate No. 006297395 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint James N. Congelio, Gail S. Barr, and James C. Congelio of the City of Maitland , State of Florida , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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 WITNES WHEREOF, the Compa2n�lshave caused this instrument to be signed and their corporate seals to be hereto affixed, this 11th I day of ��I- - Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company pHSU,,� VF\0.E 6 �pW IkS � INSUq JP�.ZY ARA 0:+p•�2biJJ�.''O1y �9.�. A8 R2fp1`% '�/.r'n.0 �qd � '� 9%%T��� yttCiOR9FO5RgiTEp�, �i� ysG.. 1CA-NG�i. ('>�P m �a�e'@ `i°''�t•?o51S0.ER.,A,A,,RAN�Atije>osm 1 Iw�ed4. .tp:3'0s'RSy�vo:.1a.i..A. LT�Ea::dy=i;0e �n a�'obtiiARf�PoflpOa','G'9yaSt 3i i-,91*2i N< �,t1tsYsAsiy p State of Connecticut City of Hartford ss. By: Robert L. Raney, Venior Vice President 11th March 2015 On this the day of before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Ct•TET In Witness Whereof, I hereunto set my hand and official seal. *A My Commission expires the 30th day of June, 2016.Ct pLr,G 58440-8-12 Printed in U.S.A. Marie C. Tetreault, Notary Public 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): 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 — 30th day of March 1 2016 Jordan Brothers Construction, LLC Bidder Signature Thomas Jordan Mgr Member/President Printed Name and Title Signatubate (SEAL) Thomas Jo:Kdan Mgr Member/President END OF SECTION Historic Goldsboro Blvd. Phase 2 February 29, 2016 00430-1 TRENCH SAFETY FORM Trench Safety Measure (Description) Units of Measure (I -F, SF, SY) Unit Unit Cost Quantitv Extended Cost A Trench Box LF 1500 $5.00 $7500 B Layback Slopes LF 5000 $1.00 $5000 C D E F TOTAL $ 12,500 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 — 30th day of March 1 2016 Jordan Brothers Construction, LLC Bidder Signature Thomas Jordan Mgr Member/President Printed Name and Title Signatubate (SEAL) Thomas Jo:Kdan Mgr Member/President END OF SECTION Historic Goldsboro Blvd. Phase 2 February 29, 2016 00430-1 TRENCH SAFETY FORM SECTION 00432 NON COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 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. Jordan Brothers Construction, LLC Signature ofA6tgg9z6d Representative (Affiant) ' Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA Historic Goldsboro Blvd. Phase 2 February 29, 2016 00432-1 NON COLLUSION AFFIDAVIT On this 30th day of March , 20 16 , before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan 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 as identification. (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: SC-aSyn Historic Goldsboro Blvd. Phase 2 February 29, 2016 00452-2 NON COLLUSION AFFIDAVIT MARLISE WELLBORN END OF SECTION Notary Pubtle • State of Fiorkla Commission #F FF 219745 ,'X ��+ti�``�, My Comm. Expires Aug 6, 2019 Bonded Wa* Wonai Notary Assn. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00452-2 NON COLLUSION AFFIDAVIT Project Name: SECTION 00434 CONFLICT OF INTEREST AFFIDAVIT Historic Goldsboro Blvd. Phase 2 Bid No.: IFB 15/16-18 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, I, on behalf of the below named Bidder, will immediately notify the City of Sanford in writing. Historic Goldsboro Blvd. Phase 2 CONFLICT OF INTEREST AFFIDAVIT February 29, 2016 00434-1 Jordan Brothers Construction, LLC re of Auffiorjz0iFRepresentative (Affiant) Tate Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA 30th March 16 On this day of .20 , before me, the undersigned Notary Public of the State of Florida, personally appeared T a Jordan 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 , as entification. h (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: Y�. MARLISE WELLBORN +a� ��y Notary Public - State of Florida • Commis:ion # FF 219798 END OF SECTION My Comm. Expires Aug 6, 2019 ' kA �++ F'� Bondsd ttaou0 NftW Notary Assn. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00434-2 CONFLICT OF INTEREST AFFIDAVIT SECTION 00436 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT Project Name: Historic Goldsboro Blvd. Phase 2 Bid No.: IFB 15/16-18 The Affiant identified below attests to the fallowing: 1. 1 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. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00436-1 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT 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. Jordan Brothers Construction, LLC 45-4889282 Bidder � FEIN No. Signature of A4'tiiorizPe representative (Affiant) Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA On this 30th day of March , 2016 , before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan 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 as identification. