2393 IFB 19/20-85 Parthenon Constr Co-Elm Ave & 26th St Sidewalk/Drainage ImprovementsXI, I FINANCE DEPARTMENT
Wednesday, December 01, 2021
`Co: City Clerk
RE: IFB 19/20-85 Panthenon Construction Co. Elm Ave & 26th St. Sidewalk & Drainage
Improvements
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
F�
Special Instructions:
From
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc
1 -Dec -21
Date
SECTION 00620
AGREEMENT FORM
PART GENERAL
1.01 THIS AGREEMENT, made and entered into theN day of
by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida
32771, a municipal corporation of the State of Florida, holding tax exempt status,
hereinafter referred to as the "CITY" (also referred to as "OWNER") and
Parthenon Construction Company_, whose principal and local address is
105 W. 7th Street, Orlando, FL 32824 , 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 Manual, any technical specifications as incorporated by the
Project Manual; the Drawings as listed in the Project Manual, all Written
Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's
written interpretations and clarifications issued on or after the Effective Date of
this Agreement, and all documents which are fully a part of the Contract with the
City are identified by title and number as set forth below and are available for
review at and downloading from the City's Web site (site in full) and all
documents are agreed to be incorporated into the Contract as if physically
attached to the Contract and are, further, agreed to be incorporated into the
Contract as if fully set forth therein verbatim. The Contract Documents include:
1. Executed, Section 00520 - Agreement Form.
2. The Project Manual. Note the Index (starting on page number 00001-1 of
the Project Manual) includes all instructions, terms, general and
supplemental conditions, bid documents, plans, prints and specifications
pertaining to the Project.
3. Addenda Applicable to the Bid
4. Contractor's Bid, 00410.
5. Performance Bond, 00605.
6. Payment Bond, 00610
7. Material and Workmanship Bond, 00615.
8. Non -Collusion Affidavit, 00432
9. Conflict of Interest Affidavit, 00434
10. Florida Statutes on Public Entities Crime Affidavit, 00436
11. Compliance With the Public Records Law Affidavit, 00438
12. Bidder Qualification Affidavit, 00440
13. Certification Of Non -Segregated Facilities (Executed Form), 00450
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements
1FI3 19/20-85
00520-1
AGREEMENTFORM
14. Disputes Disclosure (Executed Form), 00452
15. Drug Free Workplace (Executed Form), 00454
16. Unauthorized (illegal) Alien Workers Affidavit, 00456
17. E -Verify Compliance Affidavit, 00458
18. Americans With Disabilities Act Affidavit, 00460
19. Financial Information (Executed Form) (If Required by City), 00462
20. Insurance Certificate(s)
21. Notice of Award, 00510
22. Criminal Background Check Requirements (if Required for Project by
City), 00470
23. Notice to Proceed, 00530.
24. Consent of Surety to Final Payment (Executed Form), 00617.
25. Contractor's Application for Payment (Executed Forms), 00625,
26. Certificate of Substantial Completion, 00626.
27. Certificate of Final Completion, 00627.
28. Contractor's Partial Release of Lien (Executed Forms), 00640.
29, Contractor's Release of Lien (Executed Form), 00645.
30. Subcontractor's Partial Release of Lien (Executed Forms), 00644.
31. Subcontractor's/Supplier's Release of Lien Final and Complete (Executed
Form), 00645.
32. Project Field Order (Executed Form), 00840.
33. Work Directive Change (Executed Form), 00845.
34. Change Order (Executed), 00850.
35. 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 Elm Avenue and 26th Street Sidewalk and Drainage
Improvements (IFB No. 19/20-85).
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 the General Conditions, within 30 calendar days from the actual date
of substantial completion.
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-2
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 $500.00 for each calendar day
that expires after the time specified in Paragraph C for substantial completion
until the Work is substantially complete. It is agreed that if this Work is not
Finally completed in accordance with the Contract Documents, the
CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not
as penalty, one-fourth (%) of the rate set forth above.
E. Contract Price
Unit Price Contract
The Owner will pay the Contractor in current funds for the performance of the
Work, subject to additions and deductions by Change Order, and subject to the
Measurement and Payment Provisions, and subject to actual constructed
quantities; the Total Contract Price of
Dollars ($ 178,880.00 ). Payments will be made to the Contractor
basis of the Schedule of Unit Prices included as a part of his Bid, which shall be
as fully a part of the Contract as if attached or repeated herein.
F. City of Sanford Tax Recovery
The CONTRACTOR shall cooperate with the CITY in the implementation of the
CITY's tax recovery program and, to that end, the CITY may make purchases
directly under its purchase order processes relative to various materials, supplies
and equipment that may be part of the services provided under this Agreement.
The CONTRACTOR hereby recognizes the right of the CITY to engage in tax
recovery/savings through direct purchases.
G. Payments
The Owner will make payments as provided in the General Conditions and
Supplementary Conditions.
H. Retainage
In accordance with the provisions of the State of Florida Local Government
Prompt Payment Act, the value of each application for payment shall be equal to
the total value of the Work performed to date, less an amount retained, and less
payments previously made and amounts withheld in accordance with the General
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1F13 19/20-85 00520-3
Conditions and Supplementary Conditions. Retainage for this Project is 10%, to
be held by Owner as collateral security to ensure completion of Work. When the
Work is 50 percent complete, defined as being 50 percent complete based on the
construction progress schedule as updated during construction, and expenditure
of at least 50 percent of the total updated construction cost, retainage shall be
reduced in accordance with State law.
Engineer
The Project has been designed by Neel -Schaffer Inc., referred to in the
documents as the 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 1970, 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
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-4
(including, but not limited to, its officers, employees, and agents) the
agent, representative, or employee of the CITY for any purpose, or in any
manner, whatsoever. The CONTRACTOR is to be and shall remain
forever an independent contractor with respect to all services performed
under this Agreement.
8. Persons employed by the CONTRACTOR in the provision and
performance of the goods and/or services and functions pursuant to this
Agreement shall have no claim to pension, workers' compensation,
unemployment compensation, civil service or other employee rights or
privileges granted to the CITY's officers and employees either by
operation of law or by the CITY.
9. No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall be honored by the CITY.
10. Execution of this Agreement by the CONTRACTOR is a representation
that the CONTRACTOR is familiar with the goods and/or services to be
provided and/or performed and with local conditions. The
CONTRACTOR shall make no claim for additional time or money based"
upon its failure to comply with this Agreement, The CONTRACTOR has
informed the CITY, and hereby represents to the CITY, that it has
extensive experience in performing and providing the services and/or
goods described in this Agreement and that it is well acquainted with the
components that are properly and customarily included within such
projects and the requirements of laws, ordinance, rules, regulations or
orders of any public authority or licensing entity having jurisdiction over
the CITY's Projects.
