Loading...
2090 IFB 18/19-27 Reconstruct Fire Stations 32 & 38The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies EJ Special Instructions: L- ,* ot-ye y 13o ja&zi4e,V- 1�7 SharePoint_Finance_Purchasing_Forms - 2018.doc ❑ Mayor's signature ❑ Recording ❑ Rendering Safe keeping (Vault) ❑ Deputy City Manager ❑ Payment Bond ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature ---Ak\\q Date f)S.KRFORD FINANCE DEPARTMENT SECTION 00520 PART GENERAL 1.01 THIS AGREEMENT, made and entered into the k�2L day of3O'()C by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER") and Boulevard Contractors Corp., 10451 Mill Run Circle Suite 1005 Owings Mills, MD 21117 hereinafter referred to as to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement, and all documents which are fully a part of the Contract with the City are identified by title and number as set forth below and are available for review at and downloading from the City's Web site (site in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. Section 00410 Contractor's Bid. Section 00420 Bid Bond Form Section 00432 Non Collusion Affidavit Section 00434 Conflict of Interest Affidavit Section 00436 Florida Public Entities Crime Affidavit Section 00438 Compliance With the Public Records Law Affidavit Section 00440 Bidder Qualification Affidavit Section 00442 Receipt of Exempt Public Records and Agreement Safeguard (Executed Form) Section 00450 Cert. Non -Segregated Facilities Section 00452 Disputes Disclosure Section 00454 Drug Free Workplace Affidavit Section 00456 Unauthorized (illegal) Alien Worker Affidavit Section 00458 E -Verify Compliance Affidavit Section 00460 ADA Affidavit Section 00462 Financial Information (Executed Form) (If Required City). Section 00505 Notice of Intent to Award Section 00510 Notice of Award Section 00520 Executed, Agreement Form. to by The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and AGREEMENT 520 1FB 18119-27 Reconstruct Fire Station 32 & 38 00520-1 CITY OF S,;�NFORD 0 FINANCE DEPARTMENT supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 20. Section 00525 Criminal Background Check Requirements- (Note: For projects where this form is not required, it will be excluded from the forms contained in the Project Manual and will not be a form required to be executed by the Bidder/Contractor. 21. Section 00530 Notice to Proceed 22. Section 00605 Performance Bond 23. Section 00610 Payment Bond 24. Section 00615 Material and Workmanship Bond 25. Section 00617 Consent of Surety to Final Payment (Executed Form) 26. Section 00618 Insurance Certificate(s) 27. Section 00625 Contractor's Application for Payment (Executed Forms). 28. Section 00626 Certificate of Substantial Completion 29. Section 00627 Certificate of Final Completion 30. Section 00640 Contractor's Partial Release of Lien (Executed Forms) 31. Section 00641 Subcontractor's Final Release of Lien (Executed Forms) 32. Section 00644 Subcontractor's Partial Release of Lien (Executed Forms) 33. Section 00645 Contractor's Release of Lien (Executed Forms) 34. Section 00700 General Terms and Conditions 35. Section 00840 Project Field Order (Executed Form). 36. Section 00845 Work Directive Change Form, when required 37. Section 00800 Supplementary Conditions 38. Section 00840 Project Field Order Form 39. Section 00845 Work Directive Change (Executed Form). 40. Section 00850 Change Order (Executed), when required 41. Section 00886 Project Activity Summary Report 42. Section 00887 Vendor Contractor Performance Report, when required 43. Addendum Receipt Acknowledgement Certification 44. Attachments A through I —Bid Documents 45. Exhibits A through E- Bid Documents 46. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the lF13 18/19-27 Reconstruct Fire Station 32 & 38, C. Contract Time AGREEMENT 520 1F13 18/19-27 Reconstruct Fire Station 32 & 38 00520-2 CITY OF S,kNFORD 0 FINANCE DEPARTMENT The Contractor shall begin work after the issuance of a written Notice to Proceed from Owner and shall substantially complete the work within the Contract Time identified in Paragraphs 1.02.C.5 of the Bid Form, which is 240 calendar days. The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial completion. D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $ 1000.00 for each calendar day that expires after the time specified in Paragraph C for substantial completion until the work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth (1/4) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of $222,814.80. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end; the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage AGREEMENT 520 1F13 18/19-27 Reconstruct Fire Station 32 & 38 00520-3 CITY OF Sk�4FORD 0 FINANCE DEPARTMENT In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this project is 10%, to be held by Owner as collateral security to ensure completion of Work. When the Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. Engineer- AVCON, Inc- Study Plans Exhibit E J. Additional Terms and Conditions 1 The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and/or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 3. The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which goods and/or services provider shall provide goods and/or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-4 SCITY OF FORD FINANCE DEPARTMENT 7. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. AGREEMENT 520 1F13 18/19-27 Reconstruct Fire Station 32 & 38 00520-5 0 CITY OF SkNFORD FINANCE DEPART MENT Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the CITY's written request for such information. This information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and/or work sites. 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 CITY by reason of access to any publicly owned or operated facility to undergo the following inquiries and procedures conducted by the City of Sanford: 1 ) Fingerprinting in accordance with the CITY's pre-employment procedures; 2) Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation; and 3) Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. e. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR and/or SUBCONTRACTORS that may work on the CITY's premises in positions found by the City Commission to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. f. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The AGREEMENT 520 1F13 18119-27 Reconstruct Fire Station 32 & 38 00520-6 CITY OF S��FORD 0 FINANCE DEPARTMENT CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-7 CITYOF S,k�40RD I. FINANCEDEPARINIENT b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; C. Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the project; and d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Ronnie McNeil, Deputy Fire Chief City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. AGREEMENT 520 1F13 18/19-27 Reconstruct Fire Station 32 & 38 00520-8 CITY OF Ski4FORD FINANCE DEPARIMENT 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the PurchaseMork Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27. The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement. 30. In the event that this Agreement is terminated, the CITY shall identify any specific work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. 34. The performance or provision of the CONTRACTOR's goods and/or services under this Agreement may be suspended by the CITY at any time. AGREEMENT 520 1FB 18/19-27 Reconstruct Fire Station 32 & 38 00520-9 CITY or 0 FINANCEDEPARIMENT 35. In the event the CITY suspends the performance or provision Of the CONTRACTOR services hereunder, the CITY ShEd| SV notify the CONTRACTOR in writing, such suspension b8DOOlinQ effective within seven (7) days from the date of mailing, and the CITY shall pay 1othe CONTRACTOR within thirty /30\ days all compensation which has become due tOand payable to the CONTRACTOR tVthe effective date Of such suspension. The CITY shall thereafter have nofurther obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services uO|8Ss and VObl the CITY'S designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed bythe CONTRACTOR. 