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00436-2 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 10.1 ig-"g, fAARList WELLBORN `''` ``''' Notary Public • state of Florida END OF SECTION Commiftlon #E FF 219798 My Comm. Expires Aug 6, 2019 aWed through National Notary Assn. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00436-3 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT 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. Jordan Brothers Construction, LLC M6 Signature o-AutWrized Representative (Affiant) Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA On this 30th day of March, 20 16 before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. Historic Goldsboro Blvd. Phase 2 COMPLIANCE WITH THE PUBLIC February 29, 2016 RECORDS LAW AFFIDAVIT 00438-1 WITNESS my hand and official seal. He/She is personally known to me or has produced , as i en i ication. v (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: '�7 JD�9 -\( MARLISE WELLBORN Notary Public -State of Florida END OF SECTION •? Commission # FF 219798 My Comm. Expires Aup 6, 2019 Sonded throw National Notary Assn. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00438-1 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT SECTION 00440 BIDDER QUALIFICATION AFFIDAVIT State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which the Bidder does business and the address of the place of business. Jordan Brothers Construction, LLC Name of Bidder 7575 Kingspointe Parkway Suite 7 407-226-8840 tommyjordan@jordancompanies.com Orlando, FL 32819 Address of Bidder Phone No. of Bidder Bidder E -Mail Address Bidder's Contractor's License No(s). CBC 1258214 / CUC 1225017 (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 L_L_C- Principal Office Address: 7575 Kingspointe Parkway Suite 7, Orlando, FL 32819 1. If Bidder is a corporation, answer the following: Date of Incorporation: 2012 Forida State of Incorporation: President's Name: Thomas Jordan CEO Name: Daniel Jordan 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: Name, Address and Ownership Units of all Partners: State whether general or limited partnership: Historic Goldsboro Blvd. Phase 2 February 29, 2016 00440-1 BIDDER QUALIFICATION AFFIDAVIT 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 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? 4 6. Under what other former names has the Bidder operated? Jordan Development & Construction 7. How many years experience in construction work has the Bidder had as a Prime Contractor? 10+ 8. List below information concerning projects the Bidder has completed in the last five (5) years as a Prime Contractor for the type of work required for this project (attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Bidder named above. The City of Sanford reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Bidder. Name of Project Name of Owner Owner Contact Name and Phone No. Construction Contract Amount Major Construction Items Linden Street & City of Duane Booth $521,604 Manholes, Inlets Lake Avenue Clermont 352-267-4435 Curb, Gutter, Stormwater Paving Im rovements Lake Hiawatha City of Terry Dykehouse $1,124,945 ormsys em, Preserve Phase Clermont 352-434-4002 Potable Water Syste 1B Grading, Trails, P Lot Historic Goldsboro Blvd. Phase 2 February 29, 2016 00440-2 BIDDER QUALIFICATION AFFIDAVIT n, eking Name of Project Name of Owner Owner Contact Name and Phone No. Construction Contract Amount Major Construction Items Lake Preserve Clubhouse & Amenities Meritage Homes of Florida Inc. David Brown 407-446-4789 $1,100,000 Restroom Facility, Grading, Stormwatex System, Parking Lot Driveway Historic Goldsboro Blvd. Phase 2 February 29, 2016 00440-3 BIDDER QUALIFICATION AFFIDAVIT 9. Has the Bidder ever failed to complete any work awarded to it? If so, state when, where and why (attach additional sheets as necessary). No 10. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore (attach additional sheets as necessary). No 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): Jordan & Associates Consulting, Inc. Professional Engineering & Consulting Services 12. What is the Bidder's bonding capacity? $15 Million Single $30 Million Agg 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? $7 Million +/- 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Travelers Jim Congelio Jr 813-361-3838 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 Historic Goldsboro Blvd. Phase 2 February 29, 2016 00440-4 BIDDER QUALIFICATION AFFIDAVIT The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidder's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. Jordan Brothers Construction, LLC Name of Bid Signature of Authorke'd 13Wresentative (Affiant) ' ` Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA 30th March 16 On this day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan 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 personal) known to me or has produced as identification. (Notary Public in and for the County and State Aforementioned) SEA(,, _ M commission expires: E-,i VP��,,i,, MARLISE WELLBORN®re-ill , Notary Public -State of Florida= Commission #F FF 219798 END OF SECTION My Comm. Expires Aub 6, 2019Bandedttrougti National Notary Assn. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00440-5 BIDDER QUALIFICATION AFFIDAVIT STATE OF FLORIDA 4 ��,}} DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 JORDAN, THOMAS PATRICK JORDAN BROTHERS CONSTRUCTION, LLC 2569 TURTLEHEAD COVE OVIEDO FL 32866 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND ~_ PROFESSIONAL, REGULATION CBC1258214 ISSUED: 09/04/2014 CERTIFIED BUILDING CONTRACTOR JORDAN, THOMAS; PATRICK JORDAN BROTHERS CONSTRUCTION, LLC ,.n IS CERTIFIED under the"provisions of Ch.489 FS. Expiration date : AUG 31, 2016 L1409040002218 RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER IfIC �VIG.tJ11VV 1.rV1VIR/:VIVR ', Named below IS CERTIFIED "Q.>f. Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION t{' CONSTRUCTION INDUSTRY LICENSING BOARD Rf 1940 NORTH MONROE STREET ADD � TALLAHASSEE FL 32399-0783 JORDAN, DANIEL MCHALE JORDAN BROTHERS CONSTRUCTION LLC 10530 WITTENBERG WAY ORLANDO FL 32832 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1225017 'ISSUED:. 07/20/2014 CERT UNDERGROUND & EXCAVGNTR JORDAN, DANIELMCHALE JORDAN BROTHERS CONSTRUCTION LLC IS CERTIFIED under the provisions of Ch.489 FS. Expiration date : AUG 31.2016 L1407200002075 KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CUC1225017 The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 JORDAN, DANIEL MCHALE,. ,.- JORDAN BROTHERS CONSTRUCTION LLC 7575 KINGSPOINTE PKWY`STE'7= ORLANDO FL 32819 ISSUED: 07/2012014 DISPLAY AS REQUIRED BY LAW SEQ # L1407200002075 Our family owned and operated companies were established in early 2002 to respond to an increasing demand for honest and responsible contractors, consultants and construction managers in the Central Florida area. Our team members cumulatively have over 125 years of experience with a diversified portfolio of projects including infrastructure, building construction, area development and remodeling within the Central Florida area. Our company operates under the philosophy that we are a service business that focuses on client satisfaction. We firmly believe that we have assembled a high caliber team composed of experienced and talented professionals; however, we recognize that there are other firms in the construction industry that operate under the same belief. We have chosen to differentiate ourselves through superior customer service and professional, personal attention from our staff, including our senior team members and principals. This level of commitment to our clients has created a loyal client base and a large number of our projects result from referrals from previous and existing clients. Our smaller size allows us to be more responsive and flexible than some of the larger, more structured alternatives, especially in consideration of the portfolio of projects anticipated under this on-going basis. We pledge to do everything possible to understand your objectives and help you make any project you choose to award to our firm a successful project for the City of Sanford. Jordan Brothers Construction, LLC was organized in the State of Florida in 2012. Thomas P. Jordan is a State of Florida Certified Building Contractor CBC 1258214 and his Certified General Contractor license application is in process and will qualify Jordan Brothers to perform general contracting work within the State of Florida. Our companies are family owned and operated. The firm's principals are actively engaged in the day to day operation of our projects, large and small. Each project is assigned to a project management team, which has worked together many times on a variety of projects. Our projects share support staff, which keeps our overhead costs low and allows us to pass the savings on to you, our client. The team will be led from the Orlando, Florida office of Jordan Companies. In addition, all Owners and employees of Jordan Companies live in the Central Florida area. Regular weekly meetings will be conducted in our Orlando office or a site of the city's choosing. The project manager will be available for meetings with City staff whenever needed. The project manager will also be available for onsite inspections during the construction activities on a regular basis. Thank you, Tommy Jordan President Jordan Brothers Construction, LLC CBC 1258214 JORDAN BROTHERS