11. Quality, Professional Standards, and Security Requirements
a. Under this paragraph 11, the term "CONTRACTOR'S employees"
shall include CONTRACTOR'S agents, employees and
SUBCONTRACTORS extending to SUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
quality, accepted standards, technical accuracy, neatness of
appearance of employees, employee conduct, safety, and the
coordination of all services furnished by the CONTRACTOR under
any Agreement resulting from this solicitation. The City reserves
the right to require all CONTRACTOR employees, when on City
property or Work sites, to wear identification badges at all times
which, at a minimum, provides the name of the employee and the
CONTRACTOR.
C. The CITY reserves the right to require the CONTRACTOR to
provide to the CITY a list of employees working on the project.
Also, the list shall include employee working days, times and
assignments within forty-eight (48) hours of the CITY's written
request for such information. This information will be reviewed,
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1F13 19/20-85 00520-5
screened and verified by the CITY, prior to the employees of the
CONTRACTOR entering the CITY's premises and/or work sites.
d. The CONTRACTOR shall comply with Section 00525 concerning
criminal background check requirements of the employees of the
Contractor and Subcontractors.
e. In the event employees of the Contractor and Subcontractor do
not qualify to Work on the Project due to A) Failure to have the
required criminal background check reports submitted to the City
by the FDLE; or B) Unsatisfactory background check reports on
employees; then those employees will be disqualified by the City,
and those disqualified employees will not be allowed to Work on
the Project. Disqualification of employees to Work on the Project
is a non -excusable delay to the Contract for which the City will not
grant a Contract Time extension.
f. Additionally, the CITY may request and the CONTRACTOR shall
provide the name, address and social security number and
licenses (driver's, commercial drivers license or CDL, or other
operator's license) for employees of the CONTRACTOR and/or
SUBCONTRACTORS that may work on the CITY's premises in
positions found by the City to be critical to the security and/or
public safety of the CITY by reason of access to any publicly
owned or operated facility. The CONTRACTOR shall release such
information upon approval of the affected employees. If an
employee refuses to authorize the release of their address, social
security number and/or licenses they shall not be allowed to work
or continue to work in such critical positions.
g. The CONTRACTOR shall work closely with the CITY on all
aspects of the provision of the goods and/or services. With
respect to services, the CONTRACTOR shall be responsible for
the professional quality, technical accuracy, competence,
methodology, accuracy and the coordination of all of the following
which are listed for illustration purposes and not as a limitation:
documents, analysis, reports, data, plans, plats, maps, surveys,
specifications, and any and all other services of whatever type or
nature furnished by the CONTRACTOR under this Agreement.
The CONTRACTOR shall, without additional compensation,
correct or revise any errors or deficiencies in his/her/its plans,
analysis, data, reports, designs, drawings, specifications, and any
and all other services of whatever type or nature. The
CONTRACTOR's submissions in response to the subject bid or
procurement processes are incorporated herein by this reference
thereto.
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
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19/20-85 00520-6
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
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
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19/20-85 00520-7
d. Coordinating and managing the CONTRACTOR's preparation of
any necessary applications to governmental bodies, to arrange for
submission of such applications.
23. Until further notice from the City Manager the designated representative
for this Agreement is:
Jeff Davis, Project Manager
Public Works Department
City of Sanford
P.O. Box 1788
Sanford, Florida 32772
24. CITY may terminate this Agreement for convenience at any time or for
any one (1) or more of the reasons as follows:
a. If, in the CITY's opinion, adequate progress is not being made by
the CONTRACTOR due to the CONTRACTOR 's failure to
perform; or
b. If, in the CITY's opinion, the quality of the goods and/or services
provided by the CONTRACTOR is/are not in conformance with
commonly accepted professional standards, standards of the
CITY, and the requirements of Federal and/or State regulatory
agencies, and the CONTRACTOR has not corrected such
deficiencies in a timely manner as reasonably determined by the
CITY; or
C. The CONTRACTOR, or any employee or agent of the
CONTRACTOR, is indicted or has a direct charge issued against
him for any crime arising out of or in conjunction with any Work
that has been performed by the CONTRACTOR; or
d. The CONTRACTOR becomes involved in either voluntary or
involuntary bankruptcy proceedings, or makes an assignment for
the benefit of creditors; or
e. The CONTRACTOR violates the Standards of Conduct provisions
herein or any provision of Federal, State or local law or any
provision of the CITY's Code of Conduct.
25. In the event of any of the causes of termination, the CITY's designated
representative may send a certified letter to the CONTRACTOR
requesting that the CONTRACTOR show cause why the Agreement
should not be terminated. If assurance satisfactory to the CITY of
corrective measures to be made within a reasonable time is not given to
the CITY within seven (7) calendar days of the date of the letter, the CITY
may consider the CONTRACTOR to be in default, and may then
immediately terminate this Agreement.
26. In the event that this Agreement is terminated for cause and it is later
determined that the cause does not exist, then this Agreement or the
Purchase/Work Order shall be deemed terminated for convenience by the
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00620-8
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.
35. In the event the
CONTRACTOR
CONTRACTOR
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements
1FB 19/20-85
CITY suspends the performance or provision of the
services hereunder, the CITY shall so notify the
in writing, such suspension becoming effective within
11 1
AGREEMENT FORM
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.
b. In accordance with Section 725.06, Florida Statutes, adequate
consideration has been provided to the CONTRACTOR for this
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
lFB 19/20-85 00520-10
obligation, the receipt and sufficiency of which is hereby.
specifically acknowledged.
C. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the CITY as set forth in Section 768.28, Florida
Statutes.
d. In claims against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
subCONTRACTORs, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Section shall not be limited by
a limitation on amount or type of damages, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
subCONTRACTORs, under Workers Compensation acts,
disability benefits acts, or other employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; provided, however, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
f. The CONTRACTOR shall submit a report to the CITY within
twenty-four (24) hours of the date of any incident resulting in
damage or which is reasonably likely to result in a claim of
damage.
39. The CONTRACTOR shall obtain or possess and continuously maintain
the insurance coverage as set forth and required in the bid documents.
40. All insurance other than Workers Compensation and Professional Liability
that must be maintained by the CONTRACTOR shall specifically include
the CITY as an additional insured.
