Loading...
2077 Sanford North WRF Biological Nutrient Removal IFB 14/15-03CA!7- A�N RT Tp� Thursday, December 20, 2018 PURCHASING DEPARTMENT 4 TO: City Clerk RE: `Ij: � � � n�ck-nirnk X bV 42 (Y\_Q- Y-) The item(s) noted below is/are attached and forwarded to your office for the following action(s): n Development Order 0 Mayor's signature F1 Final Plat (original mylars) F]. Recording El Letter of Credit El Rendering F] Maintenance Bond IS Safe keeping (Vault) F] Ordinance F1 Deputy City Manager F] Performance Bond F] Payment Bond n Resolution El city manager signature El ❑ ❑ City Clerk Attest/Signature City Attorney/Signature Once completed, please: F1 Return originals to Purchasing- Department F1 Return copies EJ Special Instructions: uh, 84qiado zqeV- From SharePoint Finance Purchasine Forins - 2018.doo is \ \--A \� Date CONTRACT CHANGE ORDER FORM Change Order No.: Date of Issuance: Engineer: Contractor: CPH Project No.: 5 March 7, 2018 CPH, Inc. 500 West Fulton Street Sanford, FL 32771 Vogel Bros. Building Company 2720 Drane Field Road Lakeland, FL 33811 S06135 - SNWRF 11 This change order is associated with additional work for the Class "A" Biosolids Management System - Phase I at the Sanford North W RF and includes the following: (1) Electrical work (conduits, wiring, lighting, etc.) required for completion of the "new" Biosolids Dewatering & Dried Biosolids Loadout Buildings; (2) Electrical work required within the biosolids solar drying system greenhouse Description of Change (electrical, junction boxes, lighting, etc.); and (3) installation of three flow meters; (4) Change IMLR Spools; (5) Relocate an AC Controller; (6) Temporary Power requirement for MCC -G2; (7) Additional feed for air boxes; (8) Build new conflict structure; (9) Chemical Skid terminations; (10) Additional blower wiring; (11) Additional signage; (12) Additional handrail on IFAS trains; (13) skim coat on new blower building; and (14) credit on Tideflex Valves; (15) Deductions for Owner Direct Equipment Purchases and Sales Tax. Breakdown of Costs �I See Attached Change Proposals THE FOLLOWING CHANGES ARE HEREBY MADE TO THE CONTRACT DOCUMENTS: SANF6RD,NORTH WRF: BIOLOGICAL NUTRIENT REMOVAL, IMPROVEMENTS L"01-1 IANGE/,,//,/,N j 'ONTRACT IM6 77� M� "77 Original Contract Price Original Contract Times Substantial Completion Date: JuIV 1, 2016 $ $12,117,000.00 Final Completion D. August, 2016 7 Net Changes from the previous Change Orders Net Changes from the previous Change Orders No. 'No. 1 to No. 4 1 to No. 4 No. of Days: 367 $ 5A 492-438.79 Contract Price prior to this Change Order: Contract Times prior to this Change Order Substantial Completion Date: July 3, 2017 $ $13,609,438.76 Final Completion D. August 2, 2017 Net ineresse (decrease) of this Change Order Net Increase (Decrease) of this Change Order $ ($4,697,187.97) No. of D. 271 Contract Price with all approved Change Orders Contract Times with all approved Change Orders te: March 31, 218 Substantial Completion Da0 $ $8,912,250.82 Final Completion Date: pril 30, 2018 1 Owner Direct Purchase of Kruger Equipment for the BNR WAS System $4,626,272.32 2 Tax Savings for ODP Items for BNR Project $277,576.36 3 Non -Taxable Items for BNR Project $354,710.00 This change order is associated with additional work for the Class "A" Biosolids Management System - Phase I at the Sanford North WRF and includes the following: (1) Electrical work (conduits, wiring, lighting, etc.) required for 4 completion of the "neW' Biosolids Dewatering $269,105.74 & Dried Biosolids Loadout Buildings; (2) Electrical work required within the biosolids solar drying system greenhouse (electrical, junction boxes, lighting, etc.); and (3) installation of three flow meters. IMLR Spools (Vogel PCO 19): Installation of 5 Schedule 10s, Type 316L stainless steel spools $5,853.97 to the four IMLR pumps in the BNR Trains. Relocate AC Controller (Vogel PCO 20): 6 Installation of conduit, fittings and labor to relocate the existing AC controller. $3,376.07 Temporary Power to M(IC -G2 (Vogel PCO 21): 7 Provide temporary power required for Motor Control Center G2 (MCC-G2). $3,091.57 Additional Feed for Air Boxes (Vogel PCO 22): Installation of conduit, fittings and conductors 8 from: (1) WAS Train Control Box to the Cleaning Air Box; Treatment Train Effluent Nitrate Control $2,882.78 Panels to the Cleaning Air Box Construct Conflict Structure (Vogel PCO 25): 9 Construction of a Conflict Structure near the existing Tertiary Filters to facilitate BNR $7,795.35 improvements. Chemical Skid Terminations (Vogel PCO 26): 10 Addition of control conductors in CP-15 for the $711.84 Aluminum Sulfate Control Panel. Additional Wire at Blowers (Vogel PCO 27): 11 Additional analog wiring wiring required for the $4,837.32 BNR blowers. Tideflex Valve (Vogel PCO 29): Credit for the 12 cost of the tide flex valve used in association with the BNR project. $74.83 Additional Signage (Vogel PCO 34): Additional 13 signage added to the unit operations and $14,071.05 processes at the SNWRF and SSWRC. CHANGE ORDER No. 5 CHANGES ORDERED: A. General 1. This Change Order is necessary to cover changes in the Work to be performed under this Contract. The General Conditions, Supplementary Conditions, Specifications and all parts of the Contract Documents listed in Article 1, Definitions, of the General Conditions apply to and govern all work under this Change Order. 2. A breakdown of the proposed Contract Price and Time changes and all documentation is attached. B. Required Changes This change order is associated with additional work for the Class "A" Biosolids Management System - Phase I at the Sanford North WRF and includes the following: (1) Electrical work (conduits, wiring, lighting, etc.) required for completion of the "neW' Biosolids Dewatering & Dried Biosolids Loadout Buildings; (2) Electrical work required within the biosolids solar drying system greenhouse (electrical, junction boxes, lighting, etc.); and (3) installation of three flow meters;(4) Change IMLR Spools; (5) Relocate an AC Controller; (6) Temporary Power requirement for MCC -G2; (7) Additional feed for air boxes; (8) Build new conflict structure; (9) Chemical Skid terminations; (10) Additional blower wiring; (11) Additional signage; (12) Additional handrail on IFAS trains; (13) skim coat on new blower building; (14) credit on Tideflex Valves; and (15) Deductions for Owner Direct Equipment Purchases of the Kruger Equipment, Tax Savings and Non -Taxable Items. C. Justification The work included in this Change Order was not included in any of the previous Change Orders as the required electrical/instrumentation/controls system for the Class "A" Biosolids Management System - Phase I at the Sanford North WRF was still in the design phase. D. Contract Price Modification The net decrease to the overall project, via the work required by this Change Order, is $4,697,187.97. E. Contract Time Modification To complete the Project work associated with this Change Order and to account for time lost due to Hurricane Irma (2016) and the overflow of Treatment Trains A and B (lost media due to operational errors - 2017), an additional 271 days is being added to the Contract. 5 F. Approval and Change Authorization The work associated with this Change Order No. 5 and the time extension and project cost changes are required to complete the Class "A" Biosolids Management System Improvements at the Sanford North WRF and are approved by the Engineer of Record (CPH, Inc.). G. Waiver 1. The Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases/decreases in cost and time of performance caused directly or indirectly from the change. 2. Acceptance of this Waiver constitutes an agreement between the Owner and the Contractor that the Change Order represents an equitable adjustment to the Agreement and that the Contractor shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. 3. Execution of this Change Order shall constitute the Contractor's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. APPROVAL AND CHANGE ORDER ACCEPTANCE A. ACKNOWLEDGMENTS 1. The aforementioned change, and work affected thereby, is subject to all provisions of the original Contract not specifically changed by this Change Order. 2. It is expressly understood and agreed that the approval of this Change Order shall have no effect on the Original Contract other than matters expressly provided herein. B. RECOMMENDED BY CPH Inc. Engineer ut ri d Signa ur V? 3 Title Date C. ACCEPTED BY Contractor A or e ignat Title D. APPROVED BY City of Sanford, Owner Authorized Si - M a�j Title Date L4 - ig .3c 1 Date ll_ THIS AGREEMENT, made this 151h day of March, 2018, by and between the City of Sanford, a municipal corporation of the State of Florida, holding tax-exempt status, hereinafter referred to as the Owner, and Vogel Bros. Building Company, whose principal address is 2720 Drane Field Road Lakeland FL 33811 , doing business as a(n) (individual, partnership, corporation), and hereinafter referred to as the Contractor. The Owner and Contractor are collectively referred to herein as the Parties. The Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 1.01 CONTRACT DOCUMENTS A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), the Contractor's Bid, Notice to Proceed, the required Bonds and Insurance, 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 Contract Drawings, all Written Amendments, Change Orders, Work Change Directives, Field Orders, the 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 Owner are identified by title and number as set forth below, 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. B. The Contract Documents which comprise the entire Agreement between the Owner and the Contractor concerning the Work consist of the following: 1. This Agreement, executed by both Parties. 