CONSTRUCTION, LLC SUMMARY OF QUALIFICATIONS Tommy Jordan is a Certified Professional Engineer and Certified Building Contractor. He has been working in the development and construction industry for more than fifteen years. Prior to joining JORDAN in 2002, Tommy developed a significant portfolio of civil engineering experience as well as experience in land acquisition and infrastructure development. PROJECT HISTORY Oviedo on the Park Amphitheater Parking Lot: Tommy, acting as Senior Project Manager, is currently completing construction of a parking lot and related stormwater drainage system in Oviedo, FL. The scope of work includes sidewalks, landscape, irrigation and site lighting. City of Titusville's Draa Field Stormwater Park: JORDAN is currently completing construction of a four -acre stormwater wet detention pond, which will treat stormwater runoff from 106 acres of residential property. The scope of work also includes stormwater system upgrades in the nearby residential neighborhood. Linden Street & Lake Avenue: The City of Clermont hired JORDAN for stormwater improvements to a residential neighborhood. Work included replacement of existing stormwater drainage and sanitary pipe and structures as well as installation of underground storm chamber boxes and two SunTree nutrient separating baffles boxes. Baldwin Park Infrastructure: Provided construction management services for Baldwin Park which covers eleven hundred acres, including 27 miles of new roads, more than fifty miles of sidewalks and paths and more than 4,000 street trees. JORDAN's portion 'of the project consisted of the infrastructure and common area development including roads, utilities, parks and amenities. Sugarloaf Mountain: Acted as the Development Manager and Owner's Representative for the infrastructure and amenities for the new Sugarloaf Mountain community located in Minneola, FL. The scope of the project included 187 residential lots, the supporting roads and utilities, a water treatment facility, an 18 -hole golf course, clubhouse, community center, gatehouse and sales center. SUMMARY OF QUALIFICATIONS Herb Wickward has been working in the construction industry for over thirty years, with fifteen years experience as a construction superintendent in site work. During that time he has completed a variety of projects including roadways, schools and residential developments. f� PROJECT HISTORY .. ' ., City of Titusville's Draa Field Stormwater Park: Herb is currently completing construction of a four -acre stormwater wet detention pond, a a which will treat stormwater runoff from 106 acres of residential property. # The scope of work also includes storm system upgrades in a residential i neighborhood. Linden Street & Lake Avenue: The City of Clermont hired JORDAN for stormwater improvements to a residential neighborhood. Worm included replacement of existing stormwater drainage and sanitary pipe and structures as well as installation of underground storm chamber boxes and two SunTree nutrient separating baffles boxes. At the conclusion of the project, JORDAN was complimented by a local resident for the professionalism and "dedication of all the workers in keeping the work site safe, clean and passable by the residents who live in the area." Silver Spurs Rodeo: Herb worked on this $10 million total rehabilitation that included renovation of the Houston Astros training facility, demolition of the existing arena and construction of he new Silver Spurs Arena. The new arena is nearly 34,000 square feet of space and includes over 8,000 seats as well as luxury suites. Cape Canaveral Air Force Base & Kennedy Space Center: Herb completed multiple projects in and around the Cape Canaveral Air Force Base, Patrick Air Force Base, and Kennedy Space Center area, many of which required security clearance. Activities included installation of drainage culverts, the foundation and construction of an electrical shop building and construction of several parking lots. SUMMARY OF QUALIFICATIONS Brent Schademan offers over twelve years of experience in experience in bridge, roadway and utility, and area development construction projects. His experience includes coordinating all aspects of the construction from design review through final build out. PROJECT HISTORY RCID Buena Vista Drive Corridor—Al D A2 Parking Structures: The project consisted of the complete design, permitting and construction of a two parking structures with themed facade, which park approximately 6,000 cars total. Additionally, there is approximately ten thousand (10,000) square feet of program space allocated for various entities including RCID Fire Department, RCID, Orange County Sherrif's Department and the future operator. Brent's responsibilities include design management; construction cost review and approval; change order management; Owner Purchase Order (OPO) management; and construction materials testing management. TwinWaters Amenities: Providing Project Management services, Brent recently completed construction of this design/build amenity project for a 135 lot community. JORDAN's scope included the main amenity area, two pocket parks and the perimeter streetscape and entry features. The primary amenity area included a 3,400 SF cabana building and a zero - entry pool with built-in splash pad. 