41. The CONTRACTOR shall provide Certificates of Insurance to the CITY
evidencing that all such insurance is in effect prior to the issuance of the
first Purchase/Work Order under this Agreement from the CITY. These
Certificates of Insurance shall become part of this Agreement. Neither
approval by the CITY nor failure to disapprove the insurance furnished by
a CONTRACTOR shall relieve the CONTRACTOR of the
CONTRACTOR's full responsibility for performance of any obligation
including the CONTRACTOR's indemnification of the CITY under this
Agreement. If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate of Authority, (2) no longer
comply with Section 440.57, Florida Statutes, or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
shall, as soon as the CONTRACTOR has knowledge of any such
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
Elm Avenue & 261" Street Sidewalk
& Drainage Improvements AGREEMENT FORM
lFB 19/20-85 00520-11
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
orkingsolely 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
have. The CONTRACTOR further certifies that any conflict of interest
that arises during the term of this Agreement shall be immediately
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-12
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
provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the CITY.
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-13
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 111, Chapter 112, Florida Statutes,
relating to ethics in government.
64. The CONTRACTOR shall maintain books, records, documents, time and
costs accounts and other evidence directly related to its provision or
performance of services under this Agreement. All time records and cost
data shall be maintained in accordance with generally accepted
accounting principles.
65. The CONTRACTOR shall maintain and allow access to the records
required under this Section for a minimum period of five (5) years after
the completion of the provision or performance goods and/or services
under this Agreement and date of final payment for said goods and/or
services, or date of termination of this Agreement.
66. The CITY may perform, or cause to have performed, an audit of the
records of the CONTRACTOR before or after final payment to support
final payment under any Purchase/Work. Order issued hereunder. This
audit shall be performed at a time mutually agreeable to the
CONTRACTOR and the CITY subsequent to the close of the final fiscal
period in which goods and/or services are provided or performed. Total
compensation to the CONTRACTOR may be determined subsequent to
an audit as provided for in this Section, and the total compensation so
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19/20-85 00520-14
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.
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-15
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 c1 the CONTRACTOR
to comply with the express written notice requirements herein. Computer
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19/20-85 00520-16
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
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19/20-85 00520-17
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
93. In the event that CITY procedures are exhausted and a suit is filed or
legal remedies are otherwise pursued, the parties shall exercise best
efforts to resolve disputes through voluntary mediation. Mediator
selection and the procedures to be employed in voluntary mediation shall
be mutually acceptable to the parties. Costs of voluntary mediation shall
be shared equally among the parties participating in the mediation.
94. This Agreement may be executed in any number of counterparts, each of
which shall be deemed an original, but all of which, taken together, shall
constitute one and the same document.
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-18
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written
CONTRACTOR:
Name of Firm
L k
By,�n��_�.wa�
ature) Date
Printed Name and Title
ATTEST
By (Signature) Date
Print -d Name and Title
OWNER -
Hrintea Name and I itie
By (Signature) Date
Traci Houchin, City Clerk
Printed Name and Title
Approved as to f -15"o-
I cc
City Attorney
END OF SECTION
(SEAL)
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements AGREEMENT FORM
IFB 19120-85 00520-19
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
�.-M-
U C.,
Name of Firm
By (Signature) Date (SEAL)
Printed Name and Title
ATTEST:
By (Signature) Date
Printed Name and Title
M
— / # -e- ( �- FO
By I Katurel)/ DateQ
MAP
77 PIT,
Art Woodruff, Mayor
Printed Name and Title
ATTEST:
By (Sign
"A)tMo Date
Traci H(
Printed Name and Title
Approved as to form and
legal sufficiency.
William L. Colbert Date
City Attorney
END OF SECTION
Elm Avenue & 261h Street Sidewalk
& Drainage Improvements AGREEMENT FORM
1FB 19/20-85 00520-19
Schuller Contractors Incorporated: $276,172.00
Stage Door 11, Inc.: $291,611.00
Cathcart Construction Company -Florida LLC: $298,752.30
Estep Construction Inc.: $299,063.00
W.T. Comp Inc.: $371,826.00
Masci General Contractor, Inc.: $454,522.65
The bidder listed and associated with an * could not be located on the Florida Department of State's
Sunbiz Web site.
Parthenon Construction Company is being proposed to be awarded the contract for the bid as the
lowest responsive and responsible bidder.
All subsequent implementing procurement activity will be implemented in accordance with City
Purchasing Policies and Procedures and associated legal requirements.
LEGAL REVIEW:
The Assistant City Attorney has reviewed this matter, prepared the budget resolution, and has no
legal objection to the actions when implemented in accordance with City Purchasing Policies and
Procedures with a contract being drafted in accordance with controlling law by appropriate
personnel. The City Assistant City Attorney also provided other comments to City staff as to this
matter.
RECOMMENDATION:
City staff recommends that the City Commission approve Resolution No, 2932, to amend the
budget in an amount not to exceed $178,880, award bid IFB 19/20/85, and procurement to
Parthenon Construction Company of Orlando for the Elm Avenue and 200 Street Sidewalk and
Drainage Improvements Project.
SUGGESTED MOTION:
"I move to approve Resolution No. 2932, to amend the budget in an amount not to exceed
$178,880, award bid IFB 19/20/85, and procurement to Parthenon Construction Company of
Orlando for the Elm Avenue and 26"' Street Sidewalk and Drainage Improvements Project."
Attachments: (1). Bid opening minutes and engineer's recommendation.
(2). Budget amendment resolution.
2 1 17 ' '', - --
Resolution No. 2932
A Resolution of the City of Sanford, Florida, amending
the City's annual operating budget for the fiscal year
beginning October 1, 2020 and ending September 30,
2021; providing for implementing administrative actions;
providing for a savings provision; providing for
conflicts; providing for severability and providing for an
effective date.
Whereas, the Commission of the City of Sanford, Florida has adopted an annual
operating budget for the fiscal year beginning October 1, 2020 and terminating on
September 30, 2021 specifying certain projected revenues and expenditures for the
operations of Sanford municipal government; and
Whereas, the City's budget presumes that each department generally will, to the
best of their ability, maintain its expenditures within its allocated budgeted level and
exercise prudence in expending funds during the course of the City's fiscal year; and
Whereas, from time -to -time circumstances and events may require that the
original City budget may need revision; and
Whereas, the City Commission, in its judgment and discretion, has the authority
to adjust the budget to more closely coincide with actual and expected events.
Now, therefore, be it adopted and resolved by the City Commission of the
City of Sanford, Florida as follows:
Section 1. Adoption of Budget Amendment.
The annual operating budget of the City of Sanford for the fiscal year beginning
October 1, 2020 and terminating on September 30, 2021 is hereby revised and
amended by Attachment "A". The Attachment is hereby incorporated into this
Resolution as if fully set forth herein verbatim. Except as amended herein, the annual
operating budget for the City of Sanford for fiscal year beginning October 1, 2020 and
terminating on September 30, 2021 shall remain in full force and effect.