2. Project Manual bearing the title "Sanford North WRF: Class "A" Biosolids Management System, consisting of Volume No.'s I through III, and containing all instructions, terms, general and supplementary conditions, bid documents, and technical specifications for the Project. 3. Contract Drawings consisting of a cover sheet; index of sheets and engineering design plan sheets (civil sheets; mechanical, structural, architectural sheets; and electrical, controls, instrumentation, HVAC, PICS and SCADA sheets) with each sheet bearing the following general title: "Sanford North WRF: Class "A" Biosolids Management System". 4. Addenda applicable to the Bid. 5. Contractor's Bid Form (Section 00300). 6. Qualifications Statement (Section 00305). 7. Public Entities Crime Affidavit (Section 00420). 8. Criminal Background Check Requirements and Affidavit (Section 00425). 9. Trench Safety Act Compliance (Section 00430). 10. Drug -Free Workplace Certification (Section 00470). 11. Non -Collusion Affidavit (Section 00480). 12. Conflict of Interest Affidavit (Section 00482). 13. Compliance with Public Records Law Affidavit) (Section 00484). 14. Disputes Disclosure Form (Section 00486). 15. Contract Claim Form (Section 00550). 16. Performance Bond (Section 00610). 17. Labor and Materials Payment Bond (Section 00620). 18. Material and Workmanship Bond (Section 00625). 19. Consent of Surety to Final Payment (Section 00627). 20. Americans with Disabilities Act Affidavit (Section 00630). 21. Unauthorized (Illegal) Alien Workers Affidavit (Section 00632). 22. E -Verify Compliance Affidavit (Section 00634). 23. Financial Information Form (Section 00636). 24. Certification of Non -Segregated Facilities (Section 00653). 25. Receipt of Exempt Public Records and Agreement to Safeguard (Section 00655). 26. Notice of Award (Section 00660). 27. Notice to Proceed (Section 00661). 28. Contractor's Partial Release of Lien Form (Section 00662). 29. Contractor's Final Release of Lien Form (Section 00663). 30. Subcontractor's Final Release of Lien Form (Section 00664). 31. Application and Certificate for Payment Form (Section 00680). 32. Contract Change Order (Section 00681). 33. Work Directive Form (Section 00683). 34. Field Order Form (Section 00685). 35. General Conditions (Section 00700). 36. Supplementary Conditions (Section 00800). 37. FDEP Supplementary Conditions (Section 00805). 38. Certificate of Substantial Completion (Section 00848). 39. Certificate of Final Completion (Section 00849). 40. Certificates of Insurance. 41. Schedule of Values. 42. Additional documents that are not specifically listed above but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as part of the Contract. C. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions and amended by the Supplementary Conditions. D. These documents form the Agreement and all are as fully a part of the Agreement as if attached to this Agreement or repeated herein. As the documents indicated above are executed they shall become a part of the Owner's official set of Contract Documents. 1.02 SCOPE OF WORK A. The Contractor will commence and complete the construction of the Sanford North WRF. Class "A" Biosolids Management System. B. The Owner has already "directly purchased" the following equipment from the manufacturer's: 1. ThermAer Process equipment (blowers, pumps, VFD's, aeration systems, etc.). 2. Huber Solar Drying System (biosolids turning device and ancillary equipment). 3. PW Tech Volute Dewatering Screw Presses and ancillary equipment. 3 The Contractor will be required to install the above referenced equipment and all ancillary equipment and appurtenances as part of this Project and in association with the Contract Documents. C. The Contractor will furnish all of the remaining material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Sanford North WRF: Class "A" Biosolids Management System as described herein. D. The Contractor shall furnish all of the remaining material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Sanford North WRF; Class "A" Biosolids Management System that generally consists of, but is not limited to, the following elements: A ThermAerTm Autothermal Thermophilic Aerobic Digestion (ATAD) System (2nd Generation) consisting of two (2) ThermAerTm Reactors; one (1) Storage Nitrification/Denitrification Reactor (SNDR); SNDR mixing pumps and equipment; SNDR foam control assembly; ThermAerTM/SNDR reactor blowers; off -gas system; ThermAerTm reactor mixing pumps and equipment; ThermAer foam control assembly; cooling system equipment and heat exchanger, pipe supports and pipe insulation; an odor control system and BioFiltAerTM system (equipment to be installed in existing odor control/biofiltration system concrete structure). 2. Installation of equipment into the following "existing" buildings/structures: a. Biosolids Solar Drying System (biosolids turning device, fans/radiators, etc.). b. Biosolids Dewatering Building (screw presses, conveyors, etc.). c. Dried Biosolids Truck Load -out Building (Contractor -purchased conveyors, etc.). 3. Construction of a "new" Class "A" Biosolids Management Facility Building and installation of all Owner Direct Purchased (ODP) equipment into the building, complete and ready for operation. 4. Electrical, controls and instrumentation system improvements. 5. SCADA System modifications. 6. Site work, yard piping, plant internal roadway improvements, signage, sodding, and miscellaneous appurtenances and ancillaries. E. It is further understood that the methods of accomplishing the work of this Project as shown on the Contract Drawings are general in nature and not intended to be complete or accurate in all details or respects with actual field conditions and the Contractor shall make such adjustments or departures as required and as approved by the Engineer and Owner to accomplish the intent. If the Contractor determines that departures are necessary from the Contract Documents, he shall submit such departures and the reasons therefore with shop drawings to the Engineer. Approved departures shall be made at no additional cost to the Owner. 4 1.03 ENGINEER A. The Project has been designed by CPH, Inc. who is hereinafter referred to as the Engineer, and who will assume all duties and responsibilities and will have the rights and authority assigned to the Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. B. Contact Information CPH, Inc. 500 West Fulton Street Sanford, FL 32771 Phone No.: (407) 322-6841 Project Manager: Benjamin M. Fries (bfries@cphcorp.com) (bfriesl(@brighthouse.com) 1.04 CONTRACT TIME AND LIQUIDATED DAMAGES A. The Contractor will commence the work required by the Project Manual/Contract Documents within fourteen (14) calendar days after the date of the Notice to Proceed and shall "substantially" complete the work within three hundred thirty-five (335) consecutive calendar days, or March 18, 2019, and "finally" complete the work within three hundred sixty-five (365) consecutive calendar days, or April 17, 2019. B. Liquidated Damages 1. The Contractor shall ensure that the project's critical path is the timely construction, testing, and readiness for operation, all of the Class "A" biosolids improvements at the Sanford North WRF. 2. It is expressly understood by both the Owner and Contractor that Time Is of the Essence with respect to the Project and Agreement and that the Owner will suffer financial loss if all of the Work is not substantially complete within the time frame identified in Article 1.03(A) above, plus any extensions thereof allowed in accordance with the General Conditions. 3. The Owner and Contractor also recognize the delays, expense and difficulties involved in proving, in a legal arbitration proceeding, the actual loss suffered by the Owner if the Work is not "substantially" complete "on-time". Accordingly, instead of requiring such proof, the Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), the Contractor shall pay the Owner the sum of One Thousand Five Hundred Dollars ($1,500) for each calendar day that expires after the time stipulated in Article 1.03(A) above for project "substantial" completion for the various portions of the Project until the Work is substantially complete. The amount represents an estimate of the Owner's damages for regulatory agency fines, loss of use and administrative costs associated with delay. 