36. Upon receipt Of VV[d18O notice from the CITY that the C{] provision of goods and/or oanviCeG hereunder are to be resumed, the CONTRACTOR shall continue toprovide the services tothe CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee orapplicant for employment for work under this Agreement because of race, mJ|or' religion, sex` age, national origin or disability and will take ofhr08Uv8 steps to ensure that applicants are employed and employees are treated during employment without regard to race. color, ne|igiVn, sex, age. O8tiOD8| origin or disability. This provision shall inc|uda, but not be limited to, the following: employment, upgngdinQ, demotion or transfer; recruitment advertising; layoff 0rtermination; rates of pay or their fo[[D8 or compensation; and selection for training, including apprenticeship. The CONTRACTOR, nlor8over, shall comply with all the rgqUi[80eOtS as imposed by the Americans with Disability Act, the regulations ofthe Federal government issued thereunder, and any and all requirements of Federal or State |avv related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR ah8U indemnify, hold harmless and defend the CITY, its agents, servants, officers, officials and employees, or any of them, from and against any and all cdairnS. danngggS. |osaas, 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 8CtUa| costs incurred for expert vxitDB8G testimony, arising out of or resulting from the performance or provision of services required under this AoRoenlenL provided that same is o@USed in vvhV|e or in part by the eruJr, orDi9SiOO' negligent @CL failure to mct, breach of contract obligation, D18|fe@S8Oce. officers, Dffici8|s. 80p|Oye8S' or oubCC}NTRACT{]Ra. Additionally, the CONTRACTOR accepts responsibility for all damages naSu|tiOQ in any way related to the performance of work. In no event, shall either p@dx be responsible orliable tothe other for any incidental, consequential, o[indirect damages, whether arising by contract or tort. AGREEK8ENT520 1FB 18119-27 Reconstruct Fire Station 32 & 38 00520-10 CITY OF Sk�4FORD 0 RNANCE DEPARTMENT b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. C. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. f. The CONTRACTOR shall submit a report to the CITY within twenty-four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including the CONTRACTOR's indemnification of the CITY under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such AGREEMENT 520 1F13 18119-27 Reconstruct Fire Station 32 & 38 00520-11 CITY OF Sjk�4FORD 0 FINANCE DEPARTMENT circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time, as the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the CITY, the CONTRACTOR shall be deemed to be in default of this Agreement. 42. The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the CITY by submission of a new Certificate of Insurance. 43. The CONTRACTOR shall furnish Certificates of Insurance directly to the CITY's Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. 44. Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 45. The CITY shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement. 46. The CONTRACTOR is an independent contractor and not an agent, representative, or employee of the CITY. The CITY shall have no liability except as specifically provided in this Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the CITY. 48. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. 49. The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. 50. The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may AGREEMENT 520 1FB 18/19-27 Reconstruct Fire Station 32 & 38 00520-12 CITY OF S,k�4FORD 0 FINANCEDEPARHAEN1 have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. 51. The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. 52. If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 53. The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 54. The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 56. The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. 57. The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. 58. The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-13 CITY or S.ki4FORD 0 FINANCEDEPARTNiENT provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 60. The CONTRACTOR shall ensure that all goods and/or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and/or services under this Agreement and date of final payment for said goods and/or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to AGREEMENT 520 1FB 18/19-27 Reconstruct Fire Station 32 & 38 00520-14 CITY Or FORD 0 FINANCE MPARTMENT an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 68. In the event of any audit or inspection , conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73. The CONTRACTOR shall coordinate the provision of goods and/or services and work product of any CITY approved subcontractors, and remain fully responsible for such goods and/or services and work under the terms of this Agreement. 74. Any subcontract shall be in writing and shall incorporate this Agreement and require the subcontractor to assume performance of the CONTRACTOR's duties commensurately with the CONTRACTOR's duties to the CITY under this Agreement, it being understood that nothing herein shall in any way relieve the CONTRACTOR from any of its duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies of all subcontracts. AGREEMENT 520 1FB 18119-27 Reconstruct Fire Station 32 & 38 00520-15 CITY OF $�k�4FORD 0 RNANCE DEPARTMENT 75. The CONTRACTOR shall reasonably cooperate at all times with the CITY and other CITY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. 77. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. 78. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. 79. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. 80. This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. 81. This Agreement may only be amended, supplemented or modified by a formal written amendment. 82. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. 83. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer AGREEMENT 520 IFB 18119-27 Reconstruct Fire Station 32 & 38 00520-16 CITY CSF Sk�40RD 0 FINANCE DEPARTMENT notification (e-mails and message boards) shall not constitute proper written notice under the terms of the Agreement. 84. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 85. In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. 86. The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. 87. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. 88. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. 89. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 90. All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. 92. The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-17 CITY OF S,k�4FOIW 0 FINANCE DEPARTMENT 93. In the event that CITY procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 94. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 95. Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Request. In order to comply with Section 119.0701, Florida Statutes, public records law, the Contractor must: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform service. 2. Provide the public with access to public records in the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that we exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by laws. 4. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically be provided to the City in a format that is compatible with the information technology systems of the CITY. 5. If the CONTRACTOR does not comply with a public records request, the CITY shall enforce the contract provision in accordance with this Agreement. 