Loading...
2261 IFB 19/20-54 Manhole Replacement 110 N Sunland DrF-1 Development Order F-1 Mayor's signature F-1 Final Plat (original mylars) F-1 Recording F-1 Letter of Credit F-1 Rendering ❑ Maintenance Bond M Safe keeping (Vault) F-1 Ordinance F-1 Deputy City Manager F-1 Performance Bond F-1 Payment Bond F-1 Resolution F-1 City Manager Signature ❑ F-1 City Clerk Attest/Signature F City Attorney/Signature Once completed, please: [—] Return originals to Purchasing- Department F-1 Return copies F Special Instructions: L-LvL.o(-ye y 13oja,,),zi4eA, From SharePoitit—Finance—PLircliasiii--Fornis - 2018.doc ql2-212-02-0 Date � fCYk{ FINANCE DEPARTMENT SECTION 00520 PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the day of2020 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 SanPik Incorporated 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. Section 00410 Contractor's Bid. 2. Section 00420 Bid Bond Form 3. Section 00430 Trench Safety Statement 4. Section 00432 Non Collusion Affidavit 5. Section 00434 Conflict of Interest Affidavit 6. Section 00436 Florida Public Entities Crime Affidavit 7. Section 00438 Compliance With the Public Records Law Affidavit 8. Section 00440 Bidder Qualification Affidavit 9. Section 00442 Receipt of Exempt Public Records and Agreement to Safeguard (Executed Form) 10. Section 00450 Cert. Non -Segregated Facilities 11. Section 00452 Disputes Disclosure 12. Section 00454 Drug Free Workplace Affidavit 13. Section 00456 Unauthorized (Illegal) Alien Worker Affidavit 14. Section 00458 E -Verify Compliance Affidavit 15. Section 00460 ADA Affidavit 16. Section 00462 Financial Information (Executed Form) (If Required by City). 17. Section 00463 Florida Trench Safety Act Statement 18. Section 00505 Notice of Intent to Award 19. Section 00510 Notice of Award 20. Section 00520 Executed, Agreement Form. AGREEMENT 520 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:0013M 00520-1 l-3.Y OF FORD FINANCE DEPARTMENT 21. The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 22. 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. 23. Section 00530 Notice to Proceed 24. Section 00605 Performance Bond 25. Section 00610 Payment Bond 26. Section 00615 Material and Workmanship Bond 27. Section 00617 Consent of Surety to Final Payment (Executed Form) 28. Section 00618 Insurance Certificate(s) 29. Section 00625 Contractor's Application for Payment (Executed Forms). 30, Section 00626 Certificate of Substantial Completion 31. Section 00627 Certificate of Final Completion 32. Section 00640 Contractor's Partial Release of Lien (Executed Forms) 33. Section 00641 Subcontractor's Final Release of Lien (Executed Forms) 34. Section 00644 Subcontractor's Partial Release of Lien (Executed Forms) 35. Section 00645 Contractor's Release of Lien (Executed Forms) 36. Section 00940 Project Field Order (Executed Form). 37. Section 00945 Work Directive Change (Executed Form). 38. Section 00950 Change Order (Executed). 39. Addendum Receipt Acknowledgement Certification 40. Reference Form 41. Organization Information 42. Proposed Scheduled of Subcontractors Participation 43. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr., C. Contract Time The Contractor shall begin work after the issuance of a written Notice to Proceed from Owner and shall substantially complete the work within the Contract Time identified in Paragraphs 1.02.C.5 of the Bid Form, which is 180 calendar days. The work shall be finally complete, ready for Final Payment in accordance with AGREEMENT 520 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-2 vcctRxp.. 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 (%) 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 $34,375.00 Payments will be made to the Contractor on the basis of the schedule of Unit Prices included as a part of this Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end; the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage In accordance with the provisions of the State of Florida Local Government Prompt Payment Act, the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less AGREEMENT 520 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:0013M 00520-3 -xroao 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. I. Engineer J. Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and/or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 3. The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which goods and/or services provider shall provide goods and/or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 9970, from time to time amended and in force on the date hereof. 7. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the AGREEMENT 520 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-4 F t$Q J6 CITY OF G¢ agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the CITY's written request for such information. This information will be reviewed, AGREEMENT 520 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-5 xiCITY O JcA NAN CC DEPARTMENT 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. The CONTRACTOR shall work closely with the CITY on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR's submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. AGREEMENT 520 lFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-6 S1 aY OF FINANCE DEPARTMENT 12. Neither the CITY's review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with AGREEMENT 520 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-7 raftCITY OF 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: Bill Marcous, Utilities Support Service Manager City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR; or 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 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-8 1` CITY OF l SXRFO FINANCE DEPARTMENT 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 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-9 mR p w,_ U x CITY OF FINANCE DEPARTMENT r ' r .N..ag%^.. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CITY, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, negligent act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or subCONTRACTORs. Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of work. In no event, shall either party be responsible or liable to the other for any incidental, consequential, or indirect damages, whether arising by contract or tort. AGREEMENT 520 lFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:0013M 00520-10 b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. C. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverage. The CONTRACTOR shall submit a report to the CITY within twenty-four (24) hours of the date of any incident resulting in damage or which is reasonably likely to result in a claim of damage. 