4. After Substantial Completion, if the Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in Article 1.03(A) for "final" completion and readiness for final payment or any proper extension thereof granted by the Owner, the Contractor shall pay the Owner One Thousand Dollars ($1,000) for each calendar day that expires after the time specified in Article 1.03(A) for completion and readiness for final payment. This amount represents Owner's damages for regulatory agency fines, loss of use and administrative costs associated with delay. 1.05 CONTRACT PRICE A. The Owner will pay to the Contractor, in current funds for the performance of the work, and at such times as set forth in the General Conditions, such amounts required by the Contract Documents. B. The Contractor agrees to perform all of the Work described in the Contract Documents for construction of the Sanford North WRF; Class "A" Biosolids Management System and comply with the terms therein for a Total Bid Amount of Four Million Nine -Hundred Fifty Thousand Dollars ($4,950,000). C. Payments will be made to the Contractor based on the Schedule of Values, which shall be as fully a part of the Contract as if attached or repeated herein, and subject to completion of the work, in accordance with the Contract Documents. 1.06 OWNER DIRECT PURCHASES AND SALES TAX RECOVERY A. The Contractor shall cooperate with the Owner in the implementation of the Owner's sales tax recovery program and, to that end, the Owner 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. B. The Contractor hereby recognizes the right of the Owner to engage in sales tax recoverylsavings through Owner Direct Purchases (ODP's). � '� 11__1 'i� _ � ►__. A. The Contractor shall submit Applications for Payment (AFP) in accordance with the General Conditions, as amended by the Supplementary Conditions. Applications for Payment will be processed by the Engineer as provided in the General Conditions. The Contractor shall use the AFP Form found in Section 01030, "Applications for Payment". Payment items are described in Section 01025, "Measurement and Payment". B. The Owner shall make progress payments on account of the Contract Price on the basis of the Contractor's Applications for Payment as recommended by Engineer, on monthly intervals during construction as provided below. All progress payments will be on the basis of the progress of the Work. 0 C. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but in each case, less the aggregate of payments previously made and less such amounts as the Engineer shall determine, or the Owner may withhold, in accordance with the General Conditions and as amended by the Supplementary Conditions. 1. Ninety percent (90%) of the value of Work completed, with the balance being retainage. 2. Ninety percent (90%), with the balance being retainage of the value of materials and equipment not incorporated in the Work, but delivered, suitably stored and accompanied by documentation satisfactory to the Owner as provided in the General Conditions and amended by the Supplementary Conditions. 3. Upon Substantial Completion, the Owner may, at his option, increase total payments to the Contractor to ninety-five percent (95%) of the Contract Price, with the balance being retainage, less such amounts as the Engineer shall determine, or the Owner may withhold, in accordance with the General Conditions and amended by the Supplementary Conditions. D. Final Payment 1. Upon final completion and acceptance of the Work in accordance with the General Conditions, and as amended by the Supplementary Conditions, the Owner shall pay the remainder of the Contract Price as recommended by the Engineer as provided in the General Conditions and amended in the Supplementary Conditions. E. The Contractor shall certify at the time of each progress payment that the work covered by the partial payment has been completed in accordance with the Contract Documents and that all amounts have been paid by the Contractor for which previous certificates or payment were issued and that all subcontractors and materialmen have been paid. The Contractor shall consent to joint checks with subcontractors and materialmen in the event it fails to make timely payments when due or to submit affidavits or certificates as requested herein. F. No change orders, additions, modifications or deletions shall be allowed nor compensable unless the Contractor has "prior" written approval from the Owner and Engineer. Said "prior" written approval must specify the nature of the change and any adjustment to the time of completion and contract price. 1.08 CONTRACTOR'S REPRESENTATIONS A. In order to induce the Owner to enter into this Agreement, the Contractor makes the following representations: 1. The Contractor has examined and carefully studied the Contract Documents, including the Addenda listed in Article 1.07, and the other related data identified in the Bidding Documents including "technical data". 2. The Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 3. The Contractor is familiar with and is satisfied as to all federal, state and local laws and regulations that may affect cost, progress, performance and furnishing of the Work. 4. The Contractor has carefully studied all drawings, reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site including underground facilities which have been identified in the Supplementary Conditions. The Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for the Contractor's purposes. The Contractor acknowledges that the Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to underground facilities at or contiguous to the site. The Contractor has obtained and carefully studied, or assumes responsibility for having done so, all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by the Contractor and safety precautions and programs incident thereto. The Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 5. The Contractor is aware of the general nature of Work to be performed by the Owner and others at the site that relates to the Work as indicated in the Contract Documents. 6. The Contractor is specifically aware of the contractual terms relating to changes of Contract Price and Time as described in Article 12 of the General Conditions as supplemented and amended in the Supplementary Conditions. 7. The Contractor has correlated the information known to the Contractor, information and observations obtained from site visits to the Sanford North WRF, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 8. The Contractor has given the Engineer written notice of all conflicts, errors, ambiguities or discrepancies that the Contractor has discovered in the Contract Documents and the written resolution thereof by the Engineer is acceptable to the Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1.09 ADDITIONAL TERMS AND CONDITIONS A. The following additional terms and conditions shall be made part of this agreement and shall be binding upon all parties: Terms used in this Agreement which are defined in Article 1 of the Section 00700, "General Conditions", will have the meanings indicated in the General Conditions and as amended in Section 00800, "Supplementary Conditions" and Section 00805, "FDEP Supplementary Conditions", Section 00807, "Classification and Wage Determination (Davis Bacon Act)" and Section 00809, "American Iron and Steel (AIS)". 2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent except to the extent that the effect of this restriction may be limited by law, and unless specifically stated to the contrary in any written consent to an assignment. No assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 3. The Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 4. The Contractor agrees to indemnify and hold the Owner, Engineer and others, as defined in the Section 00700, "General Conditions", and as amended by Section 00800, "Supplementary Conditions", Section 00805, "FDEP Supplementary Conditions", harmless from any and all claims, suits, actions, damages, causes of action, or attorney's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of or as a result of the products or services supplied in the performance of this Agreement. 5. The Contractor agrees to indemnify and hold the Owner, Engineer and others, as defined in the Section 00700, "General Conditions", and as amended by Section 00800, "Supplementary Conditions", Section 00805, "FDEP Supplementary Conditions", harmless from any and all claims, suits, actions, damages, causes of action, or attorney's fees, arising from any personal injury, loss of life, or damage to person or property sustained by reason of, or as a result of the negligence, recklessness, or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Agreement. 6. The Contractor hereby warrants and represents to the Owner that it is competent and otherwise able to provide professional and high quality goods and/or services to the Owner by means of employees who are neat in appearance and of polite demeanor. 7. All submissions submitted by the Contractor in the proposals/bid submitted to the Owner and Engineer are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 0 8. The Contractor acknowledges that the Owner may retain other goods and/or service providers to provide the same goods and/or services for Owner projects. The Contractor acknowledges that the Owner, at the Owner's option, may request proposals from the Contractor and the other goods and/or service providers for Owner projects. The Owner reserves the right to select which goods and/or services provider shall provide goods and/or services for the Owner's projects. 