Section 2. Implementing administrative actions.
The City Manager, or designee, is hereby authorized and directed to implement
the provisions of this Resolution by means of such administrative actions as may be
deemed necessary and appropriate.
Section 3. Savings.
The prior actions of the City of Sanford relating to the adoption of the City budget
and related activities are hereby ratified and affirmed.
Section 4. Conflicts.
All resolutions or parts of resolutions in conflict with this Resolution are hereby
repealed.
Section 5. Severability.
If any section, sentence, phrase, word, or portion of this Resolution is determined
to be invalid, unlawful or unconstitutional, said determination shall not be held to
invalidate or impair the validity, force or effect of any other section, sentence, phrase,
word, or portion of this Resolution not otherwise determined to be invalid, unlawful, or
unconstitutional.
Section 6. Effective Date.
This Resolution shall become effective immediately upon enactment.
21
Passed and adopted this 8th day of February, 2021.
Attest: City Commission
Sanford
Traci Houchin, MMC, FCRM �-/Art
City Clerk
For use and reliance of the Sanfo
City Commission only.
Approved as to form and legality.
William Colbert, City Attorney
of the City of
REQUEST FOR BUDGET AMENDMENT
Fiscal Year
Department: Public Works Division: Stormwater Date: 1/2012021
CHANGES IN REVENUES
RFVENUE ACCOUNT NUIABrA Current Current Aroo.rit of Adjusted
Fund Revenue, AotCd El,� Project X Ro,,olue Account Title Budget Unrealized (Budgell Cluing. Unreala.d
402 0000 189 -98-00 SW2101 ctormwater neeZs $ $ 178,880 $ 178,880
TOTAL CHANGES IN REVENUES $ 178,880
CHANGES IN EXPENDITURES
EXPENDITURE ACCOUNT NUtABER Cur,crit current
Arnount of Reirituning
fund Option, Activity Obi E10 Project 9 Expenditure, Account Title Budget Ba ame Change Saj-w
402 404-6 641 63 00 SW21101F--�ftormwater needs $ 178,880 $ 1-78.-88- 0 --
TOTAL CHANGES IN EXPENDITURES FALSE
REASON FOR AMENDMENT: Budget for Elm Avenue Drainage
DIRECTOR APPROVAL:
DATE:
FINANCE APPROVAL: DATE:
CITY COMMISSION AGENDA DATE:— 8 -Feb -21 APPROVED?_ Y
Entry Date: Batch Number: Document #:
112012021
NEEL-SCHAFFER
engineers
IUL Solutions you can build upon
planners
Huffman Inc. DBA NuWave Concrete
surveyors
January 20, 2021
environmental
ThadCon, LLC
scientists
Schuller Contractors Incorporated
landscape
Stage Door 11, Inc
architects
Mr. Jeff Davis
$298,752.30
Project Manager - Public Works
$299,063.00
City of Sanford
$371,826.00
300 N. Park Ave.
$454,522.65
Sanford, FL 32771
Re: ELM AVENUE AND 26TH STREET SIDEWALK AND DRAINAGE IMPROVEMENTS
PUBLIC WORKS DEPARTMENT
CITY OF SANFORD, SEMINOLE COUNTY, FLORIDA
Dear Jeff:
On January 7, 2021, the City of Sanford received sealed construction bids for the above referenced project
from eleven (11) contractors. The eleven (11) bids received by the City of Sanford Purchasing Division
are listed below. The Engineer's Estimate of Probable Cost is $248,000.00.
Parthenon Construction Co.
$178,880.00
Affordable Development/Driveways Inc
$206,161.62
Huffman Inc. DBA NuWave Concrete
$239,891.00
Anicon Development Group LLC
$245,227.00
ThadCon, LLC
$247,700.00
Schuller Contractors Incorporated
$276,172.00
Stage Door 11, Inc
$291,611.00
Cathcart Construction Company -Florida LLC
$298,752.30
Estep Construction Inc
$299,063.00
W.T. Comp Inc
$371,826.00
Masci General Contractor, Inc
$454,522.65
The attached certified tabulation of bids represents a summary of the lump sum price bid totals by the
prospective bidders.
Based on a review of the information provided to us, there were two irregular bids in which the
contractors' base bid amounts listed on the bid form did not equal the tally of their individual bid items
listed on the bid breakout forms. Affordable Development/Driveways Inc. indicated a total base bid of
$206,161.62 whereas the total of their base bid breakout items equaled $206,161.64, a difference of
$0.02. Masci General Contractors, Inc. indicated a total base bid of $454,522.65 whereas the total of their
base bid breakout items equaled $468,302.65, a difference of $13,780.00. In addition, one bid was
disqualified, Amcon Legacy Group LLC, due to an incomplete Bid Price Schedule where the unit price
was not included so the total bid value could not be verified. The described irregularities and
discrepancies did not affect the outcome of the lowest bidder (see bid tabulation attached.) The bid
112 S. Sanford Avenue, Sanford, FL 32771 - 407.647.6623 • Fax 601.898.8485
Mr. Jeff Davis
January 20, 2021
Page 2 of 2
breakout forms are used as a mathematical check for the bid values listed on the official bid forms and
not part of the official bid. (see attached bid tabulation summary)
Based upon the information in the bid proposals, each are licensed Contractors in the State of Florida and
seem to possess the manpower and equipment necessary to perform the classes of work within the time
specified. Most of the responses from the contacted references indicate ' that the contractors have
performed satisfactorily on past similar projects and historically completed projects within the specified
contract times.
In summary, based on our review of the qualification submittals from the eleven (11) bidders, our
conversations with references and our analysis of the bid tabulations, we find Parthenon Construction
Co. to be the lowest, responsible, and responsive, however, they are required to complete and submit
indicated missing forms to the Purchasing Division. Refer to the attached Bid Tabulation Summary for
information on specific documentation that must be turned in before the contract is awarded. Therefore,
Neel -Schaffer recommends the Commission consider awarding the total bid in the amount of
$178,880.00 to Parthenon Construction Co for the Elm Avenue and 26th Street Sidewalk and Drainage
Improvements project.
Please call if you have any questions or need additional information.
Sincerely,
Neel -Schaffer, Inc.
Steven R. Cockerharn, P.E.
Senior Project Manager
112 S. Sanford Avenue, Sanford, FL 32771 - 407.647.6623 - Fax 601,898.8485
O
0
05
D P
8
A
SE
SE
ir
0
0
xx
IZ
A
z
1119,
MIA
A
A
MIA
III',
M.