6. Failure by the CONTRACTOR to grant such public access and comply with public records request shall be grounds for immediate unilateral cancellation of this Agreement by the CITY, the CONTRACTOR shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the CITY with a copy of the CONTRACTOR's response to each such request. 7. The CONTRACTOR shall not the following , 11 4611 a A A A A A AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-18 CITY Or-Skl4",��-""1/ pl wM.WX9"� X. FINANCE DEPARTMENT W JTK 11 Its] V DM (Agreement Execution page follows) AGREEMENT 520 IFB 18/19-27 Reconstruct Fire Station 32 & 38 00520-19 /CITY 0 F S�4FORD 0 FINANCEDEPARTMENI' IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Is Name of Firm ,1 /) 9 By (Signature) Date -F Printed Name and Title ATTEST: By (Signature) Date Printed Name and Title Printed Name and Title ATTEST: � lhrnA-"'If"�'i v� %� J fy f -u 11 z ('40 By (Signature) Date Traci Houchin, City Clerk Printed Name and Title Approved as to form and Legal suffic)ency. Willi -am L. Colbert Date City Attorney END OF SECTION AGREEMENT 520 1F13 18/19-27 Reconstruct Fire Station 32 & 38 00520-20 er=ase A. Scherr NOTARY PUBLIC STAVE OF FLORIDA FF91 1625 pI 3 f)/Jj/R0jQ (SEAL) FO F., City of Sanford I Finance Department I Purchasing Division �O 300 N. Park Avenue 20d Floor Suite 236 Sanford, Florida 32771 Phone: 407 688.5028 or 5030 1 Fag: 447.688.5021 n�ct INVITATION FOR BID (IFB) A TERM CONTRACT 1 TITLE: RECONSTRUCT FIRE STATION 32 & 38 1 Attachment "A" Statement of "No Bid Submittal" If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of proposals to: City of Sanford, Purchasing Division, 300 N. Park Avenue 2"d Floor Suite 236, Sanford, Florida 32771. IIWE HAVE DECLINED TO SUBMIT A BID FOR IFB 18119-27 , titled Reconstruct Fire Station 32 & 38 for the following reason(s): (Please place a check mark (✓) next to the reason(s) as applicable] REMARKS: , A) 1 Company Name: Mailing Address: Telephone Number: Authorized Signatory Title E-mail Address: FEIN: Printed Name Date 111 Rev 03/2016 City of Sanford I Finance Department ( Purchasing Division 300 N. Park Avenue 28d Floor Suite 236 Sanford, Florida 32771 igFORD Phone: 407 688.5028 or 5030 1 Fax: 497.688.5021 RIAWATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00618 Insurance Requirements nrm c Rf19 It D.... n'f Mn IA Contract Exceeds Contract does not Exceed Contract does not Exceed COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000,30 days and no unusual bazards exist no unusnA hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu ofworkers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per shall include- Bodily Injured Liability Occurrence Occurrence Occurrence and Advertising Injuring Liability Coverages shall include: Premises/ $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Products/Completed Aggregate Aggregate Aggregate Operations; Contractual Liability; Independent Contractors, Explosion; Collapse; underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $1,000,000 Combined $1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of thefollowing. $ 1,000,000 General $ 500,000 General Aggregate owned, leased, hired, non -owned $ 1,000,000 General Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall 1000/0 of completed 100% of completed 1000/6 of completed include theft, sinkholes, off site value of additions value of additions value of additions storage, transit, installation and and structure and structure and structure equipment breakdown. Permission to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred referred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Single Garage Liability (when required) Single Limit Single Limit Limit $3,000,000 General $1,000,000 General $500,000 General Aggregate Aggregate Aggregate nrm c Rf19 It D.... n'f Mn IA City of Sanford I Finance Department I Purchasing Division a" iw 300 N. Park Avenue 28d Floor Suite 236 Sanford, Florida 32771 i Phone: 407.688.5028 or 5030 1 Fax: 447.688.5021 aw�a�xr INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 L It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. H. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure ➢ Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on M liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CON'T'RACTOR to ensure that all sub -contractors retained by the Prime CON'T'RACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. DTri}_T _iM 91C $..v MMIA City of Sanford I Finance Department I Purchasing Division srtruF 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 SAN'ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1, Address of "Certificate Holder" is City of Sanford; P Q Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.502815030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. �s AFFIANT SIGNATURE David Searfoss Typed Name of AFFIANT k7l:ns •t•. ••: . •� STATE OF�- COUNTY OF t e foeegoing strument was exec before me this day of 20_1 by G Y 1 d r_E' (�� c`} J as of 1 — j�1I who personally swore or aff ri ned that he/she is auth execute this document and thereby bind the Corporation, and who is personally known to me OR has produced 9-1as identihc90aar-., The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of sohcka&n or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `'Failure to submit this form may be grounds for disqualification of your submittal"' -- 1 1n1 .1 L RAU f1211flif. City of Sanford I Finance Department I Purchasing Division C" of 300 N. Park Avenue 2$° Floor Smite 236 Sanford, Florida 32771 SiRFORD Phone: 407.688.5028 or 5030 1 Faa: 407.688.5021 mgr INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Y Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] 13y the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. f!!V� AFFIANT SIGNATURE David Searfoss Typed Name of AFFIANT VP of Florida Operations Title STATE OF _ FL, _ COUNTY OF �E _ The oregoing instrument was x ,d %befo a me� this day of 201 /, by �__ (- f1of who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced F tL.-I as identification (sip) i �� a wax My=nm k4,2%0, 2019 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal -11 PTTA_R_1(Yt 2Q Rev 03/2016 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 24d Floor Suite 236 Sanford, Florida 32771 iRFORD Phone: 407.588.5028 or 5030 1 Fag: 407.688.5021 mum INVITATION FOR BIl? (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section M34 Conflict of Interest Statement A. I am the VP of Florida Operations of Boulevad Contractors Corp with a local office in [Insert Title] [Insert ComFwy Name] Winter Springs Florida and principal office in Owin s Mills MD B. The entity hereby submits an offer to 1FB 18/19-27, Reconstruct Fire Station 32 & 38. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. 0. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the turn, certify that the information as provided in Section 00434, Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGMA David Searfoss Typed Name of AFFIANT VP of Florida Operations Title STATE OF EU . COUNTY OF Thfore o' strument was execu before me this da Of 2011 by V j a t)5 $ as VP of if (T &Mr5 , who personally swore or affirmed that he/she is p ho t ed to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced I''� as identificati > N Nphuy f N LIC, State of (stain ' 0W"1 lF S COMPLETE AND SUBMIT O RESPONSE this form may be grounds for disqualification of your submittal"a MA V— WA/1111K City of Sanford j Finance Department ( Purchasing Division SigCHTOF 300 N. Park Avenue 2"Floor Suite 236 Sanford, Florida 32771 FORD Phone: 407.688.5028 or 5030 Fax: 407.688.5021 ceMuraa*rr INVITATION FOR BID ([FB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00454 Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drag abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signaturc(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00454, Drug -Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE David Searfoss Typed Name of AFFIANT VP of Florida Operations Tide • _ COUNTYFLI OF !MMlInl3 was personally swore or affirmed that he/she is personally known to me OR has produced _ 01 M-RAWA .ute,d before me this da of 20_0 by of who ,to execute this doe and thereby bind the Corporation, and who is ��,• as identificati N�*e"Sf AND SUBMIT WffH YOUR MB RESPONSE — (lf applicable) AA Rev 03/2$16 Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terns and conditions stipulated and referenced in this lFB document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the 1FB documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "B" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this 1FB document or as otherwise agreed to between the parties in writing. M tla_R_AAA A i D— M nn t[ City of Sanford I Finance Department I Purchasing Division �RD 300 N. Parr Avenue 21d Hoar Suite 236 Sanford, Florida 32'771 Prone: 407.688.5028 5030 1 Fax: 407.688.5021 or ces�e�r INVITATION FOR BID (OB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment `°B" Bid Price Schedule and Acceptance of Bid Terms and Conditions Item Description Unit Quantity Unit Price Extended Price R uired dire-�Stadon 32 $ 1. Mobilization LS 7,2500 2. Strengthening of Roof Z -Purlins LF �' \ 1 Z z 3. Replacement of Cable x -braces EA2 to Rod x -braces ` 4. Strengthening of Service Bay la 4AO (% Portal Framingi 5. Exterior Window Replacement EA 6' Anchorage of Columns LS B-2 and B-3 7. Replacement of all overhead �7L� LS00 ) tt 4S Service Doors ca TOTAL IM PRICE !! $Quantity Fire- Station 32 Item Description Unit aired Unit Price Extended Price Fire Stadon'38 / 1. Mobilization LS - 7y 2. Hurricane Tie -downs EA 3 3 5 3 Strengthening { oe� 3. Exterior Window Replacement EA Q- k 0 114, r$ TOTAL EM BID PRICE Fire Station 38 $ � Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terns and conditions stipulated and referenced in this lFB document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the 1FB documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "B" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this 1FB document or as otherwise agreed to between the parties in writing. M tla_R_AAA A i D— M nn t[ City of Sanford I Finance Department I Purchasing Division Uff OF 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 SiRFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FWJWneem INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Bidder/contractor Name: Boulevard Contractors Corp Mailing Address:WO Red Bug Lake Rd #690.WinjorSpriMs F1, 3270 Telephone Number: 570,814.6731 Fax Number: 410.366.8061 E-mail Address: DSearfbss0–Blvdcontractors.com Authorized Signatory VP of Florida Operations Title STATE OF P— - COUNTY OF was David Searfoss FEIN: 26-3136702 Printed Name Date before me of 20 1_) by who personally swore or affirmed that he/she isaulhorized to execute this dojument and thereby bind the Corporation, and who is personally known to me OR has produced. F -L- (� as identifi 5. AARY IC, Stale of FAR% TE AND SUBMIT WITH YOUR IFB RESPONSE '407aflure to submit this form may be grounds for disqualification of your submittal`'' OTTO-W-W All Rev 03/2016 City of Sanford ( Finance Department j Purchasing Division CMOF 300 N. Park Avenue 2'4 Floor Suite 236 Sanford, Florida 32771 `Si4ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 ar INVITATION FOR B11D (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment "C" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation documents) (Give number and date of each): Addendum No. N Addendum No. Z Dated: /i Dated: Z I / ►Ci Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the f nri, certify that the information as provided in Attachment "C", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: David Searfnss Mailing Address: 5840 Red Bug Lake Rd #690.WinterSprings Fl, $2708 Telephone Number: 570.814.5731 Fax Number -.410.356.8061 E-mail Address: DSearfoss0Blydcontractors.c0m Authorized Signatory David Searfooss Printed Name 5-3"1° Date FEIN: 26-3136702 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 12''Failure to submit this form may be grounds for disqualification of your submittal" O 1/11II_R_anz .12 Rev (13/21116 City of Sanford ( Finance Department I Purchasing t^� Division 300 N. Park Avenue 2*d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 eewme+r INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment "D" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION lease place a check, mark V) next to atmlicable Wm) Federal I.D. or Social Security 26-3136702 Number By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Bhulevard Contractors Corp Mailing Address: SW Rent Bug Lake Rif #68—O 1NnterSprings FI 32708 Telephone Number: 570.814.5731 Fax Number: 410.356.8061 E-mail Address: OSearfQm@Blydcontrnctars.com Authorized Signatory VP of Florida Operations Title David Searfoss Printed Name f,,t Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,v Fallure to submit this form may be grounds for disqualification of your submittal's n—A-1 eAIt City of Sanford I Finance Department I Purchasing Division �WT of ,�.c'V�R►D 300 N. Park Avenue 21a Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.3028 or 5030 Fax: 407.688,5021 on�arnantr INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment "E" rroposeumneowemauDcontraccor Ef No Subcontracting (of any ldnd) will be utilized on this project. raraci anon Solicitation Number: IFB 18/19-27 Title: Reconstruct Fire Station 32 & 38 Total Project Amount: $ Subcontractor Minority Code ifapplicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Sco /Contract Federal ID Dollar Value PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provider! in Attachment "E", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. asIM' ' "M = -s; , ,s ml 1111 Mailing Address: SW Red Bug Lake Rd #690.WinterSpri gs Fl, 32708 Telephone Number:. t79.814,5Z31 Fax Number: 410.356.8061 E-mail Address: DSearfoU@Blvdoontractors.com om David Searfoss FEIN: 26.3136702 Authorized Signatory Printed. Name VP of Florida ORM ions Title We PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 4'Failure to submit this form may be grounds for disqualification of your submittal'w Pt7R-F-303 dS Rev 0312016 City of Sanford ( Finance Department I Purchasing Division G"OF 300 N. Park Avenue 2m' Floor Suite 236 Sanford, Florida 32771 SriRFORD Prone: 407.688.5028 or 5030 1 Fag: 407.688.5021 oewa�rt INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. Ii. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the,initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Boulevard Contractors C:om Proposer/Bidder a, 5 3- Signature of Authorized Representative (Affiant) Date David Searfoss . VP Printed or Typed Name and Title of Authorized Representative (Affiant) ATTR -8343 Al Rev 4312416 City of Sanford ( Finance Department I Purchasing Division "OF 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (MB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 COUNTY OF 3e. m I O L4— STATE OF FLORIDA On this day of RM 4 / before me, the undersigned Notary Public of the State of Florida, personally appeared t _ �O _ t� iA S' whose name(s) is/are subscribed to the within instrument, and he/she/they acknowl a th te/shehhey executed it. WITNESS my hand and official seal. He/She is personally known to me or has prod, ��- , as identification. (Notary) y he V(Aid for the County and State Aforementioned) SEAL My commission expires: 8 �� PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE O'Failure to submit this form may be grounds for disqualification of your submittal'o .... - AO Rev 03/2016 City of Sanford I Finance Department I Purchasing f j Division unrof 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771. AgFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 a+�o�aaur INVITATION FOR BED ff B) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Nameof Bidder Signature of Authorized Representative Date David Searfass VP Printed or Typed Name and Title of Authorized Representative PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE "'Failure to submit this form may be grounds for disqualification of your submittal'' An Rev 03/2016 City of Sanford ! Finance Department I Purchasing Division 300 N. Park Avenue 211" Floor Suite 236 Sanford, Florida 32771 'SigFORD Phone: 407.688.502$ or 5030 1 Fax: 407.688.5021 noworawr NATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00456 Unauthorized (Illegal) Alien 'Workers The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. 