9. The Contractor agrees to provide and ensure coordination between all goods/services providers. 10. 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. 11. The Contractor hereby guarantees the Owner that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. 12. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the Contractor (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the Owner 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. 13. 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 Owner's officers and employees either by operation of law or by the Owner. 14. No claim for goods and/or services furnished by the Contractor not specifically provided for herein shall be honored by the Owner. 15. 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 Owner, and hereby represents to the Owner, 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 Owner's Projects. 10 16. Quality, Professional Standards, and Security Requirements a. Under this paragraph, 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 Owner reserves the right to require all Contractor employees, when on Owner property or the Project site, to wear identification badges at all times which, at a minimum, provides the name of the employee and the Contractor. c. The Owner reserves the right to require the Contractor to provide to the Owner list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the Owner's written request for such information. This information will be reviewed, screened and verified by the Owner, prior to the employees of the Contractor entering the Owner's premises and/or the Project site. d. The Contractor shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private Contractors and employees of private Contractors. The Contractor shall cause each person found by the City Commission to be functioning in a position critical to the security and/or public safety of the Owner by reason of access to any publicly owned or operated facility to undergo the following inquiries and procedures conducted by the City of Sanford: 1) Fingerprinting in accordance with the Owner's pre-employment procedures; 2) Submission of the fingerprints to the Florida Department of Law Enforcement (FDLE) for state criminal history evaluation; and 3) Submission of the fingerprints to the Federal Bureau of Investigation (FBI) for a national criminal history evaluation. e. Such confidential information shall be usedby the Owner to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the Owner 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 Owner's premises in positions found by the City Commission to be critical to the security and/or public safety of the Owner 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 11 number and/or licenses they shall not be allowed to work or continue to work in such critical positions. The Contractor shall work closely with the Owner 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. 17. Neither the Owner'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 Owner in accordance with applicable law for all damages to the Owner caused by the Contractor negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 18. The rights and remedies of the Owner, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 19. Time is of the essence in the performance of all goods and/or services provided by the Contractor under the terms of this Agreement. 20. Invoices, which are in an acceptable form to the Engineer and Owner and without disputable items, which are received by the Engineer and Owner, will be processed for payment within thirty (30) days of receipt. 21. The Contractor will be notified of any disputable items contained in invoices submitted by the Contractor within fifteen (15) days of receipt by the Engineer and Owner with an explanation of the deficiencies. 22. The Owner and the Contractor will make every effort to resolve all disputable items contained in the Contractor's invoices. 23. Each invoice shall reference this Agreement, the appropriate billing period. 24. 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. 25. Invoices are to be forwarded directly the Owner's designated Construction Engineering, Inspection and Management (CEIM) representative, as identifed at the preconstruction meeting, for review and processing. 12 26. The Owner designates the City Manager or his/her designated representative, to represent the Owner in all matters pertaining to and arising from the work and the performance of this Agreement. 27. 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 Owner'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 Owner's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; c. Giving prompt written notice to the Contractor whenever the Owner 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. 28. Until further notice from the City Manager, the designated representative for this Agreement is: Bilal Iftikhar, P.E., Public Works/Utility Director City of Sanford 300 North Park Avenue Sanford, Florida 32771 29. The Owner 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 Owner's opinion, adequate progress is not being made by the Contractor due to the Contractor's failure to perform; or b. If, in the Owner'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 Owner, 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 Owner; 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 13 e. The Contractor violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the Owner's Code of Conduct. 30. In the event of any of the causes of termination, the Owner'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 Owner of corrective measures to be made within a reasonable time is not given to the Owner within seven (7) calendar days of the date of the letter, the Owner may consider the Contractor to be in default, and may then immediately terminate this Agreement. 31. 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 Owner and the Owner shall have the right to so terminate this Agreement without any recourse by the Contractor. 32. The Contractor may terminate this Agreement only if the Owner fails to pay the Contractor in accordance with this Agreement. 33. Notwithstanding any other provision of this Agreement, the Owner shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the Owner 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 Owner'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 Owner shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. 34. The Owner shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The Owner 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. 35. In the event that this Agreement is terminated, the Owner shall identify any specific work to be continued to completion pursuant to the provisions of this Agreement. 36. In the event that after the Owner 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. 37. 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. 14 38. 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. 39. The performance or provision of the Contractor's goods and/or services under this Agreement may be suspended by the Owner at any time. 40. In the event the Owner suspends the performance or provision of the Contractor services hereunder, the Owner shall so notify the Contractor in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the Owner 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 Owner shall thereafter have no further obligation for payment to the Contractor for the suspended provision of goods and/or services unless and until the Owner'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. 41. Upon receipt of written notice from the Owner 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 Owner. 42. 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. 43. Indemnity and Insurance a. To the fullest extent permitted by law, the Contractor shall indemnify, hold harmless and defend the Owner, the Engineer, engineering subconsultants, their agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or subcontractors. Additionally, the Contractor accepts responsibility for all damages resulting in any way related to the performance of work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. 15 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 Owner 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. f. The Contractor shall submit a report to the Owner 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. 44. The Contractor shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the Bid documents. 45. All insurance other than Workers Compensation and Professional Liability that must be maintained by the Contractor shall specifically include the Owner, Engineer and engineering subconsultants as an additional insured. 