Cf
47
9
o
A
A
A
A
D P
m
z
C
m
0)
-4
X
m
m
ma
o r
z
m
X
0
m
9
m
z
YL
B
O
n
co
z
;u0
0
CITY OF SANFORlFLORIDA - PURCHASING DIVISION
SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes)
Solicitation Title: Elm Ave and ZBthStSidewalk and Drainage Improvements
Number: |F8I9/2O-85 Opening Date: Opening Time: 2:00
Documents Including Announcement of This Opening Are Available for Viewing or Downloading
at www.mv.vendorlink conn
Location ofOpening: Commission Chambers
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 |FB-Annmuncedthenameofeachbidderandtheamountoftheirbid
RFP-Annuunoedthenameofeachrespondent
_
RPO -Announced the name ofeach 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 Employte\w1ho pfi`6`oqced the bids: Marisol Ordonez
Certification (1) bL'A I L' C. 3(�Q� V-1LIc, I Marisol Ordonez, Purchasing Maria
signature (j Date Printed Name & Title
Certification (2)by:(1A'('_&V'U Lindsey Bojadzijev, Purchasing Ana
i Sign 6_1 r e Date Printed Name &Title
3. The public notice indicated bv§Zm6.o10sand 286,01FloridaStatutes unot required because nnrule, resolution,
orformal action has taken place mconsidered at this opening. Therefore, averbatim record ofthe solicitation
specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15.,
elects mfile aprotest o,appeal anaction associated with the identified solicitation.
« Florida Statute oyu7:Sealed bids, proposals, orreplies received hvanagency pursuant mpcompetitive
solicitation are exempt from ,.zzeo7(l) and s.zo(a), Art. |nfthe State Constitution until such time asthe agency
provides notice ofanintended decision o,until 30 days after opening the bids, proposals, or final replies,
whichever uearlier. Note: City nySanford Procurement Procedure a -5o mandates that mapplicable unonoo/the name v/each
bidder and the specific amount nythe bid will brshored otthe vprnmg;fxo*RFP ornF0the name vfeach person mfmnwill oc
shored at the opening. (Florida Statures may befound at: http.-Ilwww.leg.state.fl.uslstotutesl)
Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached.
Tabulation
Bidder
Bid Total
Ve
Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached.
SECTION 00510
NOTICE OF AWARD FORM
TO: Parthenon Construction Com an
NAME OF PROJECT: IFB 19/20-85 Elm Ave and 26Lh Street Sidewalk and Drainage
Improvements
The OWNER has considered the BID submitted by you, dated January 7. 2021 for the
above described WORK in response to the Invitation for Bids and Information for Bidders.
You are hereby notified that your BID has been accepted for BID items in the amount of
$178,888.00.
You are required by the Instructions to Bidder to execute the Agreement and furnish the
required CONTRACTOR'S Performance Bond, Payment Bond, and certificates of insurance
within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said
Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from
receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the
OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The
OWNER will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this --�— day of March, 2021
OWNER: City of Sanford
Nam of OWNE
0)
Z e6m 0,
1'.) George, DZM, '%1zr 3, 10212-:55 E.STI
By (Signature)
Tom George, Deputy Ci tv Manager
(Printed Name and Title)
ACCEPTANCE OF NOTICE
Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by
Compa
Parthenon .,Construction= nV— this Zfdad+ of March,2021.
By
y
I �
Printed Name and Title
City of Sanford Revised 3.20.18 00510-1
Public Work Executed In 2 Counterparts
F.S. Chapter 255.05 (1)(a)
Cover Page
THIS BOND IS GIVEN TO COMPLY WITH SECTION 265.06 OR SECTION 713.23 FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE
WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23
FLORIDA STATUTES.
BOND NO: 54-238115
CONTRACTOR NAME: Parthenon Construction Company
CONTRACTOR ADDRESS: 105 W. Seventh Street
GRANT MALOY, SEMINOLE COUNTY
Orlando, FL 32824 CLERK OF CIRCUIT COURT & COMPTROLLER
CFN# 2021080978 Bk:9963 Page: I 308-1320(13Pgs)
CONTRACTOR PHONE NO: 407-855-7559 REC: 06/16/2021 10:55:35 AM by hdevore
RECORDING FEES $112.00
SURETY COMPANY:
United Fire & Casualty Compa
PO Box 73909
Cedar Rapids, IA 52407-3909 319-399-5700
C)
0 (D
-0
Z
OWNER NAME:
City of Sanford
w
Cr
OWNER ADDRESS:
300 N. Park Avenue
>
rD
Sanford, FL 32771
Ln (D
OWNER PHONE NO.:
407-688-5000
C:
OBLIGEE NAME: (If contracting
-n 0
entity is different from the owner,
r)
the contracting public entity)
=-
CU
LA
Ln
OBLIGEE ADDRESS:
Z
OBLIGEE PHONE NO.:
BOND AMOUNT:
$178,880.00
CONTRACTNO.: (ifapplicable)
IFI3 No. 19/20-85
DESCRIPTION OF WORK:
Elm Avenue and 26th Street Sidewalk and Drainage Improvements
PROJECT LOCATION: Seminole County, Florida
LEGAL DESCRIPTION:
(if applicable)
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon,
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND.
Bond No. 54-238115 SECTION 00606
Executed in 2 Counterparts
PERFORMANCE BOND
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS that:
Parthenon Construction Company
(Name of CONTRACTOR)
105 W. Seventh Street, Orlando, FL 32824
(Address of CONTRACTOR)
CONTRACTOR's Telephone Number:
a Corporation
(Corporation, Partnership, or Individual)
hereinafter called "Principal", and United Fire & Casualty Company
(Name of Surety)
PO Box 73909, Cedar Rapids, IA 52407-3909
(Address of Surety)
Surety's Telephone Number: 319-399-5700
hereinafter called "Surety", are held and firmly bound unto CITY OF SANFORD, 300 N. Park
Ave, Sanford, Florida 32771, hereinafter called "CITY", in the sum of One Hundred Seventy Eight Thousand
Eight Hundred Eighty and 00/100 DOLLARS ($178,880.00---) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be
less than one hundred percent (100%) of the Contract Price.
CITY's telephone number is (407) 688-5028, THE CONDITION OF THIS OBLIGATION is such
that whereas, the Principal entered into a certain Agreement with CITY, dated the
day of 20�a copy of which is hereto attached
and mad l a part hereof for the construction of. Elm Avenue and 26th Street Sidewalk and
Drainage Improvements.