39. The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. 40. All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates of Insurance to the CITY evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the 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 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-11 m� • 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 IFB 19/20.54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-12 es F0 FINANCE DEPARTMENT 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 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-13 CITYRO FF ORD - FINANCE DEPARTMENT 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 PurchaseM/ork 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 IFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-14 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 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-15 1 SY OF l FINANCE 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 lFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:0013M 00520-16 r J CITY OF SXRFO 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 lFB 19/20-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-17 SNF® 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 IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY AGREEMENT 520 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-18 (Y OF psXNFORD FINANCE DEPARTMENT CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, HOUCHINI@@SANFORDFL.GOV. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: SanPik Incorporate Name o Fi -- :2�/ B7Sign re) ' Dat6 Matthew Sands, President ATTEST: '6y�Ana(ure) Date William Picek, Vice President OWNER: Name / -/ 7-z-- C-) By 'C'-- - I Z Date Art Woodruff, Mayor Printed Name and Title ATTEST: lu By (Signature) Date Traci Houchin, City Clerk Printed Name and Title Approved as to form and Legal sufficiency. f/�//' (2112 4) L G. William L. Colbert [Yate City Attorney END OF SECTION AGREEMENT 520 IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM 00520-19 (SEAL) (SEAL) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 CITY or ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 ��. FINANCE DEPARTMENT ONE (1) TIME PURCHASE SECTION 00410 PART 1 GENERAL 1.01 Description The following Bid, for the (1) IFB 19/20-54 Manhole Replacement 110 N. Sunland Drive Sanford, FL is hereby made to (2) City of Sanford, hereafter called the Owner. This Bid is submitted by (3) SanPik Incorporated 3551 W Lake Mary Blvd Ste 210 Lake Mary, Florida 32746 Telephone: 407-988-1033 Email: infoCcD-sanpikinc.com (1) Name of Project as shown in the Invitation for Bids (2) Owner (3) Name, address, and telephone number and email address of Bidder 1.02 The Undersigned: A. See Addendum Receipt Acknowledgement Certification. B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: To hold this Bid open for 60 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders and to accomplish the work in accordance with the Contract Documents. 4. To begin work not later than 10 days after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the work within 30 calendar days of the date and final completion 60 days later making a total of 30 days of the Notice to Proceed. 5. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 00410-1 D. Certifies that by affixing its signature below, neither the bidder nor the principals of the bidding entity are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Lump Sum Bid Price inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. A. The bid; Thirty Four Thousand, Three Hundred and Seventy Five Dollars Lump Sum of: (Written words) (Written words) Bid Price Schedule and Acceptance of Bid Terms and Conditions PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal' 00410-2 Ci of Sanford Finance Department Purchasing Division City fr'•.. CITY OF N. Park Avenue 2"`I Floor Suite 236 Sanford Florida 32771��9/�j/,}i ' 407.688.5028 5030 Fax: 407.688.5021 Sk&F0RD Phone: or I ONE (1) TIME PURCHASE FINANCE DEPARTMENT TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DRIVE D. Certifies that by affixing its signature below, neither the bidder nor the principals of the bidding entity are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Lump Sum Bid Price inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. A. The bid; Thirty Four Thousand, Three Hundred and Seventy Five Dollars Lump Sum of: (Written words) (Written words) Bid Price Schedule and Acceptance of Bid Terms and Conditions PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal' 00410-2 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 7' IS FORD - FINANCE DEPARTMENT ONE (1) TIME PURCHASE 13 IN: INTA 0 B. *Note: The bid must besubmitted oOthis document asprovided by the solicitation. 1.04 Miscellaneous Requirements and Affirmations A. Bids must be on the Bid Form. (Submit 1 original and 1 copy of your response including the attachments listed in item B) B. I have attached the following required fully executed forms to this Bid: 1. Section OO42O'Bid Bond 2. Section OO425-Security and Public Safety Requirements 3. Section OD432-Non Collusion Affidavit 4. Section OD434-Conflict VfInterest Affidavit 5. Section OO43G-Public Entities Crime Affidavit 0. Section OD438-Compliance With the Public Records Law Affidavit 7. Section 0044O - Bidder Qualification Affidavit 8. Section 00442- Receipt of Exempt Public Records and Agreement to Safeguard Q. Section OQ45O-Cert. Non -Segregated Facilities 10. Section O0452 - Disputes Disclosure Affidavit 11. Section OQ454-Drug Free Workplace Affidavit 12. Section OO450-Unauthorized (|U8gG|)Alien Worker Affidavit 13. Section O0458-E-Ve[ifvCompliance Affidavit 14. Section OO48O-ADA Affidavit 15. Section OQ402-Financial Information —|frequested bythe City 18. Section OD4G3'Florida Trench Safety Act Management 17. Section UD815-Materials Workmanship Bond Form 18. Section O8618 - Insurance Requirement 19. Section O882O-Debarment Certification 20. Section OD825-Subcontractor Debarment Certification 21. Section OD86O-Certification ofNon-Segregated Facilities Form 22. Attachment Addendum Receipt Acknowledgement Certification 23. Attachment "A"Addendum Receipt Acknowledgment Certification 24. Attachment "B" Organizational |nfO[Dl8tiOD 25. Attachment "C"References 26. Attachment "D''Proposed Schedule OfSubcontractor Participation 27. Attachment "E" Contractor Certification Regarding Scrutinized ConnpoDiaa, when require 28. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions City of Sanford I Finance Department I Purchasing Division TY OF 300 N. Parc Avenue 2" Floor Suite 236 Sanford, Florida 32771 CI �-'IFSANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT ONE (1) TIME PURCHASE 1.05 SUBMITTED, signed and sealed this day of August 1 2020. SanPik Incorporated Contractor gli, (Sig ry4i u re) at 3551 W. Lake Mary Blvd, Ste 210 Business Address Matthew Sands/President Printed Name and Title Lake Mary Florida 32746 _ City State Zip Code ATTEST: (by Company Officer) I I"L-9 -P By Sig nitu(e) Date William Picek / VP Printed Name and Title END OF SECTION 00410-4 (CORPORATE SEAL) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 a7v of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE E"D INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: 110 N. SUNL,AND DR. MANHOLE REPLACEMENT SECTION 00420 BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) SanPik, Inc. , as Principal, and (2) The Guarantee Company of North America USA as Surety, are hereby and firmly bound unto (3) Qity of Sanford - Purchasing as Owner, in the penal sum of (4) Five Percent of Amount Bid Dollars ($ ---5%--- ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to (3) City of Sanford - Purchasing a certain Bid for (5) Manhole Replacement 110 N. Sunland Dr. (Sanford, FL) attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) Owner 4) Amount of Bond as Required in the Instructions to Bidders 5) Name of Project as Shown in Invitation for Bids NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers. SECTION 00420-1 City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 OE'll CITYTv or- + Phone: 407.688.5028 or 5030 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE Signed and sealed this 11th day of Auqust 2020. SanPik, Inc. ATTEST: Principal By (Prindipai'�Officer) r By,of Officer) Typed Name and Title Typed Name and Title 3551 W. Lake Mary Blvd., Suite 210 (CORPORATE SEAL) Address Lake Mary, FL 32746 City, State, Zip (248)281-0281 Telephone No. Facsimile No. Inquiries: (321) 800-6594 END OF SECTION SECTION 00420-2 The Guarantee Company of QpNTEE North America USA Surety F0 (^ By:a06 01 4� JyQ °RTN AME'��°p B Attorn -in-Fact Courtney R. Anderson Jorge Bracamonte, Witness Attorney -In -Fact & Florida Licensed Resident Agent Typed Name and Title Typed Name and Title One Towne Square, Suite 1470 (SEAL) Address Southfield MI 48076 City, State, Zip (248)281-0281 Telephone No. Facsimile No. Inquiries: (321) 800-6594 END OF SECTION SECTION 00420-2 THE o The Guarantee Company of North America USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Jorge L. Bracamonte, Courtney R. Anderson, Jacqueline Dahm Mainous its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwises The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney - in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in - Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days priorto the modification or revocation. Further, this Power of Attorney is signed and seai;ed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. VpNTEec IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its BJP o� corporate seal to be affixed by its authorized officer, this 26th day of May, 2020. r� THE GUARANTEE COMPANY OF NORTH AMERICA USA %H AMER�GP STATE OF MINNESOTA Paul J. Brehm, Senior Vice President Chad A. Anderson, Senior Vice President Specialty Hennepin County On this 26th day of May, 2020 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America ALISON DWAN NASH-TROUT USA offices the day and year above written. NO7AR mmis C-h11NNES es/��My Commission Expires/f�/`IDJO January 31, 2425 I, Chad A. Anderson, Senior Vice President of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect JP�,p,NTEE CO IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Companythis 11th day of July 2020 o� JyQ P�p.N7EECo 2�RTNAMER�GP ?�Jv{ - — -------. Chad A. Anderson, Senior Vice President Specialty o ye a 2�RrNAMER�GP CITY of (11 D111DEPARTMENT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"" Floor Suite 236 Sanford Florida 32771 Phone: 407.688.5028 or 5030 IFax: 407.688.5021 INVI'I'ATICDIV FOR I3II) (IFB) ONE 1 TIME PURCHASE TITLE: 110 N. SUNLAND DR. MANHOLE REPLACEMENT Affidavit: Security and Public Safety Requirements, Section 00425 Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project, which includes a list of employee workdays, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. 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 that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the 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. SECTION 00425-1 CITY OF ANFORD FINANCE DEPARTMENT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2,,d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 ( INVITATION FOR BID `IFB) ONE (1)'I'1ML PU1iC1lAS1!v TITLE: 110 N. SUNLAND DR. MANHOLE REPLACEMENT IM of Matthew Sands President SanPik Incorporated Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF SEMINOLE I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Matthew Sands {x} who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Matthew Sands by means of {)} physical presence or { } online notarization on the _LL�L day of August 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and officials id this_"day of August 2020. Y 7LER GREGORY NELSON ELDON Cao ;Notary Public State of Florida ?r Commission # GG 556357 ,N o't fy_, `blit ihF@bd,* t1w &6'n_t_y a Id State Aforementioned) SEAL My commission expires: 019A `'n 'n'`' SECTION 00425-2 CITY OF FINANCE DEPARTMENT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) ONE 1 TIME PURCHASE 110 N. Sunland Dr. Manhole Replacement SECTION 00432 NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1. States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. SanPik Incorporated Bidder t Signaf6re gf`Authorized Representative (Affiant) Da e Matthew Sands -- Printed or Typed Name and Title of Authorized Representative (Affiant) SECTION 00432-1 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 CITY or Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 � FINANCE DEPARTMENT INVITATION FOR BILI► (IFB) ONE (1) TIME PURCHASE 110 N. Sunland Dr. Manhole Replacement COUNTY OF SEMINOLE STATE OF FLORIDA On this 11h, day of August , 20 20 , before me, the undersigned of the State of Florida, personally appeared Matthew Sands whose is/are subscribed to the within instrument, and he/she/they acknowled e that he/she/they WITNESS my hand and official seal. He/She is p��G ` , L ed N/A as identification. ;_° °��_Notary Public -State of Florida Commission N GG 956357 V My commission Expires (Notary Public in and for the SEAL My commission expires: igFil 29 29 't 664 1,a END OF SECTION SECTION 00432-2 Notary Public name(s) executed it. CITYry or ry r SANFORD FINANCE UEPAR IMENr SECTION 00434 CONFLICT OF INTEREST STATEMENT A. I am the President of SanPik Incorporated with a local office in [Insert `rifle] [Insert Company Name] Lake Mary and principal office in Lake Mary B. The entity hereby submits an offer to IFB 19/20-54 110 N. Sunland Dr. Manhole Replacement. 