46. The Contractor shall provide Certificates of Insurance to the Owner evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the Owner. These Certificates of Insurance shall become part of this Agreement. Neither approval by the Owner nor failure to disapprove the insurance furnished by a Contractor shall relieve the Contractor of the Contractor's full responsibility for performance of any obligation including the Contractor's indemnification of the Owner, Engineer and engineering consultants 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 Owner 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 Owner, the Contractor shall be deemed to be in default of this Agreement. M 47. 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 Owner by submission of a new Certificate of Insurance. 48. The Contractor shall furnish Certificates of Insurance directly to the Engineer and Owner's Designated Representative. The certificates shall clearly indicate that the Contractor has obtained insurance of the type, amount and classification required by this Agreement. 49. Nothing in this Agreement or any action relating to this Agreement shall be construed as the Owner's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 50. The Owner 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. 51. The Contractor is an independent Contractor and not an agent, representative, or employee of the Owner. The Owner shall have no liability except as specifically provided in this Agreement. 52. All insurance shall be primary to, and not contribute with, any insurance or self- insurance maintained by the Owner. 53. 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. 54. 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. 55. 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 Owner. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 56. 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. 57. If the Owner determines that any employee or representative of the Contractor is not satisfactorily performing his/her assigned duties or is demonstrating 17 improper conduct pursuant to any assignment or work performed under this Agreement, the Owner shall so notify the Contractor, in writing. The Contractor shall immediately remove such employee or representative of the Contractor from such assignment. 58. The Contractor shall not publish any documents or release information regarding this Agreement to the media without prior approval of the Owner. 59. The Contractor shall certify, upon request by the Owner, 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. 60. 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 Owner. The Contractor shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the Owner. 61. The Owner 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. 62. 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. 63. The Owner 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 Owner 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 Owner. 64. 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 Owner. 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. 65. The Contractor shall ensure that all goods and/or services are provided to the Owner after the Contractor has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 66. 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. 18 67. The Contractor shall advise the Owner 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. 68. The Contractor shall not engage in any action that would create a conflict of interest in the performance of that actions of any Owner 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. 69. 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. 70. 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. 71. The Owner 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 PurchaseAlVork Order issued hereunder. This audit shall be performed at a time mutually agreeable to the Contractor and the Owner 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. 72. 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. 73. In the event of any audit or inspection conducted reveals any overpayment by the Owner under the terms of the Agreement, the Contractor shall refund such overpayment to the Owner within thirty (30) days of notice by the Owner of the request for the refund. 74. The Contractor agrees to fully comply with all State laws relating to public records. 75. 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. 19 76. 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 Owner approval. When approved by the Owner, written notice of such assignment or transfer shall be furnished promptly to the Owner. 77. Any Contractor proposed Subcontractors shall be submitted to the Owner for written approval prior to the Contractor entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 78. The Contractor shall coordinate the provision of goods and/or services and work product of any Owner approved Subcontractors, and remain fully responsible for such goods and/or services and work under the terms of this Agreement. 79. 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 Project Owner 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 Owner with executed copies of all subcontracts. 80. The Contractor shall reasonably cooperate at all times with the Owner and other Owner Contractors, the Engineer and other professionals. 81. This Agreement is to be governed by the laws of the State of Florida. 82. The venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 83. This Agreement is the result of bona fide arms length negotiations between the Owner 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. 84. 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. 85. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the Owner 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 9E prior agreements, understandings, representations, correspondence and statements whether written or oral. 86. This Agreement may only be amended, supplemented or modified by a formal written amendment. 87. 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. 88. 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 Owner of such notice requirements based upon Owner 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. 89. The failure of the Owner 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 Owner hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 90. In no event shall any obligation of the Owner under this Agreement be or constitute a general obligation or indebtedness of the Owner, a pledge of the ad valorem taxing power of the Owner or a general obligation or indebtedness of the Owner 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. 91. The Contractor shall not have the right to compel the exercise of the ad valorem taxing power of the Owner. 92. 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. 93. 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. 94. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 21 95. All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. 96. 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 Owner prior to filing suit or otherwise pursuing legal remedies. 97. 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 Owner in alternative dispute resolution procedures or which the Contractor had knowledge and failed to present during the Owner procedures. 98. In the event that Owner 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. 99. 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. 100. The Contractor subcontractors requirements. 1.10 SIGNATORIES shall ensure that all subcontractors, including all lower tier and labor staffing agencies, abide by all wage and reporting IN WITNESS WHEREOF, the Owner and Contractor have executed, or caused to be executed by their duly authorized officials, this Agreement in triplicate, each of which shall be deemed an original on the date first above written. This Agreement will be effective on April 18, 2018. 22 OWNER City of Sanford, Florida 300 North Park Avenue Sanford, FL 32771 Authorized Signature Name (typed) MONQr Title 19,') v Date (SEAL) S�"� QST, Attest: OL( -OA ( do j 1 m , � M , F RM Name: ' ` c ( tk(. o hi n (Typed) Title: 0 (: q 0 `(� r K 23 CONTRACTOR Vogel Bros. Building Company 2720 Drane Field Road Lakeland, FL 33811 William M Bocchino Name (typed) Vice President of Operations - FL Title Date (SEAL) Attest: ��X_ /�a Name: (Typed) Title: D Leigh Wagner Office Manager License No.: CGC1509018 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 7 P.O. BOX 1788 DATE CHG: 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY APPROVED TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 1 NWRF- BIOLOGICAL NUTRIENT REMOVAL 9500000.00 NA 1.00 9500000.00 (BNR) 1/2 - IMPROVEMENTS Q NWRF BID IFB 14/15-03 PROJECT # RW1103 SRF WW590131 ----------------------- *** SHIP ----------- ING INSTRUCTIONS .............. ---- - ------ ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 2 ----------------------- DEDUCT ODP OF $5,100,000 + TAX ----------- 5384767.40- ----- NA ------- 1.00 ------------ 5384767.40 - SAVINGS $284,717.40 TAX SAVINGS FOR PO 34330 I KRUGER;PART ORDER NO. 1259.DP11540 ----------------------------------- *** SHIP ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 ----------------------- ----------- ----- ------ --------- ---------- ------------ APPROVED BY: APPROVED BY: PURCH I G AGENT CITY M NAGER All packages anZefore applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced hereind after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordf1.