The Project is located (Provide Legal Description. If in R/W, provide address or general
location): right-of-way determination of Elm Avenue between 271h Street north to Park Drive, in
Frank L. Woodruffs Subdivision of Lands in plat book 3, page 44, Pine Crest Heights replat in
olat book 9. oace 77: and in 2" section Dreamwold in plat book 4. pane 30—all inthe public
records of Seminole County, FL
General description of the Work: The CONTRACTOR is responsible for all labor, materials,
equipment, coordination, and incidentals necessary for the construction of 5 -ft, wide sidewalk
alone the west side of Elm Ave from 270, St to Park Dr, and along the south side of 26th St from
Laurel Ave to Myrtle Ave. The project includes about 2,425 linear feet of proposed sidewalk,
driveway replacements, pedestrian crossings, drainage improvements, and minor ditch re -
00606 -1
Elm Avenue and 26th Street Sidewalk Performance Bond
and Drainage Improvements
IFB 19120-85
grading. Additional improvements include the construction of curb and gutter, curb cut ramps,
detectable warning surfaces, and new inlets and pipe system to alleviate flooding on the west side
of Elm Ave.
This Performance Bond is being entered into to satisfy the requirements of Section 255.05,
Florida Statues, and the Agreement referenced above, as the same may be amended.
NOW, THEREFORE, the condition of this obligation is such that if Principal:
1. Promptly and faithfully performs its duties, all the covenants, terms, conditions, and
agreements of said Agreement including, but not limited, to the guaranty period
and the warranty provisions, in the time and manner prescribed in the Agreement;
and
2. Pays CITY all liquidated damages, losses, damages, delay damages, expenses,
costs, and attorneys' fees, including costs and attorneys fees on appeal that
CITY sustains resulting from any breach or default by Principal under the Agreement
then this bond is void; otherwise it shall remain in full force and effect.
The coverage of this Performance Bond is co -equal with each and every obligation of the
Principal under the above referenced Agreement and the Contract Documents of which the
Agreement is a part, except that the coverage of the Performance Bond is limited to one
hundred percent (100%) of the Contract Price.
In the event that the Principal shall fail to perform any of the terms, covenants, and conditions of
the Agreement and the Contract Documents of which the Agreement is a part during the period
in which this Performance Bond is in effect, the Surety shall remain liable to CITY for all such
direct loss or damage (including reasonable attorneys' fees and costs and attorneys' fees and
costs on appeal) resulting from any failure to perform, up to one hundred percent (100%) of the
Contract Price and for indirect damages as determined by CITY up to an additional twenty
percent (20%) over the adjusted Contract Price.
In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the
Surety shall also indemnify and hold CITY harmless from any and all loss, damage, cost, and
expense, including reasonable attorneys' fees and costs for all trial and appellate proceedings,
resulting from the Surety's failure to fulfill its obligations hereunder up to one hundred percent
(100%) of the Contract Price.
The Surety stipulates and agrees that its obligation is to perform the Principal's work under the
Agreement under this Performance Bond. The following preventative options by the Surety are
encouraged; however, preventative options shall not be considered under this Performance
Bond: (i) Surety's financing of the Principal to keep Principal from defaulting under the Contract
Documents; and (ii) Surety's offers to CITY to buy back this Performance Bond. The Surety
agrees that its obligation under this Performance Bond is to: (i) take over performance of the
Principal's work and be the completing Surety even if performance of the Principal's work
exceeds the adjusted Principal's Contract Price; or (ii) re -bid and re -let the Principal's work to a
completing contractor with Surety remaining liable for the completing contractor's performance
of the Principal's work and furnishing adequate funds to complete the work. The Surety
acknowledges that its cost of completion upon default by the Principal may exceed the Contract
00606-2
Elm Avenue and 26th Street Sidewalk Performance Bond
and Drainage Improvements
IFB 19120-85
Price. In any event, the Principal's Contract Time is of the essence and applicable delay
damages are not waived by CITY.
The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall
be direct and immediate and not conditional or contingent upon CITY's pursuit of its remedies
against Principal; however, such obligation shall only arise upon a declaration of default of the
Principal and shall remain in full force and effect notwithstanding (i) amendments or
modifications to the Agreement entered into by CITY and Principal without Surety's knowledge
or consent; and (Ii) the discharge of Principal as a result of any proceeding initiated under the
Bankruptcy Code of 1978, as the same may be amended, or any similar State or Federal law, or
any limitations of the liability of Principal or its estate as a result of any such proceeding.
Any changes in or under the Agreement and Contract Documents and compliance or non-
compliance with any formalities connected with the Agreement or the changes therein shall not
affect Surety's obligations under this Performance Bond and Surety hereby waives notice of any
such changes. However, in the event Change Orders (unilateral or directive change orders and
bilateral change orders) or other modifications to the Agreement and Contract Documents are
executed exceeding one hundred percent (100%) of the Contract Price, the Surety shall be
notified by CITY of such increased by CITY, and the Principal shall be required to increase the
sum of this Performance Bond to be commensurate with the increased Contract Price.
The Surety's liability to CITY shall not be reduced should CITY directly purchase for the purpose
for Sales Tax Recovery certain components and materials to be utilized in the work done by the
Principal pursuant to his obligations under the Agreement. Specifically, the Surety shall remain
fully liable and bound to CITY for the full compliance with the Contract Documents and full
performance and function and all warranties of all components and materials, notwithstanding
the fact that CITY may issue deductive Change Orders and directly purchase such items.
This Performance Bond and the Payment Bond and the covered amounts of each are separate
and distinct from each other.
This Performance Bond is intended to comply with the requirements of Section 255.05, Florida
Statutes, as amended, and additionally, to provide contract rights more expansive than as
required by statute.
00606-3
Elm Avenue and 26th Street Sidewalk Performance Bond
and Drainage Improvements
IFB 19120-85
/ Ll
IN WITNESS WHEREOF, this instrument is executed this_L_I_day of J�'
ATTEST.
By: Secretary
Typed Name of Secretary
E SEAL)
'77 : , /..,, 0--
�\Afitness to CONTRACTOR)
Typed Name
/T
(Witness ZACTOR)
p
Typed Name
PRINCIPAUCONTRACTOR
Parthenon Construction Company
PRINCIPAL /CONTRACT OR
By: CONTRACTORSriqtory rity
Typed Name and Title
105 W. Seventh Street
Address
Orlando, FL 32824
City, State, Zip
407-855-7559 407-855-7759
Telephone No. Facsimile No.