1. By executing this certification, the CONTRACTOR certifies that Boulevard Contractors Com (name of company) does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form I-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. CONTRACTOR: Boulevard Contractors Com ,r Signature: �;�"'""` Printed Name: David Searfoss Title: VP of Florida Operations Date: !�- 3 ` 1 Affix Corporate Seal COUNTY OF -% M I STATE OF FLORIDA On this day of 20 ! before me, the undersigned Notary Public of the State of Florida, personally appeared WV1,A whose name(s) is/am subscribed to the within instrument, and helshelthey acknowledge belthey executed it. WITNESS my hand and official seal. He/She is personally knowto me or hp&pinm�cP . as identification. n. old for the County and State Aforementioned) L Win Y Pd* ftM of Fbift SEAL M mmission expires: F =M 60m ALS JA M9 PLEASE COMPLETE AND SUBMIT W1TH YOUR IFB RE SK 4"Failure to submit this form may be grounds for disqualification of your submittal"w cn Rev 03/2016 City of Sanford I Finance Department j Purchasing ,++ Division I' (. CITY OF 300 N. Park Avenue 2d Floor Suite 236 Sanford, Florida 32771 CITY Phone: 407.688.5028 or 5030 Fax: 407.688.5021 rr INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00458 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: 1. That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-42, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States, 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. _Boulevard Contractors Corte Contractor Signature of 7kuthorized Representative (Affiant) Date ©avid Searfoss , VP Printed or Typed Name and Title of Authorized Representative (Affiant) c I Rev 03/2016 City of Sanford ( Finance Department 4 Purchasing Division �1W 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5034 1 Fax: 447.688.5021 oarxr INVITATION FOR BID 0") A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 COUNTY OF rn 11, STATE OF FLORIDA ` On this day of 20 1 before me, the undersigned Notary Public of the State of Florida, ovally appeared Y i whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledgegLLbshelthey executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced�. as identification (No or the �Crounty and State Aforementioned) J M t KLUX C3I "I�1&Y of Haid$ SEAL My commissi expires: �0�` � �� *+ ftaws PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE *'Failure to submit this form may be., grounds for disqualification of your submittal"w rn Rev 03/2016 City of Sanford ( Finance Department I Purchasing Division aff OF 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 WbORD Phone: 407.688.5028 or 5030 1 Fax: 407.68$.5021 anauEor INVITATION FOR. BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Section 00460 Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Boulevard Contractors Com Contractor Signature of Authorized Representative (Affiant) Date David Searfoss, VP Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF S tm l hot-o-, STATEOF FLORIDA On this 3 day o _ _ Jlt—P „_,,,2 before me, the undersigned Notary Public of the State of Florida, personally appearedwhose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/te(th�y executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced -� ��t✓ , as identification. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'rFailure to submit this form may be grounds for disqualification of your submittal'V r1w Rev M/2016 City of Sanford I Finance Department I Purchasing 'g Division MY OF 300 N. Put Avenue 20d Floor Suite 236 Sanford, Florida 327771] SiRFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 STATEMENT OF INSPECTION ATTACHMENT "G" IFB-18119-27, RECONSTRUCT FIRE STATION 32 & 38 Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Invitation to Bid. Station 38 is located at 1300 Central Park Drive Sanford, FL 32771 and Station 32 is located at 300 Airport Blvd., adjacent to SR 417 in Sanford, Florida 32773 has fully reviewed and understands all work requirements at said location(s): David S-earfoss -- Printed Name of Authorized Person Signature of Authorized Person 51�11,4 Date 1:5M Mr -Mr, .1 t: W=iri a of Winter Spdnas FL 32708 City, State, Zip Code RENIMER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. CA Rev 03/2016 City of Sanford I Finance Department I Purchasing Division S300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 aryoFiiMORD Phone: 407.698.5028 or 5030 1 Fax: 407.68&5021 FFUMOWAMMW INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment "r References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE WFailure to submit this form may be grounds for disqualification of your submittal"w )Of "I TD V 2 All 4C Rev 03/2016 Project #1: Name: ISB Window and door replacements .Project Type of Project/Service: gftplanAmant of all extarfor doors Address: 6631 JohnM=ke Rd Windsgr Mill M& 2J244 Contracting Agency/Client: 1-glamic SociW of Baltimore and*w1ndows at tha Islamic Sacledy of 13alumore Contact Name and Phone #: Muhammad "meel. PH: 410,493.7263 Contact Email Address and Fax M rnuham mad.lam 12@gmafl. Contract Amount: $236,400.00 1 Start Date -97 I End Date: 7 8/21/16 Project #2: Project Name ;paya Inn Window replacement* Type of Prgiect/Service: genmy and replacad all windows -ed Address: 9023 Anna gglis Rd Lanham Md. 20706 Contracting en /Client: Days Inn Contact Name and Phone #- Ankur Patel, PH:410.799.7500 Contact Email Address and Fax #-- apatelahicalumbia,com ContractArnount- $556.3ZO.00 I Start Date: 12/14/17 1 End Date: 18/4/17 Prolect #3: Project Name:Office window and door rgplacements TYPe of ProiectIServiceRWlaced all windows yAth rAecdve Address:5050 NMylson Bethesda MD, 20852 windows and replaced doors. Structural Im. Contracting Agency/Client Acontra Inc Contact Name and Phone M Arish Contractor PH: 443,5622Ml Contact Email Address and Fax M afth.Contraotoog -12/1016 Contract Amount: $165,896.00 Start Date: 10/19/16 1 End Date: T Prolect #4: Project Name: Miscellaneous Door Project Type of Project(Service: Door Replacements - Address: 2500 West North Ave Baltimore MD Contracting Agency/Client Coppin State University Contact Name and Phone M Sam Patterson PH: 410.951.3769 Contact Email Address and Fax M spAtterson0ocog1q.edu Contract Amount: $68,323.50 Start Date: T9/27/18 I End Date: Jed #5: Pro Project Name: WSSC; Renovations Type of ProjecttServiceinterior finishes, Elechical, Data, Storefront replacment and Door replacement Address: 14501 Sweitzer Ln. LauW MD. 20707 Contracting AgencY/Client : Washington Suburban Sanitary Commission Contact Name and Phone M Ahmed Baig PH: 301.206.8110 Contact Email Address and Fax #: ahmedbaig3l Agmail.com Contract AmOunt:$489,699.40 I Start Date: 9/14/17 End Date: 2/21/18 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE WFailure to submit this form may be grounds for disqualification of your submittal"w )Of "I TD V 2 All 4C Rev 03/2016 CITY OF 300 N. Park Avenue 20d Floor Suite 236 Sanford, Florida 32711 Phone: 407.688.5028 or 5030 [Fax: 407.688,5021 oar INVITATION FOR BID (MB) A TERM CONTRACT TITLE: RECONSTRUCT FIRE STATION 32 & 38 Attachment "J" Solicitation Response Identification Label NOTICE TO ALL RESPONDENTS: For your convenience, the label below has been provided to properly identify your solicitation submittal. Place your submittal in a sealed envelope or package, type or print the company name and address in the area provided below, and affix the label on the outer surface of the envelope or