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRAKE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 7 P.O. BOX 1788 DATE CHG: 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 3 2/2 FOR NWRF BIOLOGICAL NUTRIENT 26170.00.00 NA 1.00 2617000.00 IMPROVEMENTS BNR BID IFB 14/15-03 SRF WW 590131 PO for $253,500.00 tax savings of $14,522.90 Order No. 1259-DP11313 Job No. 1259= $ 268,022.90 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 4 ----------------------- PO 34361 FOR WEIR SPECIALTY ----------- 268022.90- ----- NA ------- 1.00 ------------ 268022.90- PUMPS- ODP ................................... SHIP ING INSTRUCTIONS .......................... ---- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 5 ----------------------------------- PO 34362 FOR GUARDIAN EQUIPMENT 163178.37- -------------------------- NA 1.00 163178.37 - INC; ODP APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: • VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 7 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT E OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** PO Amount for $154,036.20 Tax Savings of $9,142.17 Total of $163,178.37 Vogel PO 34356 Order No. 1259 DP11237 Job No. 1259 PO Amount for $120,000.00 Tax Savings of $6,971.00 A Total of $126,971.00 Vogel PO 34356 Order No. 1259 -DP -11285 Job No. 1259 ----------------------------------- *** SHIP ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 6 6 ----------------------------------- PO # 34374 FOR ALFA LAVAL 126971.00- ---- -------------------------- NA ------- 1.00 ------------ 126971.00- ASHBROOK SIMON-HARTLEY ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 --------------------------------------------------------------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page = 879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRAKE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 7 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 7 TSC JACOBS NORTH PO 34357 REQ # 145769.10- NA 1.00 145769.10- 1259.DP11390 ODP FOR FLUIDYNE GRIT SYSTEM MODIFICATIONS TAX SAVINGS OF $7,534.10 ITEM PRICE OF $138,235.00 TOTAL OF $145,769.10 ----------------------------------- SHIP SHIP ING INSTRUCTIONS -------------------------- ---- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 8 ----------------------------------- CHANGE ORDER #2 PO 34356 SNWR 258589.00 ----- NA ------- 1.00 ------------ 258589.00 FACILITY IFB 14/15-3 ----------------------------------- *** SHIP ING INSTRUC ----- IONS ------- ** ------------ FACILITY (NWRF) TO: 1201 W SEMINOLE BL SANFORD, FL 32771 9 ----------------------- CHANGE ORDER #3 SNWRF BIOLOGICAL ----------- 1732500.00 ----- NA ------- 1.00 ------------ 1732500.00 NUTRIENT REMOVAL APPROVED BY: 0 14 APPROVED BY: PURCHASI G AGENT CITY MANAGER All packages and I ices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 7 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD; FL 32771 10 ----------------------- CHANGE ORDER #4 TO EXISTING PO# ----------- .00 ----- ------- .00 ------------ .00 34356 SANFORD ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ FACILITY (NWRF) TO: 1201 W SEMINOLE BL SANFORD, FL 32771 11 ----------------------- CHANGE ORDER #4 TO EXISTING PO ----------- 51244.48 ----- EA ------- 1.00 ------------ 51244.48 #34356 SANFORD NORTH WATER RECLAMATION FACILITY ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 PO NUMBER 034356 CHANGE #: 7 DATE CHG: 04/06/15 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F. B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. 09/30/15 NET/30 UNLESS OTHERWISE INDICATED ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST ic�t�r k�:Fac*�Fie9ciciriciric*�cirir*�kicicFic**9cirtieirdr * CHANGE ORDER SUB TOTAL 8070624.71 TOTA,L 8070624.71 ---------------------------------- EQ/ACCT-------DATE------REQ• ---BY ----- ----------- ----- PR ----------------- JECT AMOUNT --- 000064707 03/03/15 PAUL MOORE ----------- ----- RW 103 34 1291.23 5245275366391 000064708 03/03/15 PAUL MOORE RW 103 26 7000.00 5245275366391 000065555 10/20/16 BILL MARCOIS RW 102 2E8589.00 5245275366391 5605 11/15/16 BILL MARCO S/BETH DWYER RW 103 17--2500.00 5245275366391 000065663 12/13/16 BETH DWYER 5245305364600 .00 5663 12/13/16 BETH DWYER 5245305364600 ---------------------------- ----------- RW ----- 103 ------- 1244.48 -------- APPROVED BY: YAA APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and Conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordf1.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfI.gov/index.aspx?page=883 WO -9 Request for Taxpayer owe Form to the requer. Do t Identificatlon Number and Certification est send to the MS I NAW J4&*V%T-' rn)'MT irv"-e tax �RllriA- N'Wi* is req-vec an in-- WrW co ran Wt* ifw: fro bI;7rj<'- 0 Me "We 10' 1AG. 4 - EX , tz-,wivA Orpty Or -01 to a$ ch-lt* vilivrw'ate box rorlaual far, CiWW(W:a1m� C!' Gk cOf i:no of "tirr", �p n pcweo, o, n t. cawatw n Paivwh Turv--stat cc :�Ag*-mvnW LLC —{saw. emar a-., tax -aAWf'-'m:" c- r, r'*'Wat*rL G's catp'041"' P -prrtrw s. FXWOO Owir to aryl 0 KO@, Re a uiVe-irembw LL -7 Inv. si doe"wded, du not --eck 11,C: ctfack Vie aftpfopAite b" r, trietico,#e far fton FATCA reporing J� *ift trrfl 5bleet, aid Apt, of Sal fts.) macre Wid add'ess, "'bpvc"' x 621202 (A �W 0 0 �dF L3 �27 5 17' List accawt rL-Isfilw twl� inst-ot) Taxpayer Iderdification Ert-ary,zirr -fIN in t41 p irSe trffx. The TIN pr"clod mW fristott Itbe fWne *en mon fine I to avoil Social rurobar F -r= lly yoti backup s resident meat, We cruprelor. cw disrogmded entry. see the par, I insiructians on Pago ' 3, I�Ot OtA&, -Aitnte4i% For irdiOduals, this is ger-Avar social utity tnxrber t secS:�, f4wwroor, ia or emilie, it is �otr enittloyer idet'Miarttion antra? 614'� it you do r"Ot "'12"ve a turribar, Sort Now to get a LLI LL TON 00 Pago & or Kate. It 1ho )CG*'it is in room than one name. W theOstmrAioas Pj;r' f4e, 1 and 11V Ctorl On Me 4 for giAefirfes opvme nurriber to entor, Orider perwlieas Ol perjury?, I catty chat; 1. Thio nt"bar sttvwm on Pits form is my crieract taxpayer IO9rAtT1Oa6on,,1jTwfber for tam waiting for a nirrow so Jt e I&Sjed 10 o*j; 9nd 2. 1 am nO1!;k*4W to baCkupwittft-Ading to 0,1 1 am exampt trom baCkuPWAIrinpiting, or (N i his not been notited Oy If* Imertal %verme Service OcIst that I afn "40 to, b6cku;u vinhholcing as a 'osmll of a More to fepotl M it-Perest or div? Inds, orIctha IRS h,4 natilled Me t el I am no kirt"r "W' to bac'ump W"Mcirding; anti & I arra uz. oitsterf cr oHror us. persm (00ined bel&4 mid 4, the FATC.Awd,-4,$) entered oilthis 6nm fit aryl IrOcalit'l hist I am extript ',-am FATCj'% roporting i-4 0000cr. Certifioation Insinctiorit. You must cross out Hem 2 a0ave If you ftie beer, irAifiocl by the IRS Ti"ig yokare cmetilly sutiect lo t&jkW wtUntmUng beowso you ha,4* Wed to repcet all interest arxi divn%ndit tco your lax return. For real Wmlm tranw,11ions, ittm 2 Ocres nwl acpty. FCr ruxupgo h0erest paid, acquisition re Owdonrr*m of secured property, Canzallatiart of debt corifibuto m to an indiMurd refirement wrangemard (41A*, arritt ger"Ily. pay rt other than intorast! and diOdends, you are rim required to sign ft carlificarion, but you mull prc'Adv your cora -t TK See the irwiuc-lions onMe3. I &Vrawof Here I U-% p*-Ora vow 7-�f- Got wal Instructions WWWvft ale to ve Revenue COU WI"6 W-WNW41! rVed, rievowmenta: t1ftVITLva"O 140wvt:roM an 3e%?5"'atW aw-wo offer *0 10*8se p is at w4w.vir.9c"AAS Purpose of Form AA,j4fiAdjW 01 V*ty (F�,, W-9 Y&5 -j if, rb+&—f bomtogrW*Qr1M4;P" r*01—" W*� R* O's rX& owa4t ocut ctiqr4vt tmre)w cOvmovwvri rumter fn -4t 'MV -h nviv w ycA4 *"a secu"ty Minicar issul,rwt.4-4�4 t"O&JIF d")wtivi fAOW ITT141f, adOOtM41 tiltjpaylff !dWddCWaO P40ttiel COMB. Cf etrpizejW el*MA'40" r*Antw IE)- to report on zri rWjmi 11to xne4ad p" to Y'"' Cf &'W amour, rK'xXA#ft*- 00 Ion inf,71tratm Fte:Irn. Ewmrve�l L4 Vft-rwow reuft 4'&de' isat am rat trar-F4 %1' V* Folh 1044-wr Iviierest eaffuid or paiql Fotfn i(Olf-CAV vdro:pwds� fm-'useq trwasii vom s=X-A'q or eoF#6,o tunj!�+ • FC -1 I CO -MSC O'Varcus riper, Cts wtmr*, p0ea- 'ANW44, - tffo" proms} • FoclYi 100-0 10:4tk or,'V.AAl 4xxi sireafiii 4aIiiri rAlvm. frw-vmavoms bq I;Wawg� Fern lroita-s Wxc&U f(WI rim) Oelair vansactiaml • (-r - ^ M-4-9 I,'WC'rWr' co -a Ofo lf'vel P-ty-t—k - F C4 M -1 C1 5 t)ow4 M W144 q* irf 1). 