(Surety Signature Page Follows)
00605-4
Elm Avenue and 26th Street Sidewalk Performance Bond
and Drainage Improvements
IFB 19120-85
ATT ST.*
(SURETY) Secretary
Susan L. Reich
Typed or Printed Name
0
Witness as to SURETY"�,,,
Coralise Medal
Type or Printe e
SURETY
United Fire & Casualty Company
SURE
Gloria A. Richards *
Typed or Printed Name
Attomey-in-Fact and Florida Licensed Resident Agent
Title
Address
Cedar Rapids, IA 52407-3909
City, State, Zip
Brianna Stephenson 319-399-5700 319-399-5425
Typed or Printed Name Telephone No. Facsimile No.
*Florida Surety Bonds, Inc.
620 N. Wymore Road, Suite 200
Maitland, FL 32751
Inquiries: 407-786-7770
N=: Date of this Performance Bond must not be prior to date of the Agreement. If
CONTRACTOR is a joint venture, all ventures shall execute this Performance Bond. If
CONTRACTOR is a Partnership, all partners shall execute this Performance Bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
of Florida, unless otherwise specifically approved in writing by CITY.
All bonds shall be originals and issued or countersigned by a local producing agent who
is authorized to operate in the State of Florida. Attorneys -in -fact who sign Bid Bonds or
Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney
to sign such Bond. Agents of surety companies must list their name, address, and
telephone number on all Bonds.
END OF SECTION
Elm Avenue and 26th Street Sidewalk 00606-6 Performance Bond
and Drainage Improvements
IFB 19/20-85
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND.
Bond No. 54-238115 SECTION 00610
Executed in 2 Counterparts PAYMENT BOND
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS that:
Parthenon Construction Company
(Name of CONTRACTOR)
105 W. Seventh Street, Orlando, FL 32824
(Address of CONTRACTOR)
CONTRACTOR's Telephone Number: 407-855-7559
a Corporation
(Corporation, Partnership, or individual)
hereinafter called "Principal", and United Fire & Casualty Company
(Name of Surety)
PO Box 73909, Cedar Rapids, IA 52407-3909
(Address of Surety)
Surety's Telephone Number: 319-399-5700
hereinafter called "Surety", are held and firmly bound unto CITY OF SANFORD, 300 N. Park
Ave., Sanford, Florida 32771, hereinafter called "CITY", in the sum of One Hundred Seventy Eight Thousand
Eight Hundred Eighty and 00/100 DOLLARS ($178,880.00-------- ) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors, and assigns, jointly and severally, firmly by these presents.
CITY's telephone number is (407) 688-5028. THE CONDITION OF THIS OBLIGATION is such
that wh�teas, the Principal entered into a certain Agreement with CITY, dated the / L/ day
of r_ i L&dA= , 20_gaL a copy of which is hereto attached and made a part hereof for the
construction of: Elm Avenue and 26th Street Sidewalk and Drainage Improvements IFB 19120-
85
The Project is located (Provide Legal Description. If in RIW, provide address or general,
location): ri-ght-of-way determination of Elm Avenue between 27th Street north to Park Drive in
records of Seminole County, FL.
General description of the Work: The CONTRACTOR is responsible for all labor, materials,
equipment, coordination, and incidentals necessary for the construction of 5 -ft. wide sidewalk
along the west side of Elm Ave from 27th St to Park Dr, and a_lonq the south side of 26th St from
Laurel Ave to Myrtle Ave. The project includes about 2.425 linear feet of proposed sidewalk,
driveway re lacements edestrian crossings, drainage improvements, and minor ditch re -
Elm Avenue & 260 Street Sidewalk PAYMENT BOND
And Drainage Improvements (100% of Contract Price)
IFB 19/20-85 00610-2
Q improvements include the construction of
grading Additional imp -curb and gutter curb cut ramps.
detectable warning surfaces, and new inlets and pipe system to alleviate flooding on the west
side of Elm Ave.
NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make
payments to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal
with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the
work provided for in the Agreement, then this obligation shall be void; otherwise, it shall remain
in full force and effect subject; however, to the following conditions:
1. This Payment Bond is furnished for the purpose of complying with the requirements
of Section 255.05, Florida Statutes, as same may be amended.
2. It is a specific condition of this Payment Bond that a claimant's right of action on
this Payment Bond is limited to the provisions of Section 255.05, Florida Statutes, including,
but not limited to, the one (1) year time limitation within which suits may be brought.
3. This Payment Bond is conditioned that CONTRACTOR shall promptly make payments
to all persons defined in Section 713.05, Florida Statutes, whose claims derive from the
prosecution of the work provided for in the Agreement.
Therefore, a claimant, except a laborer, who is not in privily with the CONTRACTOR shall,
within forty-five (45) days after beginning to furnish labor, materials, or supplies for the
prosecution of the work, furnish CONTRACTOR with a notice that (s)he may look to
this Payment Bond for protection. A claimant who is not in privity with the CONTRACTOR and
who has not received payment for his/her labor, materials, supplies, or rental equipment within
ninety (90) days after final furnishing of the labor, services, materials, or equipment by claimant,
deliver to CONTRACTOR and to the Surety written notice of the performance of the labor or
delivery of the materials or supplies and of the nonpayment. No action for the labor, materials,
or supplies may be instituted against CONTRACTOR or the Surety on the bond after one (1)
year from the performance of the labor or completion of the delivery of the materials or supplies.
4. Any changes in or under the Agreement or Contract Documents and compliance or
non- compliance with any formalities connected with the Agreement or the changes therein
shall not affect Surety's obligations under this Payment Bond and Surety hereby waives
notice of any such changes. Further, Principal and Surety acknowledge that the sum of this
Payment Bond shall increase or decrease in accordance with the Change Orders (unilateral or
directive change orders and bilateral change orders) or other modifications to the Agreement
or Contract Documents. This Payment Bond shall not cover any components or materials
directly purchased and paid for by CITY pursuant to Sales Tax Recovery.
5. The Performance Bond and this Payment Bond and the covered amounts of each
are separate and distinct from each other. This Payment Bond shall be construed as a
statutory Payment Bond under Section 255.05, Florida Statutes, and not as a common law bond
Elm Avenue & 26th Street Sidewalk PAYMENT BOND
And Drainage Improvements (100% of Contract Price)
IFS 19/20-85 00610-2
IN WITNESS WHEREOF, this instrument is executed thi day of —\JU41jL--
,20 3-1
ATTEST:
By: Secretary
Typed Name of Secretary
(CO PORATE SE)
'(Wfness to CONTRACTOR)
Typed Nam�
f 26�
(Witness WCONTRACTOR)
/TA
Typed Name
Elm Avenue & 261' Street Sidewalk
and Drainage Improvements
IF13 19/20-85
PRINCIPAUCONTRACTOR
Parthenon Construction Com
PRINCIPAL/ CONTRA OR
By: CONTRACTOR eig\hator-yWuthority
Typed Name and Title
105 W. Seventh Street
Address
Orlando, FL 32824
City, State, Zip
407-855-7559 407-855-7759
Telephone No. Facsimile No.