'The smaller neighborhood parks featured play structures with shade sails and mail kiosks. Golden Oak Resort: The project consisted of construction of the infrastructure to supporta hotel, sales center, community center, and high- end residential development. More specifically, JORDAN's scope included new roadway systems; storm drain systems; sanitary sewer systems; a lift station; potable water systems; reclaim water systems; retaining walls; curbs and pavement; construction and alteration of bridges; and extensive area development. Baldwin Park: Brent acted as Project Engineer/Project Manager during the construction of this infrastructure project that included development of roadways, utilities, drainage swaies, and an infiltration basin; as well as parks and community centers. SUMMARY OF QUALIFICATIONS Michael Thompson has extensive experience in the development and construction industry. During his career he has completed a variety of projects, carrying them from the logistic planning phase through turnover to the Owner. In addition to providing site supervision and quality control, he excels at schedule preparation and motivating team members to meet the project objectives while working together cohesively. PROJECT HISTORY Akpeke Medical Building: Michael is currently completion construction of an 8,300 SF, two-story medical building located in a mixed-use neighborhood near downtown Orlando, Florida. The project includes construction of the associated stormwater drainage system, pavered parking lot and repairs to the adjacent brick pavered roadway. The stormwater system includes filtered inlets and an Eco -Rain storage tank system located under the parking lot. The traditional style building features Nardi Board lap siding and brick veneer; crown molding and decorative columns; fiberglass shingles; and paneled windows. Uptown Housing: Michael provided supervision, coordination and quality control while serving as superintendent for this large project that included four seven -story dormitories; four multi-level parking structures and retail space. The scope of the project also included infrastructure (streets, a retention area and the sanitary, storm, electric, gas, and water systems) for the Uptown Housing project and the nearby Convocation center and football stadiums. Due to student sporting events and to allow continued access to the campus, logistics had to be thoroughly planned and maintained throughout the project. Coordination was also required with the construction teams for the Convocation Center and football stadiums. Academic Villages It: Acted as superintendent for this project, which consisted of draining and existing retention lake, building a sixteen foot retaining wall, backfilling and then construction of three multi-level dormitory buildings and a single story support building and energy plan. The duration of the project was fourteen months with students moving in on time. .SUMMARY OF QUALIFICATIONS Dan Shaffer has been in the purchasing field for over eleven years. His experience includes procurement for a variety of trades, from sitework and landscaping materials to electrical supplies. PROJECT HISTORY Akpeke Medical Building: Acting as Purchasing Manager, Dan procured all materials and negotiated subcontract agreements for this two-story medical building and related parking lot and stormwater drainage system. Royal Cypress Amenity Area: Dan assisted the project management team with procurement of materials and services for the amenity area in Toll Brothers' Royal Cypress residential community. including the clubhouse, zero -entry pool and pool deck. The project includes a clubhouse, zero entry pool and pool deck; as well as the related sitework, underground utilities, parking lots, site furnishing, landscape and irrigation. Draa Stormwater Park: Dan procured all materials for the construction of a four -acre stormwater wet detention pond and storm system upgrades on the residential streets of Malinda Lane, Violet Avenue and Dixon Avenue. Golden Oaks Phases 2 D 3: Dan procured all plant materials for the landscape portion of Disney's Golden Oak neighborhoods. Seven Dwarfs Mine Train Attraction at Magic Kingdom: Dan purchased all plant materials for Disney's new attraction located in the Magic Kingdom theme park. Dan's responsibilities also included coordinating the labor and equipment so all trees, shrubs and groundcover could be planted at night, while the part( was closed. 