1094- E (Wrd e m Vial r tef, Or,* , t e,T; 11160n) • rorm x09-0 i`wreird doW • Faim , cOu -4 jzcruvw w* c� oivr4rt'+r -vv of secured pf openit Firf" W-0 -rtvf Y'mi art alt, pe"Cr irckidrtn -a remkW'tat==ant as Wqode jvur carect TIN. O� rrr foLfri Foam IV -9 to ma 0,043 0srW I&Wa TAN. YW in.ght "At 31A* Ct Oacklir, KtiifnooW". F" M%or-%'lw-*zV onZ� page By ti�'"hq 1:1-- "VO -0j, imm, yw C OW the TN pot, aro �iAV its aoirocf ior y',Kj ** wvfing w.v a mnatie, to 2. Cwfiti teat yoxi arra vo -,.r *d tc, baciv�+ -N&ft4drq or $. CWM ftewlion ftwi *s ac'kuii aiffifoljv i YU0 &v a U AS" exempt payee. It appl,tab*, Ii + ato Mao oMIff-jrV Wul =& O.S,,owmr, yrir akknobit ca sae W ally parb*"ttp mocc�" frorn " L%S. Vadeal bL&ress 5 W4 rutjact to the vatfitip" ta-, cir,. of &5tctf%�O( CONVOOd inc-riffleand 4, Cwii+f Ittat FA'CA, code,131 istffed an Mr, term A will 014 g 3101VrOu We ox- r I mpa V-19 " , wept t-o-FATCArepodra, is cvrwl- See Whv i FWCA W 7 Pago 2 W lurtriw a ft4wriae'e, 'Ce, Nn' 'MIX For"I W-9 Pev. 12-ZoAl Remittance Name Longwood Babe Ruth Address PO Box 521202 City Longwood Tel 407 314-4437 Email McMullanT@gmail.com P.O. Box or Street Address State FL Fax: 321249-0201 Zip 32752 Contact Tim McMullan Federal I.D. No. 59 - 3091300 Social Security No. - - Name on Checks Longwood Babe Ruth Required with all SSN Vendor Name Address City Country Contact Web Address Vendor Name Address City Tel Email address Display Purchase Order Information P.O. Box or Street Address State Tel Email Zip Display Vendor Bid Information P.O. Box or Street Address State Fax Web Address Fax WE Contact /' Io�' NOTE: ALL VENDORS MUST COMPLETE AND INCLUDE A W-9 FORM, COPY ATTACHED NOTE: COMPLETION INSTRUCTIONS: Clear copies, incomplete forms will not be accepted. Please complete these forms and return by either FAX or Mail to address or FAX number as instructed by the requesting individual: Fax No. Attention FOR CITY OF SANFORD USE ONLY: MUST have signature and department! ; Requested By: Dept/Div Date ----------------------------------------------------------------------------- February 19, 2009 6/19/2019 Detail by FEI/EIN Number DIVISION OF C ORPORANGNS Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Not For Profit Corporation LONGWOOD BABE RUTH BASEBALL LEAGUE OF SEMINOLE COUNTY, INC. Filing Information Document Number N28700 FEI/EIN Number 59-3091300 Date Filed 10/04/1988 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 05/27/2003 Principal Address 137 Magnolia Park Trail Sanford, FL 32773 Changed: 04/15/2013 Mailing Address P O BOX 521202 LONGWOOD, FL 32752 Changed: 04/25/2007 Registered Agent Name & Address GRUBER, FRED J 740 FLORIDA CENTRAL PARKWAY STE 2042 LONGWOOD, FL 32750 Name Changed: 07/22/2004 Address Changed: 07/22/2004 Officer/Director Detail Name & Address Title P McMullan, Tim 137 Magnolia Park Trail Sanford, FL 32773 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=59309130ON287... 1/3 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5 021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DR.ANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * SUB TOTAL 3373436.74 TOTAL 3373436.74 ---------------------------------- EQ/ACCT DATE REQ. BY EQ/ACCT ----------- ---------------------- ---- PROJECT ------- -------- AMOUNT ---------------------------------- 000064707 03/03/15 PAUL MOORE 000064707 ----------- ---------------------- ---- RW ------- 103 12E5896.74- -------- 5245275366391 000064708 03/03/15 PAUL MOORE RW 103 26 7000.00 5245275366391 000065555 10/20/16 BILL MARCOUS RW 102 2E8589.00 5245275366391 5605 11/15/16 BILL MARCO S/BETH DWYER RW 103 17-22500.00 5245275366391 000065663 12/13/16 BETH DWYER .00 5245305364600 5663 12/13/16 BETH DWYER RW 103 E1244.48 5245305364600 ---------------------------------- ----------- ----- ------- -------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page = 883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG: 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO. ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER -CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 1 NWRF- BIOLOGICAL NUTRIENT REMOVAL 4802812.03 NA 1.00 4802812.03 (BNR ) 1/2 - IMPROVEMENTS Q NWRF BID IFB 14/15-03 PROJECT # RW1103 SRF WW590131 .............................................................. ---------------------- SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 2 ----------------------- DEDUCT ODP OF $5,100,000 + TAX ----------- 5384767.40- ----- NA ------- 1.00 ------------ 5384767.40 - SAVINGS $284,717.40 TAX SAVINGS FOR PO 34330 I KRUGER;PART ORDER NO. 1259.DP11540 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 ----------------------- ----------- --------------- ---- ------- ---------- ----------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O, must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordff.gov/index.aspx?page = 879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordff.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 3 2/2 FOR NWRF BIOLOGICAL NUTRIENT 2617000.00 NA 1.00 2617000.00 IMPROVEMENTS BNR BID IFB 14/15-03 SRF WW 590131 PO for $253,500.00 tax savings of $14,522.90 Order No. 1259-DP11313 Job No. 1259= $ 268,022.90 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 4 4 ---------------------- -------------------------------------------------------------- PO 34361 FOR WEIR SPECIALTY ----------- 268022.90- ----- NA ------- 1.00 ------------ 268022.90- PUMPS- ODP ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 5 5 ----------------------------------- PO 34362 FOR GUARDIAN EQUIPMENT 163178.37- ------------------ ---- NA ------- 1.00 ------- ------------ 163178.37 - INC; ODP APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page = 883 DATE: 04/06/15 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG : 04/06/15 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 SUBMIT INVOICES T0: ACCOUNTS PAYABLE FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11887 TO: SHIP TO: VOGEL BROS BUILDING CO CITY OF SANFORD 2720 DRANE FIELD RD LAKELAND, FL 33811 LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS E.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. 09j30/15 NET/30 UNLESS OTHERWISE INDICATED ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF UNIT COST EXTENDED COST ISSUE * * CHANGE ORDER * ********************************** PO Amount for $154,036.20 Tax Savings of $9,142.17 Total of $163,178.37 Vogel PO 34356 Order No. 1259 DP11237 Job No. 1259 PO Amount for $120,000.00 Tax Savings of$6,971.00 A Total of $126,971.00 Vogel PO 34356 Order No. 1259 -DP -11285 Job No. 1259 ----------------------------------- *** SHIP ING INSTRUCTIONS ----- --- - - -- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 6 ----------------------- PO # 34374 FOR ALFA LAVAL ASHBROOK SIMON-HARTLEY ----------- ----------- 126971.00- ----- NA ------- 1.00 126971.00- -------------------------------------------------------------- *** SHIP ING INSTRUCTIONS ** 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR • • VOGEL BROS BUILDING CO 2720 DRAKE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 8560126216810-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 7 TSC JACOBS NORTH PO 34357 REQ # 145769.10- NA 1.00 145769.10- 1259.DP11390 ODP FOR FLUIDYNE GRIT SYSTEM MODIFICATIONS TAX SAVINGS OF $7,534.10 ITEM PRICE OF 138,235.00 TOTAL OF 145,769.10 ----------------------------------- SHIP SHIP ING INSTRUCTIONS -------------------------- ---- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 8 8 -------------------------------------------------------------- ---------------------- CHANGE ORDER #2 PO 34356 SNWR ----------- 258589.00 ----- NA ------- 1.00 ------------ 258589.00 FACILITY IFB 14/15-3 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ FACILITY (NWRF) TO: 1201 W SEMINOLE BL SANFORD, FL 32771 9 9 -------------------------------------------------------------- ---------------------- CHANGE ORDER #3 SNWRF BIOLOGICAL ----------- 1732500.00 ----- NA ------- 1.00 ------------ 1732500.00 NUTRIENT REMOVAL APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: • VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER p0 NUMBER 034356 CITY OF SANFORD CHANGE #: 8 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 8 5801 2621 681 0-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 10 ----------------------- CHANGE ORDER #4 TO EXISTING PO# ----------- .00 ----- ------- .00 ------------ .00 34356 SANFORD .............................................................. ---------------------- SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ FACILITY (NWRF) TO: - 1201 W SEMINOLE BL SANFORD, FL 32771 11 11 ----------------------------------- CHANGE ORDER #4 TO EXISTING PO 51244.48 ---- -------------------------- EA ------- 1.00 ------------ 51244.48 #34356 SANFORD NORTH WATER RECLAMATION FACILITY ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page = 879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 Moffsoft FreeCalc Tape 6,088,708.00 258,589. + 1,732,500. + -------------------------- 8,079,797 = 8,079,797. 51,244.48 + -------------------------- 8,131,041.48 = 8, 070, 624. 71 - -------------------------- 60,416.77 = Clear 8, 070, 624. 71 4,691,787.97 - -------------------------- 3,378,836.74 = 3, 373, 436. 74 - -------------------------- 5,400 = 6,028,291.23 258,589. + 1, 732, 500. 00 + -------------------------- 8,019,380.23 = 51,244.48 + -------------------------- 8,070,624.71 = 7,724,277.53 - -------------------------- -15,794,902.24 = Clear 8,070,624.71 4,697,187.97 - -------------------------- 3,373,436.74 = Clear 7,724,277.53 4,350,840.79 + -------------------------- 12,075,118.32 ------------------------- 12,075,118.32 = Clear 12,117,000. Clear 12,117,000.00 5,384,767.40 - 126,971.00 - 163,178.37 - 268,022.90 - 145,769.10 - 6,028,291.23 = Clear 6,028,291.23 258,589. + 1,732,500. + -------------------------- 8,019,380.23 = Clear 8, 019, 380. 