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. G. 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 Div ision/Department/Office. 1, 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/wc, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 0434, nflict of Interest Statement, is truthful and correct at the time of submission. IAN IGNATURE Matth Sands Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF SEMINOLE HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Matthew Sands {x} who is personally known to me or {} who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Matthew Sands by means of {x} physical presence or { } online notarization on the 11+k day of August , 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. TYLER GREGORY NELSON ELDON Notary Public -State of Roxirla Commission # GG 9563E(i11 My Commission Expires Feptyp(y 09, 2024 the County and State last aforesaid this INk day of August , 2020. Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal'® IFB 19/20-54 110 N. Sunland br. Manhole RECYCLED CONTENT INFORMATION REPORT 435-10 In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Product bid contains recycled content? _Yes X No Percent of recycled content contained. Percent of recycled content which is post end user material Is your product packaged and/or shipped in material containing recycled content? Yes X No. Is your product recyclable after it has reached its intended end use? Yes XNo. THIS FORM IS VOLUNTARY BUT HIGHLY ENCOURAGED City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 SAN �( CITY orFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT INVITATION TO BID (IFS) ONETIME CONTRACT F Section 00436 Florida Public Entity Crimes Statement SWORN S'T'ATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number IFB 19/20-54, titled, 110 N. Sunland Dr. Manhole Replacement. B. This sworn statement is submitted by SanPik Incorporated whose business address is [Name of entity submitting sworn statement] 3551 W. Lake Mary Blvd Ste 210 Lake Mary, Florida 32746 and (if applicable) it's Federal Employer Identification Number (FEIN) is 47-1475163 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Matthew Sands C. My name is Matthew Sands and my relationship to the above is President [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust,. fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: I . A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affi I i ate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or set -vices let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 CITY Or SANFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 ...`'F FINANCE DEPARTMENT INVITATION TO BID (IFB) ONE TIME CONTRACT _(X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, snarenomers, 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.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 0043= 043 Publi ntity Crimes Statement, is truthful and correct at the time of submission. AFF NT SN,"NATURE Matthew Sands Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF SEMINOLE The foregoing instrument was executed before me this lj�_ day of August 2020, by Matthew Sands as Presid-ent_____ of SanPik Inc. 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 N/A as identification. TYLER GREGORY NELSON ELDON lhR UB i c�° ��;Notary Public State of Florida NO ARY PUBLIC, State of Florida ?• *E commission # GG 956357 (stamp) �?�' My commission Expires PON ��° February 09, 2024 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `V'Failure to submit this form may be grounds for disqualification of your submittal"�4' City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 (O CITY OF O RD Phone: 407-688-502$ or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT INVITATION TO BIND (IFB) ONE TIME CONTRACT TITLE: 110 N. SUNLAND DR. MANHOLE REPLACEMENT SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor 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. 00438-1 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S�FINCITY OF Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 kNFQDEPARTMENTRD ANCE INVITATION TO BID (IFB) ONE TIME CONTRACT TITLE: I1.0 N. SUNLAND DR. MANHOLE REPLACEMENT Proposer/bidder W= Si_ 7aturplorAuthorized Representative (Affiant) Matthew Sands/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF SEMINOLE STATE OF FLORIDA On this 114k day of, 2020, before me, the undersigned Notary Public of the State of Florida, personally appeared Matthew Sands whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS m hand and official seal. He/se is personally known to me or has produced, as identification."Wyl 4"TYLER GREGORY NELSON ELDON �Notary Public -State of Florida *E commission # GG 956357 KAv Commission E oires Ormaunty and State Aforementioned) SEAL My commission expires: 9,a0*1 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `75Failure to submit this form may be grounds for disqualification of your submittal's 2 0 CITY OF FORD FINANCE DEPARTMENT SECTION 00442 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD Project Name: 110 N. SUNLAND DR. MANHOLE REPLACEMENT I FB 19/20-54 The below named is the recipient of certain documents and by signing this document agrees and acknowledges that, in accordance with the provisions of 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"), any and all documents such as, by way of example only and not as a limitation, building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final) which depict the internal layout and structural elements of a proposed or existing public building, arena, stadium, water treatment facility, wastewater treatment facility, or other structure owned or operated by the City of Sanford (City) that have been provided to the recipient by the City are exempt from the Public Records Laws. The recipient hereby acknowledges its obligation to maintain the exempt status of this information and agrees to fully maintain, in every respect, the exempt status of the documents and protect and safeguard the documents from public dissemination. The recipient recognizes that the purpose of this exemption is to protect the City, its citizens and the general public from acts of terrorism. The statement of the recipient made herein includes binding representations with regard to the following persons and entities, without limitation: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with recipient. The recipient shall ensure that all said persons and entities are advised of and agree to protect the exempt nature of the above referenced documents and to safeguard same prior to permitting any of the above said persons or entities to have access to the referenced documents. The recipient may use the referenced documents to make bids upon an exempt City project in coordination with such persons and entities, provided recipient ensures that the exempt status and control of the documents is protected. The following list of examples of the specific documents, provided to the recipient as documented below, which are exempt from the Statutes indicated and as provided above: 1. 