package. The City requests that all visitors call the Purchasing Division from the courtesy phone located on either the 2' Floor area. If You are hand -delivering a solicitation, a time/date stamp will be available in the Purchasing Division. The solicitation submittal envelope or package and label will be date stamped and the appropriate Purchasing Manager Will be notified. A record of all deliveries and delivery times will be documented in the Solicitation Submittal Receipt Log and such record will be retained by the Purchasing Division. PLEASE FILL OUT THE LABEL BELOW AND ATTACH SAME TO YOUR SOLICITATION RESPONSE ENVELOPE OR PACKAGE. Cut out the label and tape it to the outer sealed solicitation envelope or package, X — �_�._____________M, **DO NO OPEN**SEALED SOLICITATION"DO NOT OPEN**SEALED SOLICITATION" ATTENTION: MARISOL ORDONEZ, PURCHASING MANAGER SOLICITATION NUMBER: IFB 18/19-27 TITLE: RECONSTRUCT FIRE STATION 32 & 38 SOLICITATION DUE DATE: 5/2/19 TIME: 2:00 P.M. Local Time FROM: Boulevard Contractors Qo[p 5840 Red Bug Lake Rd #690 Wintar Springs FL 327 DELIVER TO: City of Sanford Purchasing Division 300 N. Park Avenue 20A Floor Suite 236 Sanford, Florida 32771 0 NO OPEN**SEALED SOLICITATION"DO NOT OPEN**SEALED SOLICITATION** PUR-F-303 Rev 0312016 ACC>RH CERTIFICATE OF LIABILITY INSURANCE °Awwy" OE(03/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEN, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($}, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder Is an ADDITIONAL INSURED, the polcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such an s}. PRODUCER National Insurance Agency, Inc. 7120 Minstrel Way Suite 205 Coturnbia MD 21045-5292 K GM (410) 716.6960 (410) 715.5959 ADDRESS. Info@Na*msl-Ine.com APPORDOC COVERAW NA)C INSURERA, Evanston Insurance Company 35378 INSURED Boulevard Contractors, Corp 10451 Mill Run Circle Suite 1005 Owings Mills MD 21117 gi$UREltD. Progressive Casualty Insurance Co 24260 INSURER C'. Chesapeake Employers' Insurance Co. 11039 eBURERD : INS E ; INSURER F: COVERACwS CERTIFICATE NUMBER: CLI92610237 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE#M A01" DUNK WVD POUCY POLICYEXP LUM A riOWAMCIAL GENERAL UABiLITY CAAaAB MADE ® OCCUR BtanRetAddllnsureds 3AA322981 62/04 M19 02/06/2020 EACH OCCURRENCE $ 11000,006 MMM To RrzNTM3-- P IA ES n $ 100,E MEDEXP one ) 5,000 75< Waiver of Subrogation PERSONAL & ADV INJURY 11 1,000,000 GEN'LAGGREGATEUM MAPPLIE8PER: POLICY ©PRO. � LOC OTHER: Prknary & Nan contributory GENERALAGGREGATE 2,000,000 PRODUCTS-COMPIOPAGG 2.666. 0 $ BOWNEDY AUTOMORLELIANUTY ANYAUTO 0 SCHEDULED AUTOSONLHHFOE3 ONLY NON -OWNED AUTNLY 62866757-3 02109!2019 62/6912020 n $ t,600,000 BODiLYRAWRY(PerPerson) $ ) t.Y w^RY (Per ) $ M.$ Uninsured motorist S 106,660 UbAIRIM" UAB EXCESS LIAR OCCUR CUAIAS44AOE pO Ct1RRENCE AGGREGATE DED I RETENTION C WORKERS COMPENSATION AND EMPLOYERS' LIAR nY ANYPROPRIET�CUTNE YIN EXCLUDED? FY Fres, descrkm under DESCRIPTION OF OPERATIONS rrdw NIA 4477805 05/64/2019 05!0412026 �A EL. EACH ACCMENT S 1,060,00(} E L DISEASE - EA EMPLOYEE $ 1,000,000 E.L OtSEASE - POLICY LIMIT S 1,000,000 A Intend Marine 3AA322981 02)0812619 02OW020 Contractors Equipment $10000 Installation Property $26006 Misc. Property $10000 DESCRIPTION OF OPERATIONS r LOCATIONS I VEHICLES 4ACORD 191,AdMonal RewArter Sdwdule, may be altadred N nre epaa► M rem Coverages are provided as per icy specifies. CeffMte Issued as evidence of Insurance Per policy term, conditions and exclusions. Ctxrtnactor. Additional Insured," City of Sanford Fine Purchasing Divis!W City of Sanford, Alt Purchasing Manager 304 N Park Avenue ACORD 25 (201OM3) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WffH THE POLICY PROVISIONL +' :„ 13: ,.. ., FL 32771 ij� The ACORD name and logo are registered marks of ACORD AN rights reserved. 51111NEW-17WIN =MIRWIT'no 11D)WO)VA mime $77-M71 FROM: Lindsey Bojadzijev City of Sanford Purchasing Division SUBJECT: RECONSTRUCT FIRE STATION 32 & 38 1 ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in thisi addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than May 2, 2019 at 2:00 P.M. Local Time. H. S Payment and Performance Bond Attachment Respondents must acknowledge receipt of this Addendum m by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to RECONSTRUCT FIRE STATION 32 & 38. 0— 1111AIr. City of Sanford I Finance Department I Purchasing Division i9x-tor sNFORD 300 N. Park Avenue Sulte M Sxufor4� MrWn 32771 Phone: 407-08-5028 or 563®I For. 497-6497-68&30217-69&I I EEmail:Durcha1uFQssAfW:dft.jzov ADDENDUM RECONSTRUCT FIRE, STATION 32 & 38 #1 51111NEW-17WIN =MIRWIT'no 11D)WO)VA mime $77-M71 FROM: Lindsey Bojadzijev City of Sanford Purchasing Division SUBJECT: RECONSTRUCT FIRE STATION 32 & 38 1 ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in thisi addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than May 2, 2019 at 2:00 P.M. Local Time. H. S Payment and Performance Bond Attachment Respondents must acknowledge receipt of this Addendum m by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to RECONSTRUCT FIRE STATION 32 & 38. 0— 1111AIr. City of Sanford I Finance Department ( Purchasing Division Phone: 407-6W-5028 or MO Fax: 407-ag-Ml Eman: -Qwm(or4jLw 18sx1or 300 N. Park Avenue Sufte 236, Sanford, Florida 32771 ADDENDUM I 1 na-h i Y NFOPW up - RECONSTRUCT FIRE STATION 32 & 38 #1 IV. Name of Firm/Company 5 6-9 0 A- t7vf - h " 1- 4-4v Street Address 576, 411-1 S "17 � ( Telephone Number D -C, y � Authorized Person Printed Name Authorized Person Signature v— ill niA C C Contact Email \.A); A+ f 5 g r;n g, :E F1 3 1 7 6) 'i;? City, State, ZipCode 't,410 ?5L Fax Number �IF Authorized Person Title ---Iha Tkl'.'� of Signakure City of Sanford I Finance Department I Purchasing Division t„� or 300 N. Park Avenue Suite M Sanford, Florida 32771 ADDENDUM SANFORD Phone: 4@7-6WS028 or SW Fa:: 4W4"21Imait: v tr:av:F rt rano<•CST IFB 18/19-27 Reconstruct Fire Station 32 and 38 #2 IsIO—ror-MMO, -7-7-1,171 FROM: Lindsey Boladzijev CitySanford Pur -chasing Division SUBJECT: iFB 18/19-27 Reconstruct Fire Station 32 and 38 ( ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above -referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. This Addendum chances the solicitation due date. The solicitation due date is hereby changed from Thursday, May 2, 2019, at 2:00 P.M. Local Time to Tuesday, May 7 2019, at 2:00 P.M. Local Time. H. QUESTIONS AND ANSWERS (U&A) The City has received the following question(s) concerning the solicitation: Q 1. Is this project to be designated as a "Design -Build” project? If not, are we to include in our proposal engineering costs? At. N/A Q2. The current Engineering survey provided and prepared by Avcon Engineers is from 2011, will a more updated study be provided to reflect current FBC requirements? Or will this be our responsibility? A more updated study may significantly impact our final Bids. A2. No Q3. What is the time frame completing this project, and is it federally grant funded? A3. No later than March 2020 Q4. If it is federally grant funded, will Davis Bacon wages apply? A4. The grant is federally funded sub -award and grant agreement (FEMA and FL Division of Emergency Agency). I also do not know about the Davis Bacon wages. Q5. The roll -up door at station #32 appear to be in good condition and in good working order, is there a basis for replacement? A5. Per Grant Agreement they need to be replaced Several of the bay doors at ST32 has been replaced due to normal wear and tear. Since the study was performed in 2011 it is possible and expected some doors have been replaced. They should quote based on the study/proposal, correct? Adjustments can be made later if some of the newer doors are good. �• 712 V-1 11MIA City of Sanford j Finance Department j Purchasing Division G) 300 N. Park Avenue suite 236, Sanford, Florida 32771 ADDENDUM 1Yi SANFORD PRone: 407 -498 -Sots or SM Fax. 407-68&5021 �: Emao v '!2A stW.NCE CEAARTNEt: # e '.. IFB 18/19-27 Reconstruct Fire Station 32 and 38 # Q6. Station 32 currently has existing storm shutters, (storm protection), are we to assume replacing the current system with new? A6. Yes. We should expect to replace the windows not the storm shutters as they were not mentioned in the study. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to IFB 18/19-27 Reconstruct Fire Station 32 and 38. f 3Ot/leVArel CU' +1ie aAe S' 61t3 , y Name of Firm/Company S -9 --Yl 134 lAlliM #byp Street Address 5'�16�-;�f1-4-� ? -,I Telephone Number Authorized Person Printed Name Authorized Person Signature Ray. I W016 Contact Email City, State, Zip Code 1110- 5L-9061 Fax Number 1i-' Authorized Person Title Date of Signature THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart il AIA Document U10 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Boulevard Contractors Corp. (Here insert ruts name and address or legit title of Contractor) 5840 Red Bug Lake Rd., Suite 690, Winter Springs, FL 32708 as Principal, hereinafter called the Principal, and The Gray Insurance Company Were insert full tame and address or legal title of Surety) PO Box 6202, Metairie, LA 70009-6202 a corporation duly organized under the laws of the State of LOUISIANA as Surety, hereinafter called the Surety, are held and Firmly bound unto City of Sanford (Here insert fust name and address or legal title of Owner) 300 N. Park Ave. Suite 236, Sanford, FL 32771 as Obligee, hereinafter called the Obligee, in the sum of rive Percent of Amount Bid Dollars ($ ---5%--- ). for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Mere insert full tome, address and description of projecU IFB 18/19-27, Reconstruct Fire Station 32 & 38, Sanford, FL NOW, THEREFORE, it the Obligee shalt accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obfigee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 2nd day of May 2019 Boulevard Contractors Corp. (Principal){Sea!) ^1 (Witness) ISP (Tide) The Gray Insurance Company (surety) (Seat) ,. fitness) arc-e.'�1 Jenna an, Wllnim (Title) Teresa L. Durham, Attorney -in -Fact = ; and Florida Licensed Resident Agent AIA DOCUMENT A310 • BID BOND • AIA 0 * FEBRUARY 1474 ED • THE AMERICAN �_— INSTITUTE Of ARCHITECTS, 7735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 4 i" Prfrated on Rar.J+ckd Paper THE.GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY 221474 GENERAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint Susan L. Reich, Jeffrey W. Reich, Karn E. Niv, Teresa L. Durham, Cheryl Foley, Gloria A. Richards, Robert P. O'Linn, and Sarah K. O'Linn of Maitland, Florida jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000.00 This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 261h day of June, 2003. "RESOLV ED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of then hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Powe- of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinntto affixed, and these presents to be signed by their authorized officers this 1211 day of September, 2011. By: Attest:cigJ�4TY SEAL Michael T. Gray Mark S. Manguno `at SEAL President, The Gray Insurance Company Secretary, ,.....�"'� and The Gray Insurance Company, * Vice President, The Gray Casualty & Surety Company The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 121h day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. lunaup� *3*s Lisa S. Millar, Notary Public, Parish of Orleans - t State of Louisiana �rOF My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thisay of F� p SO RA �«w• C 30h�tY "+yd' ������� n{ SEAL 1 SEAL Mark S. Manguno, Secretary The Gray Insurance Company The Gray Casualty & Surety Company . CITY OF GRANT MALOY SEMINOLE COUNTY �� CLERK OF CIRCUIT COURT & COMPTROLLER SCFN# 2019062908 Bk:9373 Page:956-963 (8Pgs) Bond No. GS56000062 REC: 06/13/2019 2:30:14 PM b hdevore Executed In 2 Counterparts FINANCE DEPARTMEP RECORDING FEES $69.50 y SECTION 00605 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Boulevard Contractors Corp. (Name of CONTRACTOR) 10451 Mill Run Circle, Suite 1005, Owings Mills, MD 21117 Phone: (410) 356-8060 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and The Gray Insurance Company (Name of Surety) PO Box 6202, Metairie, LA 70009-6202 Phone: (504) 888-7790 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, 300 N. Park Ave. Suite 236* hereinafter called OWNER, in the full and just Sum of Two Hundred Forty -Five Thousand Ninety -Six and 28/100 DOLLARS ($245.096.28-------------------------- ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred ten percent (110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is suthat whereas, the Principal entered into certain Agreement with the OWNER, dated the \0)"ay of �6 , .QDt a copy of which is hereto attached and made a part hereof for the construction of 2) IFB 18119-27 Reconstruct Fire Station 32 & 38.** 1) Name of Owner 2) Name of Project identifled in Instructions to Bidders This bond is being entered into to satisfy the requirements of Section 255.05, Florida Statutes and the Agreement referenced above, as the same may be amended. The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal: 1. Promptly and faithfully performs its duties, all the covenants, terms, conditions, and agreements of said Agreement including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and * Sanford, FL 32771 Phone: (407) 688-5028 ** FS #38 - 1300 Central Park Dr., Sanford, FL 32771 & FS #32 - 300 East Airport Blvd., Sanford, FL 32773 IFS 18/19-27 Reconstruct Fire Station 32 & 38 00605-1 FINANCE DEPARTMENT 2. Pays OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys' fees, including costs and attorney's fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Agreement, and 3. Satisfies all claims and demands incurred under the Agreement, and fully indemnifies and holds harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so, then this bond is void; otherwise it shall remain in full force and effect. The coverage of this Performance Bond is co -equal with each and every obligation of the Principal under the above referenced Agreement and the Contract Documents of which the Agreement is a part. In the event that the Principal shall fail to perform any of the terms, covenants and conditions of the Agreement and the Contract Documents of which the Agreement is a part during the period in which this Performance Bond is in effect, the Surety shall remain liable to the OWNER for all such loss or damage. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this Performance Bond. The Surety stipulates and agrees that its obligation is to perform the Principal's work under the Agreement under the Bond. The following shall not be considered performance under the Bond: (i) Surety's financing of the Principal to keep Principal from defaulting under the Contract Documents, (ii) Surety's offers to OWNER to buy back the Bond, and (iii) Surety's election to do nothing under the Bond shall be construed as a material breach of the Bond and bad faith by the Surety. The Surety agrees that its obligation under the bond is to: (i) take over performance of the Principal's Work and be the completing Surety even if performance of the Principal's Work exceeds the Principal's Contract Price or (ii) re -bid and re -let the Principal's Work to a completing contractor with Surety remaining liable for the completing contractor's performance of the Principal's Work and furnishing adequate funds to complete the Work. The Surety acknowledges that its cost of completion upon default by the Principal may exceed the Contract Price. In any event, the Principal's Contract Time is of the essence and applicable delay damages are not waived by OWNER. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall be direct and immediate and not conditional or contingent upon OWNER's pursuit of its remedies against Principal, shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent (ii) waivers of compliance with or nay default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (iii) the discharge of Principal from its obligations' under the Agreement as a result of any proceeding initiated under the Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. IFB 18/19-27 Reconstruct Fire Station 32 & 36 00605-2 FINANCE DEPARTMENT Any changes in or under the Agreement and Contract Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes therein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with Change Orders (unilateral and bilateral) or other modifications to the Agreement and Contract Documents. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. This Bond is intended to comply with the requirements of Section 255.05, Florida Statutes, as amended, and additionally, to provide common law rights more expansive than as required by statute. The Surety agrees that this Bond shall be construed as a common law bond, IN WIT. )E - F, this instrument is executed this the day of 30ne S1S WHEREO ATTEST: Secretary (Principal) Typed Name (CORPORATE SEAL) (Witness to V cip I Typed Name ATTEST: (Surety) Secretary Susan L. Reich Typed Name (CORPORATE SEAL) IFB 18/19-27 Reconstruct Fire Station 32 & 38 00606-3 Boulevard Contractors Corp. Principal (Contractor) By (Signature) Typed Name and Title 10451 Mill Run Circle, Suite 1005 Address Owings Mills, MID 21117 City, State, Zip (410) 356-8060 Telephone No. Facsimile No. The Gray Insurance Company Surety (504) 888-7790 (504) 780-9211 Telephone No. Facsimile No. CITY OF S.ANFOJ RD FINANCE DEPARTMENT B- Wi'neas to SuretAttorney-in-Fact & 171 Licensed Resident Agent Jennatagan Gloria A. Richards* Typed Name Typed Name Witness as to Surety Teresa L. Durham Typed Name PO Box 6202 Address Metairie, LA 70009-6202 City, State, Zip (504) 888-7790 (504) 780-9211 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all ventures' shall execute the Bond. If CONTRACTOR is partnership, all partners shall execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney appointing individual Attorney -in -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION * Inquiries: (407) 786-7770 1FB 18119-27 Reconstruct Fire Station 32 & 38 00606-4 f ^�,' VSs \' • i_ Bond No. GS56000062 SECTION 00610 Executed In 2 Counterparts PAYMENT BOND KNOW ALL MEN,4BY THESE PRESENTS: that Boulevard Contractors Corp. (Name of CONTRACTOR) 10451 Mill Run Circle, Suite 1005, Owings Mills, MD 21117 Phone: (410) 356-8060 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and The Gray Insurance Company (Name of Surety) PO Box 6202, Metairie, LA 70009-6202 Phone: (504) 888-7790 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, 300 N. Park Ave. Suite 236* hereinafter called OWNER, in the full and just Sum of Two Hundred Forty -Five Thousand Ninety -Six and 28/100 DOLLARS ($ 245,096.28-------------------------- ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred ten percent (110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Agreement with the OWNER, dated the j Q -V, ay of `)�Q_ , �l a copy of which is hereto attached and made a part hereof for the construction of 2) IFB 18/19-27 Reconstruct Fire Station 32 & 38 ** 1) Name of Owner 2) Name of Project identirred in Instructions to Bidders The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, Materials, or supplies, used directly or indirectly by Principal in the prosecution of the Work provided for in the Agreement, then this obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 1. This Bond is furnished for the purpose of complying with the requirements of Section 255.05, Florida Statutes, as the same may be amended. 2. Therefore, a claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or IFB 18118-27 Reconstruct Fire Station 32 & 38 00610-1 * Sanford, FL 32771 Phone: (407) 688-5028 ** FS #38 - 1300 Central Park Dr., Sanford, FL 32771 & FS #32 - 300 East Airport Blvd., Sanford, FL 32773 �olt� �\ �CITY OF • ` t41441FINANCE DEPARTMENT ' supplies shall, within forty-five (45) days after beginning to furnish labor, Materials or supplies for the prosecution of the Work, furnish the CONTRACTOR with a notice that he intends to look to the Bond for protection. A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or supplies shall within ninety (90) days after performance of the labor or completion of delivery of the Materials or supplies, or, with respect to rental equipment, within 90 days after the date that the rental equipment was last on the job site available for use, deliver to the CONTRACTOR and to the Surety written notice of the performance of the labor or delivery of the Materials or supplies and of the nonpayment. No action for the labor, Materials or supplies may be instituted against the CONTRACTOR or the Surety on the bond after one (1) year from the performance of the labor or completion of the delivery of the Materials or supplies. 3. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent, (ii) waivers of compliance with or any default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (iii) the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. 4. Any changes in or under the Agreement or Contract Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes therein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with the Change Orders (unilateral and bilateral) or other modifications to the Agreement or Contract Documents. 5. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. IN WITNESSWHEREOF, this instrument is executed this the day of1� )\ , ATTEST: Secretary (Principal) Typed Name Boulevard Contractors Corp. Principal (Contractor) By (Signature) P Typed Name and Title 10451 Mill Run Circle, Suite 1005 (CORPORATE SEAL) Address IFB 18119-27 Reconstruct Fire Station 32 & 38 00610-2 GSXCITY F0RD FINANCE DEPARTMENT V RWIN W, Fasmm (Witnesslolrr�naclha5 ATTEST: (Surety) Secretary Susan L. Reich Typed Name (CORATE SEAL) 71A/t/&0/-6V/0 Wit ss as toSuretyJ Jenna Pagan Typed Name Witness as to Surety Teresa L. Durham Typed Name Owings Mills, IVID 21117 City, State, Zip .(410) 356-8060 Telephone No. Facsimile No. The Gray Insurance Company Surety (504) 888-7790 (504) 780-9211 Telephone No. Facsimile No. By & FL Licensed Resident Agent Gloria A. Richards* Typed Name . : 0. 0 1 Address Metairie, LA 70009-6202 City, State, Zip (504) 888-7790 (504) 780-9211 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney appointing individual Attorney -in -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION * Inquiries: (407) 786-7770 11713 18/19-27 Reconstruct Fire Station 32 & 38 00610-3 e e 4 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY 221562 GENERAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint Susan L. Reich, Jeffrey W. Reich, Kim E. Niv, Teresa L. Durham, Cheryl Foley, Gloria A. Richards, Robert P. O'Linn, and Sarah K. O'Linn of Maitland, Florida jointly and severally on behalf of each of the Companies named above its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $10,000,000.00 This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 261h day of June, 2003. "RESOLV ED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 12" day of September, 2011. Feu R.... By: C/ Attest: JPVT� d sG '� SEAL ` �,I SEAL h Michael T. Gray Mark S. Manguno �_ % President, The Gray Insurance Company Secretary, �y and The Gray Insurance Company, ' "• *»• '' Vice President, The Gray Casualty & Surety Company The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 121h day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice President of The Gray Casualty & Surety Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. �.gp�.MwC<g2 Ag�;� .� f,•'�o'rgh,y'ti..p=. Lisa S. Millar, Notary Public, Parish of Orleans s ':,,�r: ,qB��c •rir State of Louisiana OF LOV�g`P My Commission is for Life nnmm�„ I, Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this, /day of SU RAV S E A L N S E A L Mark S. Manguno, Secretary The Gray Insurance Company y1 ••....... •° �� y�� �� The Gray Casualty & Surety Company