23 51,244.48 + -------------------------- 8,070,624.71 ------------------------- 8,070,624.71 = Clear 8, 070, 624. 71 4, 697, 187. 97 - -------------------------- 3,373,436.74 = -------------------------- 3,373,436.74 ------------------------- 3,373,436.74 = -------------------------- 3,373,436.74 = Clear 3, 373, 436. 74 8, 070, 624. 7 1 + -------------------------- 11,444,061.45 = Clear 8, 070, 624. 71 Clear 8,070,624.71 3, 373, 436. 74 - -------------------------- 4,697,187.97 = Clear 8, 912, 250. 82 3, 373, 436. 74 - -------------------------- 5,538,814.08 = Date: 5/18/2018 Moffsoft FreeCalc Tape 6,088,708.00 258,589. + 1,732,500. + -------------- 8,079,797 = 8, 079, 797. 51,244.48 + -------------------------- 8,131,041.48 = 8, 070, 624. 71 - -------------------------- 60,416.77 = Clear 8,070,624.71 4,691,787.97 - -------------------------- 3,378,836.74 = 3,373,436.74 - -------------------------- 5,400 = 6, 028, 291. 23 258,589. + 1, 732, 500. 00 + -------------------------- 8,019,380.23 = 51,244.48 + -------------------------- 8,070,624.71 = 7,724,277.53 - -------------------------- -15,794,902.24 = c61,ti 10 � Clear 8,070,624.71 4,697,187.97 - ----------- -----------3, 373, 436.74 = co -.r Clear 7,724,277.53 4,350,840.79 + -------------------------- 12,075,118.32 - Clear 12, 117, 000. -PO Clear 12, 117, 000.00 5,384,767.40 - 126, 971.00 - 163, 178. 37 - 0 n. 268,022.90 - C 145,769 --------------_10 - 6, 028, 291.23 = V� Clear 6,028,291.23 258, 589. + 1, 732, 500. + -------------------------- 8, 019, 380.23 = Clear 8, 019, 380.23 C� 51, 244.48 + -------------------------- 8,070,624.71 ------------------------- 8,070,624.71 = Clear 8,070,624.71 4, 697, 187. 97 otu ------------3,373,436.74= � 1 -' S i s ,. Date: 5/18/2018 �� ���� � 00 � Time: 2:57:10 PM www.moffsoft.com top t- U1, Cpl Cl'& ' i qk r r c' LY 1.1�o�j"'. �� c DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 8580126216810-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST ********************************** * * CHANGE ORDER * ********************************** 1 NWRF- BIOLOGICAL NUTRIENT REMOVAL 4802812.03 NA 1.00 4802812.03 (IBNR) 1/2 - IMPROVEMENTS @ NWRF BID IFB 14/15-03 PROJECT # RW1103 SRF WW590131 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 2 2 ----------------------------------- DEDUCT ODP OF $5,100,000 + TAX 5384767.40- -------------------------- ---- NA ------- 1.00 ------------ 5384767.40 - SAVINGS $284,717.40 TAX SAVINGS FOR PO 34330 I KRUGER;PART ORDER NO. 1259.DP11540 ----------------------------------- *** SHIP ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRAKE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST it*****9ryF4r*********i: •kic*********4ryY9ri: * * CHANGE ORDER * ********************************** 3 2/2 FOR NWRF BIOLOGICAL NUTRIENT 2617000.00 NA 1.00 2617000.00 IMPROVEMENTS BNR BID IFB 14/15-03 SRF WW 590131 PO for $253,500.00 tax savings of $14,522.90 Order No. 1259-DP11313 Job No. 1259= $ 268,022.90 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 4 ----------------------- PO 34361 FOR WEIR SPECIALTY ----------- 268022.90- ----- NA ------- 1.00 ------------ 268022.90- PUMPS- ODP .............................................................. ---------------------- SHIP ----------- ING INSTRUC ----- IONS ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 5 ----------------------------------- PO 34362 FOR GUARDIAN EQUIPMENT 163178.37- ----- NA ------- 1.00 ------------ 163178.37 - INC; ODP APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfI.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #- 9 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION N0. 09/30/15 NET/30 UNLESS OTHERWISE INDICATED ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** PO Amount for $154,036.20 Tax Savings of $9,142.17 Total of $163,178.37 Vogel PO 34356 Order No. 1259 DP11237 Job No. 1259 PO Amount for $120,000.00 Tax Savings of 6,971.00 A Total of 126,971.00 Vogel PO 34356 Order No. 1259 -DP -11285 Job No. 1259 ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 6 ----------------------- PO # 34374 FOR ALFA LAVAL ----------- 126971.00- ----- NA ------- 1.00 ------------ 126971.00- ASHBROOK SIMON-HARTLEY ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 --------------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order maybe found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG: 04/06/15 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * 7 TSC JACOBS NORTH PO 34357 REQ # 145769.10- NA 1.00 145769.10- 1259.DP11390 ODP FOR FLUIDYNE GRIT SYSTEM MODIFICATIONS TAX SAVINGS OF $7,534.10 ITEM PRICE OF $138,235.00 TOTAL OF $145,769.10 ............................................................... ---------------------- SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 8 ----------------------------------- CHANGE ORDER #2 PO 34356 SNWR 258589.00 ----- NA ------- 1.00 ------------ 258589.00 FACILITY IFB 14/15-3 ----------------------------------- *** SHIP ING INSTRUCTIONS ----- ------- ** ------------ FACILITY (NWRF) TO: 1201 W SEMINOLE BL SANFORD, FL 32771 9 ----------------------- CHANGE ORDER #3 SNWRF BIOLOGICAL ----------- 1732500.00 ----- NA ------- 1.00 ------------ 1732500.00 NUTRIENT REMOVAL APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page = 879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page=883 DATE: 04/06/15 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG : 04/06/15 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** ----------------------- SHIP SHIP ----------- ING INSTRUC ---- -------------------------- IONS ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 10 ----------------------- CHANGE ORDER #4 TO EXISTING PO# ----------- .00 ----- ------- .00 ------------ .00 34356 SANFORD ----------------------------------- *** SHIP ING INSTRUCTIONS ----- ------- ** ------------ FACILITY (NWRF) TO: 1201 W SEMINOLE BL SANFORD, FL 32771 11 11 ----------------------------------- CHANGE ORDER #4 TO EXISTING PO 51244.48 ---- -------------------------- EA ------- 1.00 ------------ 51244.48 #34356 SANFORD NORTH WATER RECLAMATION FACILITY ----------------------- *** SHIP ----------- ING INSTRUCTIONS ----- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and Conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page = 883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRAKE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** 12 INCREASE PO TO CORRECT ERROR IN 5538814.08 NA 1.00 5538814.08 THE PO SIDE ----------------------------------- SHIP SHIP ING INSTRUCTIONS -------------------------- ---- ------- ** ------------ 300 N. PARK AVENUE TO: SANFORD, FL 32771 ----------------------- --------------------------------------- ---------- ----- SUB-TOTAL SUB ------- TOTAL ------------ 8912250.82 TOTAL 8912250.82 ---------------------------------- EQ/ACCT DATE REQ. BY ----------- ----- PROJECT ------- -------- AMOUNT ----------------------------------------------- )000064707 000064707 03/03/15 PAUL MOORE ---------------------- ---- RW ------- 103 12E5896.74 -------- - L5245275366391 000064708 03/03/15 PAUL MOORE RW 103 26 7000.00 5245275366391 000065555 10/20/16 BILL MARCO S RW 102 2 8589.00 5245275366391 5605 11/15/16 BILL MARCO S/BETH DWYER RW 103 17 2500.00 5245275366391 000065663 12/13/16 BETH DWYER .00 5245305364600 5663 12/13/16 BETH DWYER RW 103 E 1244.48 5245305364600 APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page = 883 DATE: 04/06/15 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE. 407.688.5021 VENDOR NO.: 11887 TO: VOGEL BROS BUILDING CO 2720 DRANE FIELD RD LAKELAND, FL 33811 PURCHASE ORDER PO NUMBER 034356 CITY OF SANFORD CHANGE #: 9 P.O. BOX 1788 DATE CHG : 04/06/15 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE SANFORD, FLORIDA 32772 FINANCE DEPT. FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/15 ACCOUNT NO.: PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY OF UNITE ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * ********************************** ---------------------------------- EQ/ACCT DATE REQ. BY ----------- ----- PROJECT ------- -------- AMOUNT ---------------------------------- 05 05/18/18 MORDONEZ COS ----------- ---------------------- ---- RW ------- 103 5528814.08 -------- 5245275366391 ---------------------------------- ----------- ----- ------- -------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER All packages and Invoices applicable to this P.O. must bear this P.O. Number. The Vendor shall comply with all specified and referenced herein before and after. Any attempts to insert language to change these terms and conditions are hereby rejected and will be resolved in favor of the City of Sanford. Standard terms and conditions hereby incorporated into this purchase order may be found at http://www.sanfordfl.gov/index.aspx?page=879 Terms and conditions applicable to P.O.'s and at Additional Terms and conditions http://www.sanfordfl.gov/index.aspx?page = 883