(Surety Signature Page Follows)
00610-3
PAYMENT BOND
(100% of Contract Price)
ATTEST:
(SURETY) Secretary
Susan L. Reich
Typed or Printed Name
Wit-hess as to SURE
Coralise Medal
Typed or Printed Na
Vvitnes's as t-6-90WETY
SURETY
United Fire & Casualty Company
SURE
Gloria A. Richards *
Typed or Printed Name
Attorney -in -Fact and Florida Licensed Resident Agent
Title
PO Box 73909
Address
Cedar Rapids, IA 52407-3909
City, State, Zip
Brianna Stephenson 319-399-5700 319-399-5425
Typed or Printed Name Telephone No. Facsimile No.
*Florida Surety Bonds, Inc.
620 N. Wymore Road, Suite 200
Maitland, FL 32751
Inquiries: 407-786-7770
NOTE: Date of this Payment Bond must not be prior to date of the Agreement. If CONTRACTOR
is a joint venture, all ventures shall execute this Payment Bond. If CONTRACTOR is a
Partnership, all partners shall execute this Payment Bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
of Florida, unless otherwise specifically approved in writing by CITY.
All bonds shall be originals and issued or countersigned by a local producing agent who is
authorized to operate in the State of Florida. Attorneys -in -fact who sign Bid Bonds or
Performance/Payment Bonds must file with such bond a certified copy of their Power of Attorney
to sign such Bond. Agents of surety companies must list their name, address, and telephone
number on all Bonds.
Elm Avenue & 26th Street Sidewalk
& Drainage Improvements
IFB 19120-85
END OF SECTION
00610-4
PAYMENT BOND
(100% of Contract Price)
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
Uf9 CERTIFIED COPY OF POWER OF ATTORNEY
INSURANCE (original on file at Home Office of Company – See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing tinder the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing wider the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
KIM E. NIV, JEFFREY W. REICH, SUSAN L. REICH, TERESA L. DURHAM, GLORIA A. RICHARDS, LISA A.
ROSELAND, SONJA AMANDA FLOREE HARRIS, CHERYL A. FOLEY, ROBERT P. O'LINN, SARAH K. O'LINN, EMILY J.
GOLECKI, JENNA R. DELGADO, CORALISE M. MEDAL, HIENEKA C. HARRINGTON, BRIANNA T. STEPHENSON, EACH
INDIVIDUALLY
their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100 , 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI – Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The president or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affikcd by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attorney-in-fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
0
,\C vice president and its corporate seal to be hereto affixed this 11th day of October, 2013
$ 0 - .. -
CORPORATE Cl7RPORATTi
E
Z= IQLY2z ';O�j UNITED FIRE & CASUALTY COMPANY
=Z
UNITED FIRE & INDEMNITY COMPANY
SEAL L
FINANCIAL PACIFIC INSURANCE COMPANY
State of Iowa, County of Linn, ss: By: Vice President
On 11th day of October, 2013, before me personally came Dennis J. Richmann
to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
& Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
# 04E IF Patti Waddell
0 Iowa Notarial Seal WaAw-"otary Public
Commission number 713274
A..", W Commission Expires 10/26/2022 My commission expires: 10/26/2022
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indentirity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now it full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this day of 20_.
RA•1�: 0
E
=Z� ��)LYZ?
0
SEAL L S101,110,
it tit
tt litti 11IR1000
cirk1i1v049 1217 Ti ; k 11 11 14 14 i14 + k
this 1-1— .. . colored ., ".J.—H .1, — [-I
By: A 3vOcJb
Assistant Secretary,
UF&C & UF&I & FPIC
WS— RM X
Item No.
CITY COMMISSION MEMORANDUM 21.046
FEBRUARY 8, 2021 AGENDA
To: Honorable Mayor and Members of the City Commission
PREPARED BY: Jeffrey J. Davis, Project Manager
SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager
SUBJECT: Award IFB 19/20-85, Elm Avenue an Street Sidewalk and Drainage
Improvements for Constructio Approval of Associated Budget
Amendment Resolution
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
F1 Update Regulatory Framework
F] Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Award of bid IFB 19/20-85 Elm Avenue and 26th Street Sidewalk and Drainage Improvements
Project to the lowest responsive and responsible bidder, Parthenon Construction Company, of
Orlando, as well as an associated budget amendment resolution, is requested.
FISCAL/STAFFING STATEMENT:
The total expenditure is an amount not to exceed $178,880, which funding is available from the
Stormwater Reserves account line.
BACKGROUND:
Elm Avenue, between Park Drive and 27t" Street, has a history of drainage issues that need to be
addressed. Along with the need for mitigating the drainage, a sidewalk is also needed as a large
number of pedestrians use this thoroughfare as a route to Pinecrest Elementary on 27th Street.
Recently Pinecrest Elementary underwent a transformation doubling its capacity. The Project
addresses the needs relating to the subject roadway.
The Project was competitively bid with the following bids being received:
Parthenon Construction Company:
$178,880.00
Affordable Development/Driveways Inc.*:
$206,161.62
Huffman Inc. d/b/a Nuwave Concrete:
$239,891.00
Amcon Development Group LLC:
$245,227.00
ThadCon, LLC:
$247,700.00
A — FLORIDA SURETY BONDS, INCO
May 14, 2021
City ofSanford
3O0N.Park Avenue
Sanford, FL32771
60N. Wymore Road, Suite 200
Maitland, FL3275l
407-786-7770
Fax 407-786-7766
888 -786 -BOND (2663)
Fax 888 -718 -BOND (2663)
www. FloridaSuretyBonds.corn
RE: AUTHORITY TO DATE BONDS AND POWERS OFATTORNEY
Principal: Parthenon Construction Company
Bond No: 54-238115
Project: IFB No. 19/20-85, Elm Avenue and 26th Street Sidewalk and Drainage Improvements
Dear Sir orMadam:
Please be advised that as Surety on the above referenced bond, executed on your behalf for this
project, we hereby authorize You to insert the contract date onto the contractbonds and powers
of attorney.
Once dated, please email to retybmnda.com
or fax a copy of the bonds to our office at (407) 786-7766.
Si
ited Fire & CasualtyC
Gloria A. Richards
Attorney -In -Fact
& Florida Licensed Resident Agerd