2. 3. 4. IFB 19120-54 110 N. SUNLAND DR. MANHOLE REPLACEMENT Due August 11, 2020 at 2:00 PM 00442-1 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD CITY OF FINANCE DEPARTMENT AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: Recipient: H. Matthew Sands I RgE'sZMA11— Printed or Typed Name and Title Representing: SanPik Incorporated Name of Company 3551 W. Lake Mary Blvd, Ste 210, Lake Mary, FL 32746 407-988-1033 Company Address Phone No. END OF SECTION IFB 19/20-64 110 N. SUNLAND DR. MANHOLE REPLACEMENT Due August 11, 2020 at 2:00 PM 00442-2 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD CITY OF SkNFORD FINANCE DEPARTMENT 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 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. SanPik Incorpc Name of Bidder orized Representative Matthew Sands/President Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 18120-54 110 N. SUNLAND DR. MANHOLE REPLACEMENT Due August 11, 2020 at 2:OOPM 00450-1 U1, CERTIFICATION OF NON -SEGREGATED FACILITIES FORM CITY OF Sk&FORD FINANCE DEPARTMENT SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? NO (Y/N) Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? NO (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Firm Authorized Representative Matthew Sands / President Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 19120-54 110 N. SUNLAND DR. MANHOLE REPLACEMENT Due August 11, 2020 at 2:OOPM 00452-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM 0� " ,, `\ SXCITiY OF Q ' � F r FINANCE DEPARTMENT 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. hnpose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By tine signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 0 4.54 Dydg Free Workplace Certification, is truthful and correct at the time of submission. AF ANT NATURE Matthew Sands Typed Name of AFFIANT President Title STATEOF FLORIDA _ COUNTY OF SEMINOLE The foregoing instrument was executed before me this Ilk day of --AugLLst 20210 , by Matthew Sands as President of SanPik Incorporated 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 N/A as identification. NOTARY PUBLIC, State of Florida ,.�yp'�`,TYLER GREGORY NELSON ELDON 1� U4! (stamp camNota�hltt�t� IT WITH YOUR IFB RESPONSE — (if applicable) My Commission Expires Februery 09, 2024 IFB 19/20-54 MANHOLE REPLACEMENT 110 N. SUNLAND DR. SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor Of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. SanPik In Contractor Siglure Authorized Representative (Affiant) Matthew Sands/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA C On this 114\ day of August 120 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared Matthew Sands whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced N/A , as identification. ,.f (Nota ublic in and for the County and State Aforementioned) SEAL My commission expires: A'^r" f Q ` 4oa'i END OF SECTION _ ��`"Yp��� TYLER GREGORY NELSp'N ELDON .o1N� 4e4�. UNAUTHORIZED (ILLEGAL)ALIEN WORKERS AFFIDAVIT ca �, Notary Publio Stato of Florida IFB 19/20-54 MANHOLE REPLACEMENT -" *= Cornmisslon f¢ GG 966367 110 N. SUNLAND DR. 00456-1 ''%�oR,�a��:�' MY Commission Ex fires SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT Project Name: 110 N. Sunland Dr. Manhole Replacement Bid No.: IFB 19/20-54 The Affiant identified below attests to the following: 2. 3 That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above - listed Contract are legally permitted to work in the United States. 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. 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. E -VERIFY COMPLIANCE AFFIDAVIT IFB 19/20-54 Manhole Replacement 00458-1 110 N. Sunland Drve "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. Contractor SignAre of/Authorized Representative (Affiant) ` Date Matthew Sands/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA On this It �h-- day of August , 20 20 before me, the undersigned Notary Public of the State of Florida, personally appeared Matthew Sands whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/the ex c to I I SS my hand and official seal. He/She is personally known E� N/A as +W09 fpiY P{Bh identification. ;_Notary Public -State of Florida ?�*= Commission it GG 958357 My Commission Expires February 09, 2024 unty and State Aforementioned) SEAL My commission expires: AIgfml 24,-402-2-51rsj�.4 END OF SECTION E -VERIFY COMPLIANCE AFFIDAVIT IFB 19/20-54 Manhole Replacement 00458-2 110 N. Sunland Drve CITY OF E� A� SXRF ,f FINANCE .111.1. 1121 SECTION 460 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. SanPik Inca Contractor , um Signa re of uthorized Representative (Affiant) Date Matthew Sands/President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA On this 114K day of August , 20 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared Matthew Sands whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known t n as identification. Notary Public -State of Florida Commission 4 GG 956357 My Commission Expires February 09, 2024 (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: - - ---- �aon, END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal SECTION 00460-1 `jjjkkkfff+++ `� CITY O f • ' FINANCE DEPARTMENT SECTION 00462 FINANCIAL INFORMATION FORM If requested by the City of Sanford, the following information is to be provided by the Bidder as part of the City's evaluation of the Bidder after Bids have been received by the City: 1. Bank References: Name of Bank Bank Address Contact Name and Title Contact Phone No. BB&T 4699 West Lake Mary Blvd, Lake Mary, FL 32746 Rabin Drier - Branch Banker III 407-444-2265 2. Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: L _ tt« ti Baa t 4 A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) F. State the name of the firm preparing the financial statement and date thereof: IFB 19120-54 Manhole Replacement 110 N. Sunland Dr. Due August 11, 2020 at 2:OOPM FINANCIAL INFORMATION FORM 00462-1 S ORD FINANCE DEPARTMENT This financial statement must be for the identical organization named on page one. If not, explain the relationship and financial responsibility of the organization whose financial statement in provided (e.g., parent, subsidiary). P|eeaa note. that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. 3. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (596) of the Bidder's business and indicate the percentage owned ofeach such business and/or individual: Name Address Percentage Owned SanPi Bidder N rizedRepn*sentative Matthew Sands/President Printed or Typed Name and Title of Authorized Representative END OF SECTION |Fo19/20-54 Manhole Replacement 11uN.GunlandDr. Due August 11.2020^u2:oupM FINANCIAL INFORMATION FORM 0O4S2-2 cn`m 0 FORD FINANCE DEPARTMENT SECTION 00463 TRENCH SAFETY ACT STATEMENT Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (98-86. Laws of Florida) effective October 1' 1990. The bidder further identifies the cost of compliance with the applicable trench safety standards as follows: Trench Safety Measure (Description) Units of Measure Unit Quantify Unit Cost Extended Cost B. C. D. TOTAL: 000. 0*0 NOTE: The total cost shown herein is already included in the various items in the TotalBid Price in the Contractor's Proposal and is not additional to the pricing shown on the Bid Form. Bidder, by signature below, assures that the contractor performing trench excavating will comply with the applicable Trench Safety Standards. Failure tocomplete the above and submit with the Bid Form along with other required bidding docunnents, may result in bid being declared non- responsive. NOTE: BEFORE EXECUTION, CONTRACTOR IS REQUIRED TO REVIEW SECTION 00430. ),Y OF )SXNFORD FINANCE DEPARTMENT Submitted, signed,,nd send this day of August 2020 CO RA OR SIGNATURE By: Matthew Sands President Printed Name Title 3551 W. Lake Ma[y Blvd. Ste 210. Lake Mal)t. Florida 32746 Business Address ATTEST: as TYLER GREGORY NELSON ELDON ��.Notary Public -State of Florida y Commission* GG 956357 my Commission Expires ,,,,." February 09, 2024 NOTE: If the Contractor intends to install pipe by some other method than trenching under the definitions found in the Florida Trench Safety Act (90-96, Laws of Florida), he shall so indicate by outlining in the space provided below the method he proposes and how it will comply with the Florida Trench Safety Act and related OSHA Standards for the Owner's evaluation. The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown in the Contractor's Proposal. Outline of Alternate Method: Submitted, signed and se fed this114� day of August , 2041.2020 CONRAC R SIGNATURE By: Matthew Sands President Printed Name Title 3551 W Lake Mary Blvd Ste 210 Lake Mary Florida 32746 Business Address ATTEST: END OF SECTION 00440-2 TYLER GREGORY NELSON ELDON Notary Public -State of Florida My C6Mffi'ission Expires February 09, 2024 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 i1CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD F FINANCEDEPARTMENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES Section 00618 Insurance Requirement Form Oil mi 1 711/1111,111, i Workers' Compensation Employers Liability Employers Liability Employers Liability *Certificates of exemption are not acceptable in lieu $1,000,000 $500,000 $500,000 of workers Each Accident Each Accident Each Accident compensation insurance $1,000,000 $500,000 $500,000 Disease Disease Disease $1,000,000 $500,000 $500,000 Commercial General Liability $ 3,000,000 Per $1,000,000 Per $ 500,000 Per shall include- Bodily Injured Liability Occurrence Occurrence Occurrence and Advertising Injuring Liability Coverages shall include: Premises/ $ 3,000,000 General $1,000,000 General $ 500,000 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 the following: $ 1,000,000 General $ 1,000,000 General $ 500,000 General owned, leased, hired, non -owned Aggregate Aggregate Aggregate autos, and scheduled autos. Professional Liability (when required) $1,000,000 $1,000,000 $1,000,000 Minimum Minimum Minimum Builder's Risk (when required) shall 100% of completed 100% of completed 100% 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 maximum No per vehicle maximum No per vehicle maximum preferred preferred preferred $ 1,000,000 Combined $ 500,000 Combined Garage Liability (when required) $ 3,000,000 Combined Single Limit Single Limit Single Limit $ 1,000,000 General $ 500,000 General $ 3,000,000 General Aggregate Aggregate Aggregate Section 00618 Insurance Requirement Form City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2'11 Floor Suite 236 Sanford, Florida 32771 �i CITY or Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 I) RD S pEPARTO _.F INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DRIVE a. 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. b. 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. c. 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 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. Section 00618 Insurance Requirement Form City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2 "d Floor Suite 236 Sanford, Florida 32771 CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 S�iNFQRD FINANCE DEPARTMENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: MANHOLE REPLACEMENT I10 N. SUNLAND DRIVE f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self-insured retentions shall not be allowed on any 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 CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. I. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford, Florida 3277. 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. President Title Section 00618 Insurance Requirement Form City of Sanford I Finance Department I Purchasing Division -- 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 �SANFORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Matthew Sands {)} who is personally known to me or { } who produced N/A as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Matthew Sands by means of {x} physical presence or { } online notarization on the ll day of August 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official s — aforesaid this Ikday of 2020. TYLER GREGORY NELSON ELDON fro EYP`°% Notary Public -state of Florida _* *_ Commission f# GG 956357 mission Expires (Nota P4�9'InandffAf' teAforementioned) SEAL My commission expires: ApFil 29 242-V.