31 1E STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION �^CONSTRUCTION INDUSTRY LICENSING BOARD \pt� 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 JORDAN, THOMAS PATRICK JORDAN BROTHERS CONSTRUCTION, LLC 2569 TURTLEHEAD COVE OVIEDO FL 32866 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www,myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR (850) 487-1395 STATE OF FLORIDA z DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CBC 1258214 ISSUED: 09/04/2014 CERTIFIED BUILDING CONTRACTOR JORDAN, THOMAS PATRICK JORDAN BROTHERS CONSTRUCTION, LLC IS CERTIFIED under the provisions of Ch.489 FS. Eaprancn dale . AUG 31, 2016 L1409040002218 KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD i.tCENSEiNUMBER The BUILDING CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 JORDAN, THOMAS PATRICK JORDAN BROTHERS CONSTRUCTION, LLC 2569 TURTLEHEAD COVE OVIEDO FL 32866 ISSUED: 09/04/2014 DISPLAY AS REQUIRED BY LAW SEQ # L1409040002218 f 13 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 JORDAN, DANIEL MCHALE JORDAN BROTHERS CONSTRUCTION LLC 10530 WITTENBERG WAY ORLANDO FL 32832 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myftoridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR (850) 487-1395 3 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1225017 ISSUED: 07120/2014 CERT UNDERGROUND & EXCAV CNTR JORDAN, DANIEL MCHALE JORDAN BROTHERS CONSTRUCTION LLC IS CERTIFIED under the provisions of Ch.489 FS. E.pirat,on date AUG 31. 2016 L1407200DO2075 KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CUC1225017 The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 JORDAN, DANIEL MCHALE JORDAN BROTHERS CONSTRUCTION LLC 7575 KINGSPOINTE PKWY STE 7 ORLANDO FL 32819 ISSUED: 07/20/2014 DISPLAY AS REQUIRED BY LAW SEQ # L1407200002075 PROJECT OF SIMILAR SIZE JORDAN recently completely construction of a new community park for Orange County, FL that was dedicated to Deputy Brandon Coates. The project site is over a mile long and features 2 soccer fields, 2 separate playground areas plus a swing set and custom design/build skate park. The scope of work also included entry roads, fencing, sidewalks, a picnic pavilion and 2 parking areas. In addition to being the General Contractor for this project we also self -performed all of the site work. t Below is an executive summary of the project and its values: Thank you, Tommy Jordan President Jordan Brothers Construction, LLC CBC 1258214 JORDAN BROTHERS CONSTRUCTION, LLC E � .--, . 9m ?�l 5 f FS V ti u V E V ti u V U j C O >O L C C R G VO R • d a O v u j � a A ti ti O t d a a a " E o% O O U'1 Q 0 lD e�e1 VI fNYi QM In Ol O Q n 'cF C N (mel N Q N � r` b 00 n O Q Q 1� O R J G G ti O > LL a r C tt >' yam vlr G•aN m> •oma Eo`n•om 01 0�'0 oGc •0 0- .•e 0 m O> O N> R•om O 01 LL �H V N Q via Gt=LL O G J>N Q<m 0m R m Oi O N NuaxnO O N QOOm N^ R N A. Q m U C d A N Q v G — a C O LL c m > > t A 0 G E ° co v u F u O` M M E R O S G u t G 0 n r E G Y N N M pO, c�• O u d 2 'd •Oo O N 3 N>> .li O N Q E Q m u N C a m t°i C �.. PD H h W Q C M Y LL J G C W R C U d m c c ^ O �n U o� o0o E o °°a ^ ^e u•- " G 'C V°i N 3 m.y�o vl G�wg E C C G G ;?a o nE Go 2;m u¢ua om o w e3„LL' o=mo cc o� °c' m=' c o=� ° 1- R °: uvl «m �• G N -Z Q G �j R •- G O Y U J V/ o R 'O .0 C Y Y1g ' R E to O H 'Ti m J H m Y .Y '�' >' `0 Vf 3 •C O O !O Y Gm�3: E q j N °O Rum Z>> W d o $ > o aao y ¢== my v 3•m•In_a cliLG,,::� h Y NO QR n 0 GE y •n O dN dO Fo VO> ✓>Ny O 0 CI E ,jN� Ln .EY> 0C Q f1eFG d `WZGWU G n -VJ.LL 0o CwV GE U On m ° `O. � to v E O o N 'O N 9 N •� N -00 Q N V 10 A G N ` R 2 R lD {O W N >O N N N 10 Q N Z LL 00 e t4OO N V1 Ol m 10 H H Q Cl of O° y N b cel •y N N of of y N e�•I N ul N Iz G y E CL G O y y O 'p G � •- — `y C L ti G O 'O y C 7 CGC 2` C R C Y a> J C _ 7 � m` _ u p p 0 V Y .i« CC G O G n y G LL N 3 /•• i6 � C G m i G y n 2 G a G d W A E .�. � O ti. E .