�1r_._o,ao2�l The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal Section 00618 Insurance Requirement Form SECTION 00820 PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at hftps://www.eD]s.ciov/eels/search.do to verify the named contractor is not on the (EPSL). ..1 Printed Name of Authorized Representative Sign re oyAuthorized Representative SanPik Incorporated Name of Contractor [ 61 f - Project Number Local Government (City/Town) President Title Date ti - z . Project Name END OF SECTION 00820-1 SECTION 00825 SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.epls.gov/epls/search.do to verify the named contractor is not on the (EPSL). Printed Name of Authorized Representative Sig tore Authorized Representative Name of Contractor I0b Project Number Local Government City/Town) Title 1A a ld'�> Date e L T' i1 b %. v -- Project Name END OF SECTION IFB 19/20-54 110 N. Sunland Dr. Manhole Replacement 00825-1 0����` CITY OF ORD �,� `'�^'� FINANCE DEPAPTMENI' SECTION 00860 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. SanPik Incorporated Name of Bidder / R Sigiature d'f Authorized Representative Matthew Sands/President 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's IFB 19120-54 110 N. Sunland Dr. Manhole Replacement 00860-1 Due: July 23, 2020 at 2:OOPM Local Time f'"� CITY OF �"SkNFORD City of Sanford i Finance Department ( Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number: RFP 19/20-54 Dated: Addendum No. FINANCE DEPARTMENT REQUEST FOR PROPOSAL (RFP) Due Date: Addendum No. TERM CONTRACT TITLE: MANHOLE REPLACEMENT IION. SUNLAND DR Attachment "A" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name Sanpik, Inc Mailing Address: 3551 W Lake MaryBlvd ,Ste 210, Lake Mary, FL 32746 Telephone Number: 407-988-1033 Fax Number: - -'V44/ — Au orizedignatory E-mail Address: info@san.pikinc.com Matthew Sands Printed Name President 8/11/2020 Title Date FEIN: 47-1475163 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal`' Attachment "B" 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 proposalibid 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 City of Sanford ( Finance Department I Purchasing Division Solicitation -- 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: CITY OF (=� SORA Phone: 407.688.5028 or 5030 ( Fax: 407.688.5021 RFP 19/20-54 Joint Venture FINANCE DEPARTMENT REQUEST FOR PROPOSAL (RFP) Due Date: TERM CONTRACT Florida TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DR Attachment "B" 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 proposalibid 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 (Please place a check mark ✓) next to a plicabletype) Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of incorporation Florida Principal Place of Business (Enter Address) 3551 W Lake Mary Blvd., Ste 210 Lake Mary, Florida 32746 Federal I.D. or Social Security Number 47-1475163 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "B", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Sanpik, Inc Mailing Address: 3551 W Lake Mary Blvd., Ste 210, Lake Mary, FL 32746 Telephone Num r: 40 -988-1033 Fax Number: Matthew Sands Author' ed Si atory Printed Name President Title 8/11/2020 Date E-mail Address: info sanpikinc.c rn FEIN: 47-1475163 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE ,v -Failure to submit this form may be grounds for disqualification of your submittal - 2 0CITY OF �AlOTF®RD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 Solicitation Number: RFP 19/20-54 REQUEST FOR PROPOSAL (RFP) Due Date: 1' t , FINANCE DEPARTMENT TERM CONTRACT TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DR Attachment "C" 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. Project #1: Project Name: Lake Richmond Sewer Replacement of Project/Service: Removal and replacement of 8" and 10" gravity sewer along with lea Manholes -Type Address: Lake Richmond, Orlando, FL 32811 Agency/Client: Cit of Orlando -Contracting Contact Name and Phone #: Gre o Sha[ / 407-770-9375 Contact Email Address and Fax #: re o .shat cit oforlando.net Contract Amount: 678,705.00 Start Date: Jan -2020 I End Date: arch -2020 Project #2• Project Name: 1 st Street Lift Station ofPro'ect/Service: Construction of new Lift Station, force main, valve vault, control panel and accessories. -Type Address:1 st Street, Sanford, FL 32771 Agency/Client: City of Sanford -Contracting Contact Name and Phone #: Richie Casella / 407-688-5095 Contact Email Address and Fax #: riehard.casella sanfordfl. ov Contract Amount: $445,500.00 Start Date: Feb -2019 End Date: Nov -2019 Project'#3: Pro'ectName: 115 Wildwoodr. Drainage improvements of Project/Service: Installation of 180ft of 15" RCP and Catch basins -Type Address: 115 Wildwood Dr., Sanford, FL 32773 Agency/Client: City of Sanford -Contracting Contact Name and Phone #: Jeff Davis / 386-671-8618 Contact Email Address and Fax #: le avis san or .gov Contract Amount: $28,680.00 Start Date: July -2019 End Date: July -2019 Project #4• Project Name: Flewelling Ave Drainage of Project/Service: Installation of storm drainage, structures and baffle box. -Type Address: Flewelling Dr., Ocoee, FL 34761 Contracting Agency/Client: City of Ocoee Public Works Dept. - - Contact Name and Phone #: Richard Campanale 1407-905-3170 Contact Email Address and Fax #: rictiard.campanale@ci.ocoee.fl.us -Contact Contract Amount: $343,000.00 Start Date: I Feb -2018 I End Date: April -2018 Project #5: Project Name: Alaqua Drainage PH2 Type of Project/Service: Installation of 400ft of 30" storm drainage and structures Address: Alaqua Subdivision, Lake Mary, FL 32779 Agency/Client: Alaqua POA -Contracting Contact Name and Phone #: David Gierach / 407-322-6841 Contact Email Address and Fax #: dgieraeh@cpheorp.eom Contract Amount: $98,575.00 1 Start Date: pry -18 End Date: May -2018 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- - ANFORD CITY OF City of Sanford I Finance Department l Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number: RFP 19/20-54 REQUEST FOR PROP®SAI, (RFP) Due Date: = rINANC[D[PARTMENT Trade, Services or Materials portion to be subcontracted TERM CONTRACT Federal ID TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DR Attachment "E" Pro osed Schedule of Subcontractor Partici ation X No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFP 19/20-54 Title: MANHOLE REPLACEMENT 110 N. SUNLAND DR Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value Hispanic SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran 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, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "E", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Bidder/Contractor Name: Sanplk, Inc Mailing Address: 3551 W Lake Mary Blvd., Ste 210 Lake Mary FL 32746 Telephone Numb 407- 8-1033 Fax Number: Autho` ed Sign President Title Matthew Sands Printed Name 8/11/2020 E-mail Address: info(cD_sanpikine.eom FEIN: 47-1475163 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE ®-Failure to submit this form may be grounds for disqualification of your submittal' ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERM'S AND CONDITIONS Item Total Price 1. Lump Sum Price 4. TOTAL RFP PRICE $ 34,375.00 Lump sum Price in Words Thirty Four Thousand, Three Hundred and Seventy Five Dollars I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RPP document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFP document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the RFP 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 "F" 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 RFP document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Sanplk, Inc Mailing Address: 3551 W Lake Mary Blvd., Ste 210, Lake Mary, FL 32746 TelephoneN•• 40 88-1033 Fax Number: Autho ` ed Sign ry Matthew Sands Printed Name Title President 8/11/2020 Date STATE OF FLORIDA COUNTY OF E-mail Address: info(e_sanpikinc.eom FEIN: 47-1475163 I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared &&AI —,�DiJr who is personally known to me or {} who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by by means of 0 physical presence or { } online notarization on the day of Auv 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. City of Sanford I Finance Department I Purchasing Division Solicitation - 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: art orSkNFORD (Do) Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 RFP 19/20-54 REQUEST FOR PROPOSAL (RFP) Due Date: IINANCE DEPARTMENT TERM CONTRACT TITLE: MANHOLE REPLACEMENT 110 N. SUNI.,AND DR ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERM'S AND CONDITIONS Item Total Price 1. Lump Sum Price 4. TOTAL RFP PRICE $ 34,375.00 Lump sum Price in Words Thirty Four Thousand, Three Hundred and Seventy Five Dollars I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RPP document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFP document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the RFP 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 "F" 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 RFP document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Sanplk, Inc Mailing Address: 3551 W Lake Mary Blvd., Ste 210, Lake Mary, FL 32746 TelephoneN•• 40 88-1033 Fax Number: Autho ` ed Sign ry Matthew Sands Printed Name Title President 8/11/2020 Date STATE OF FLORIDA COUNTY OF E-mail Address: info(e_sanpikinc.eom FEIN: 47-1475163 I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared &&AI —,�DiJr who is personally known to me or {} who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by by means of 0 physical presence or { } online notarization on the day of Auv 2020, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid thisA, day of '2020. (NotaPublic in and for the County and State Aforementioned) SEAL My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE ®'Failure to submit this form may be grounds for disqualification of your submittal61 TYLER GREGORY NELSON ELDON Notary Public -State of Florida �Ay commission GG 956367 RV Mmy y commission Expires oil February 09 2024 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: ITY OF S kNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 RFP 19/20-54 REQUEST FOR PROPOSAL (RFP) Due Date: FINANCE DEPARTMENT TERM CONTRACT TITLE: MANHOLE REPLACEMENT 110 N. SUNLAND DR WITNESS my hand and official seal in the County and State last aforesaid thisA, day of '2020. (NotaPublic in and for the County and State Aforementioned) SEAL My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE ®'Failure to submit this form may be grounds for disqualification of your submittal61 TYLER GREGORY NELSON ELDON Notary Public -State of Florida �Ay commission GG 956367 RV Mmy y commission Expires oil February 09 2024 CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) Solicitation Title: Manhole Replacement 110 N. Sunland Dr. Number: IFB 19/20-54 Opening Date: August 11, 2020 Opening Time: 2:00 p.m. Documents Including Announcement of This Opening Are Available for Viewing or Downloading at yry vrm _E7yRygD_ orlink.com Location of Opening: Commission Chambers and Ring Central https://meetings.ringcentral.com/j/149900088, 1. On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. X IFB - Announced the name of each bidder and the amount of their bid _ RFP - Announced the name of each respondent RFQ- Announced the name of each respondent _ If any submission was not opened and/or announced: check this item and indicate on tabulation below specific information as to why the submission was not opened or announced All submussions were opened and read. The tabulation below reflects the information read 2. Name of City Empl e who announced the bids: Lindsey Bofadzijev Certification (1) by: � '� T" ° f�� „ Lindsey Bojadzijev, Purchasing Anal Signau a Date Printed Name & Title Certification (2) by: ax Signature Date Printed Name Title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note: City of Sanford Procurement Procedure 6-500 mandates that as applicable to an IFB: the name of each bidder and the specific amount of the bid will be shared at the opening; for an RFP or RFQ the name of each person or firm will be shared at the opening. (Florida Statures maybe found at: http://www.leg.state.fl.us/statutes/) Tabulation Bidder Bid Total r f i k.., If Po r f 6`60 - o 1�.,y- ()r)0. t _ Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page 1 of 1 pages r, CITY OF SkNFORD FINANCE DEPARTMENT 300 N. Park Avenue, Sanford, Florida 32771 • Telephone (407) 688-5028 Fax (407) 688-5021 • Email: purchasing@sanfordfl.gov August 14, 2020 Re: IFB 19/20-54 Manhole Replacement 110 N. Sunland Drive Sanford, FL 32771 To Whom It May Concern: The City of Sanford Purchasing Division hereby provides notification of its intent to award the above referenced solicitation to the below listed firm: SanPik Incorporated This Notice of Intent to Award is subject to final approval by department therefore, this Notice does not constitute the formation of an agreement between the City and the apparent successful bidder. The successful bidder shall not acquire any legal or equitable rights relative to this solicitation until an agreement, and/or purchase order, containing terms and conditions acceptable to the City is duly approved and executed by the City. In the event the apparent successful bidder fails to accept, negotiate, and execute the agreement with the City, at its sole discretion, the City may revoke the award and proceed to award to the next lowest, responsive and responsible bidder, reject all bids received, cancel the solicitation, and/or re -solicit at a later time. The City further reserves the right to cancel this Notice of Intent to Award at any time prior to execution of a written agreement and/or purchase order, as applicable. Thank you for your interest in doing business with the City of Sanford, Florida. We look forward to receiving your submittals in the future. Respectfully, Op 4 Marisol Ordonez Purchasing Manager ° v s w° O of .c �' t p U O a a ' � R vL � U O s � 6j N CQ � o CCt rr c. o c n.�y — P►� .�-i .0 � Fr O O m ci .v. c ,n O. � C T � V1 H zH O O U o 000� N • CIO coo Of) Cf) 6 C .D ••1 � O U vii vii bA E € U � •� o c v � •~ in � p,y � � o R 10 bt ^N F cc M d' cc O o T e 19 S,o v ^� p v •• of W MQO F+WW o M U Y ° U O � 3 R l U ° > `./ O fy W 4' td O GQ W R T y —nil