� e0 L� vI G q - o LY > o m a c o °G f° C3 ° G Eo.. oa ¢" -Ti xa ° ° y 0 Q C E y C G SUBCONTRACTOR LIST Flash -Rite, Inc (Maintenance of Traffic) EA Tapping Services (Tapping/Line Stops) 115 Atlantic Drive 135 Mingo Trail Maitland, FL 32751 Longwood, FL 32750 Fred Stilt Jason Rawles 407-834-0408 407-462-9947 fred@flashrite.me Jason@eatapping.com Sunray Paving & Construction (Paving) Lake Electrical Services (Electrical) 929 Eyrie Drive 2204 W Griffin Road Oviedo, FL 32765 Leesburg, FL 34748 Bobbi Hall Ron Hunt 407-359-8338 352-360-0067 bobbih@sunraypaving.com ronh@lakesideec.com Central Florida Construction Walls, Inc. (Brick Pavers) Angco, Inc. (Signage & Striping) 5923 Bamboo Drive 204 O'Brien Road Orlando, FL 32807 Casselberry, FL 32730 Bill Hatzimarkos Maribett Camacho 407-925-7617 407-578-8308 vxmarkos@gmail.com Camacho@angcostriping.com KC Curb (Sidewalks/Driveways/Curb) Eastwood Tuff Turf (Landscape/Irrigation) 4975 Patch Road 1615 Oklahoma Street Orlando, FL 32822 Oviedo, FL 32765 Leroy Hettler Ian Eastwood 407-737-7744 407-366-5847 Leroy@kccurb.com iane@eastwoodtuffturf.com Thank you, Tommy 10 President Jordan Brothers Construction, LLC CBC 1258214 JORDAN BROTHERS CONSTRUCTION, LLC Cat 312EL Excavator (2012) Cat 336FL Excavator JD 672GP Motor Grader Cat 950M Wheel Loader JD 75G Excavator Hitachie ZA210 LC -5 JD 650KX Dozer Cat 930K Wheel Loader JD 544K Loader Cat DSK Track Bomag 50 Singe Drum Vibratory Roller T590 Bobcat Compact Track Loader 2012 Belshe Trailer T770 T4 Bobcat Compact Track Loader 96" Dozer Blade - 6 -way 68" Angle Broom E32i T4 Bobcat Compact Excavator w Hydraulic Breaker attachment Big Tex Trir Model 22 -PH Hitachie Z210LC Excavator wJ thumb Cat 930 Wheel Loader Thank you, Tommy Jordan President Jordan Brothers Construction, LLC CBC 1258214 JORDAN BROTHERS CONSTRUCTION, LLC 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. Jordan Brothers Construction, LLC Representative Date Thomas Jordan Mgr Member -President Printed or Typed Name and Title of Authorized Representative Historic Goldsboro Blvd. Phase 2 February 29, 2016 END OF SECTION 00450-1 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. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? NO (Y/N) 2. Has your 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? NO (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? NO (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. 1 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. Jordan Brothers Construction, LLC Firm Representative Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative END OF SECTION Historic Goldsboro Blvd. Phase 2 DISPUTES DISCLOSURE FORM February 29, 2016 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: 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. 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. Jordan Brother onstruction, LLC Firm ;;L� Signature of utho ,' d Representative Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative Historic Goldsboro Blvd. Phase 2 February 29, 2016 END OF SECTION 00454-1 DRUG FREE WORKPLACE FORM SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Jordan Brothers Construction, LLC Contractor C7 Signature of Authdr6edX15resentative (Affiant) Date Thomas Jordan Mgr Member, President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Orange STATE OF FLORIDA On this VD day of "�Ni1\ .20 before me, the undersigned Notary Public of the State of Florida, personally appeared T omas Jordan 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 as identification. . _ . (Notary Public in and for the County and State Aforementioned) aVAARUi1 WELLBORN ��qt Pue1 • ar l a Florida y commission expires: ' Q COMMIIIIW o FF 219798 x � Ali, COMM EXOM Aug 6.2019 Wary son END OF SECTION Historic Goldsboro Blvd. Phase 2 February 29, 2016 00456-1 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT Project Name: Historic Goldsboro Blvd. Phase 2 Bid No.: IFB 15/16-18 The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with 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. 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. Historic Goldsboro Blvd. Phase 2 February 29, 2016 00458-1 E -VERIFY COMPLIANCE AFFIDAVIT "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. Jordan Brothers Construction, LLC Contractor C Signature of Aufo-rizg&-Representative (Affiant) ' Date Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA On this Va day of Skr4A 20 �,e , before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan 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 kn2WajQjme or has produced as identification. SEAL ,aNnnay� MARLISE WELLBORN Notary PUbk • State of Florida __• Commission # FF 219798 = My Comm. Expires Aug 6, 2019 r+�'�•+°�„ • `� -Bagdad Miougt NW3 onal Notary Assn. (Notary Public in and for the County and State Aforementioned) My commission expires: %-C k., lC\ Historic Goldsboro Blvd. Phase 2 February 29, 2016 END OF SECTION 00458-2 E -VERIFY COMPLIANCE AFFIDAVIT 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. Jordan Brothers Construction, LLC Contractor Signature of A i depresentative (Affiant) I Date .Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA On this \c) day of 20 \\c _, before me, the undersigned Notary Public of the State of Florida, personally appeared Thomas Jordan 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 as identification. (Notary Public in and for the County and State Aforementioned) MARUSE WELLBORN Not SMS - state of Florida My commission expires: 0'i 11 a -\Q _ Commission # FF 219796 +� My Comm. Explres Aug 6, 2019 ''nu ,�,` Bowttrou�tiN tlataryAssn END OF SECTION Historic Goldsboro Blvd. Phase 2 AMERICANS WITH DISABILITIES ACT February 29, 2016 AFFIDAVIT 00460-1 SECTION 00462 FINANCIAL INFORMATION FORM If requested by the City of Sanford, the following information is to be provided by the Bidder as part of the City's evaluation of the Bidder after Bids have been received by the City: 1. Bank References: Name of Bank Bank Address Contact Name and Title Contact Phone No. Suntrust Bank 6900 Orange Blossom Trail Orlando, FL 32809 Nadia Seerattan, Business Banking Relationship Manager 407-697-3027 2. Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) Historic Goldsboro Blvd. Phase 2 FINANCIAL INFORMATION FORM February 29, 2016 —In -House statements attached as of January 2016 - JBC Only 00462-1 Reviev:ed CPA statements attached as of December 2014 - combined and our Preliminary Draft Revie:ved CPA statements as of December 2015 - combined - Final 2015 Reviewed statements expected next ,veek F. State the name of the firm preparing the financial statement and date thereof: "'Reviewed stmts prepared by Averett Warmus Durkee 2014 and WithumSmithf8rown 2015 G. This financial statement must be for the identical organization named on page one. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. "'Note 1 page 7 for 2014 and page 8 for 2015 explains the relationship of the combined entities including the entity named on page one. 3. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: Name Address Percentage Owned Thomas Jordan, Mgr Member Oviedo, FL 49% Daniel Jordan, Mgr Member Orlando, FL 49% Representative Thomas Jordan, Mgr Member/President Printed or Typed Name and Title of Authorized Representative Historic Goldsboro Blvd. Phase 2 February 29, 2016 END OF SECTION 00462-2 1'//406 Ian FINANCIAL INFORMATION FORM SECTION 00525 CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT The Affiant identified below agrees to the following: 1. 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. 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 existing and proposed water main must undergo fingerprinting and criminal background checks. 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. 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. Fingerprinting can be conducted by any Florida Police Department or Sheriff's Department. If the Contractor is "out-of-state," the fingerprinting can be conducted by its local police department. Note: Fingerprinting by the Sanford Police Department is only conducted Monday, Wednesday and Friday from 9:00 AM -12:00 Noon. However, as noted, fingerprinting can be conducted by any local police or sheriffs department. The Contractor and subcontractors are responsible for paying all fingerprinting charges assessed for the fingerprinting service. 7. Each fingerprint card / electronic fingerprint file shall include the City of Sanford's ORI No. which is FL759053Z. The fingerprint request shall also include the subject's name, sex, race and date of birth and other information such as DL and SS. The fingerprint cards / electronic fingerprint files shall be submitted by the Contractor along with a check for $24.00 for each fingerprint card / electronic fingerprint file to the Florida Department of Law Enforcement (FDLE) in order to pay for the criminal background check. Fingerprint cards / electronic fingerprint files s shall be sent to: FDLE Criminal Justice Information Services Post Office Box 1489 Tallahassee, Florida 32302-1489 Historic Goldsboro Blvd. Phase 2 February 29, 2016 00525-1 CRIMINAL BACKGROUND CHECK REQUIREMENTS AND AFFIDAVIT 8. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only the fingerprint card(s) and the indicated payment are to 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. The fingerprinting shall be completed and fingerprint cards / electronic fingerprint files 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. Jordan Brothers Construction, LLC Thomas Jordan Mgr Member/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF orange STATE OF FLORIDA On this\� day of ��� , 20 N,, before me, the undersigned Notary Public of the State of riorida, personally appeared Thomas Jordan 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 as identification. MARLISE WELLBORN (Notary Public in and for the County and State Aforementioned) Notar Public - State of Florida on # FF 219728 = My commission expires: ',•, "t11,i My Comm. Expires Aup 6, 2010 BondedormoNallonalNoiarYAssn. END OF SECTION Historic Goldsboro Blvd. Phase 2 CRIMINAL BACKGROUND CHECK February 29, 2016 REQUIREMENTS AND AFFIDAVIT 00525-2