Loading...
1912 IFB 17/18-18 10 inch Water Main RelocationI ANCE DEPARTMENT PURCHASING DEPARTMENT 'TRANSMITTAL MEMORANDUM To: City Clerk RE: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ City Mayor's Signature ❑ Final Plat (original mylars) ❑ City Clerk Record Keeping ❑ Letter of Credit ❑ Safe Keeping ❑ Maintenance Bond ❑ City Attorney's Signature ❑ Ordinance ❑ City Clerk's Signature ❑ Payment and Performance Bond ❑ Resolution ❑ 11713 17/18-18 10 Inch Water Main Relocation Aollu Once completed, please: ❑ Return originals ❑ Return copy o D Special Instructions: The attached copy is for City Clerk's records Thank you! FronV T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc 03/-I-�rhl�r /Date CITY OF SX&FORD 0 FINANCE DEPARTMENT PARTI GENERAL 1.01 THIS AGREEMENT, made and entered into their day of HevcbIn 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 Central Florida Tapping & Construction Services, Inc. whose principal and local address is 287 Park Avenue, Longwood, Florida 32750, 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. Non Collusion Affidavit - Section 00432 2. Conflict of Interest Affidavit - Section 00434 3. Public Entities Crime Affidavit - Section 00436 4. Compliance With the Public Records Law Affidavit - Section 00438 5. Bidder Qualification Affidavit - Section 00440 .6. Cert. Non -Segregated Facilities — Section 00450 7. Disputes Disclosure — Section 00452 8. Drug Free Workplace Affidavit — Section 00454 9. Unauthorized (Illegal) Alien Worker Affidavit — Section 00456 10. E -Verify Compliance Affidavit — Section 00458 11. ADA Affidavit — Section - 00460 12. Florida Trench Safety Act Statement - Section 00463 13. Executed, Section 00520 - Agreement Form. 14. 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. 15. Addenda Applicable to the Bid 16. Contractor's Bid, 00410. 17. Receipt of Exempt Public Records and Agreement to Safeguard (Executed Form) (If Required for Project by City) 18. Financial Information (Executed Form) (If Required by City), 00462 AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 801 and 91h Street City of Sanford- Bid Number: IFB 17/18-18 00520-1 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 (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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 81h and 91h Street City of Sanford- Bid Number: IFB 17/18-18 00620-4 CITY OF SX&FORD 0FINANCE DEPARTMEN V 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, 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 AGREEMENT 520 -Name of Project: 10 Inch Water Main Relocation V'and9h Street City of Sanford- Bid Number: IFB 17118-18 00620-5 CITY OF SIXi4FORD 0 FINANCE DEPARI MENT 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. 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 811 and 911 Street City of Sanford- Bid Number: IFB 17/18-18 00620-6 CITY OF SX�4FQRD 0 FINANCE DEPARIMENT' 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 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: Richard Blake, Utility Engineer City of Sanford P.O. Box 1788 Sanford, Florida 32772 AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8u, and 91h Street City of Sanford- Bid Number. IFB 17/18-18 00620-7 CITY OF S,k�4FQRD 0 FINANCE DEPARTMENT 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 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 AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8"' and 9,h Street City of Sanford- Bid Number: IFB 17/18-18 00520-8 CITY OF S��FORD 0 FINANCE DEPARTMENT 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 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 AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 811 and 9' Street City of Sanford- Bid Number: IFB 17118-18 00620-9 CITY OF S,ki4FORD 0 FINANCE DEPARTMENT 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 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 811 and 911 Street City of Sanford- Bid Number: IFB 17/18-18 00520-10 CITY OF S��FQRD 0 FINANCE DEPARTIVIEW 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 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 811 and 9' Street City of Sanford- Bid Number: 11713 17118-18 00520-11 CITY OF Ski4FORD 0 FINANCE DEPARTMENT 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 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. AGREEMENT 520 -Name of Project: 10 Inch Water Main Relocation 811 and 9' Street City of Sanford- Bid Number: IFB 17118-18 00520-12 CITY OF S,ki4FORD 0 FINANCE DEPARTMENT 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. 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8" and 9" Street City of Sanford- Bid Number: IFB 17/18-18 00520-13 0OEPACITY OF Si�FQRD RTT F,kINANCE 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 conflict of interest in the performance employee or other person during the otherwise related to, this Agreement or others to violate the provisions of Part III relating to ethics in government. any action that would create a of that actions of any CITY course of performance of, or which would violate or cause Chapter 112, Florida Statutes, 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 PurchaseMork Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 81h and 91h Street City of Sanford- Bid Number: IFB 17/18-18 00520-14 CITOF S,k&FOPM 0 Y FINANCE DEPARTMENT 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. 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8"' and 91h Street City of Sanford- Bid Number: IFB 17118-18 00520-15 CITY OF S,ki4FORD 0FINANCE DEPARTMEN r 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 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. AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8"' and 91 Street City of Sanford- Bid Number: IFB 17/18-18 00620-16 CITY OF S.k&F0RD 0 FINANCE DEFAR'I MENT 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. 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. AGREEMENT 520 -Name of Project: 10 Inch Water Main Relocation 81h and 911 Street City of Sanford- Bid Number: IFB 17118-18 00520-17 CITY OF v. 0t r FINANCE DEPARTMENT I 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 CONTRACTORNENDOR 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 CLERK, CITY OF SANFORD, CITY HALL, 300 N. PARK AVENUE, SANFORD FLORIDA 32771, E-MAIL:TRACI.HOUCHIN@SANFORDFL.GOV. (Agreement Execution page follows) AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 8" and 9" Street City of Sanford- Bid Number: IFB 17/18-18 00520-18 CITY OF S,ki4F01M 0 FINANCE DEPARTMENT IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: eJ<. eNl,' Name of Firm y- 2(1� By (Signature) Date Printed Name and Title ATTEST: s —,4L/ L--)-dly By (Signatur,0V D4te Printed Name and Title OWNER: Name of Owner C By (Signature) Date Jeff Trir)left. Mavor Printed Name and Title ATTEST: By (Signature) Date Traci Houchin, City Clerk Printed Name and Title Approved as to fawajagd I ' - WME611E -f '�� \,–V - Date Cit Q AttoCney 91 In /-A) /j/ C, A), &GOO i , 4z7A AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 81h and 9" Street City of Sanford- Bid Number: IFB 17/18-18 00520-19 (SEAL) CITY OF S.k�4FQRD 0 FINANCE DEPARTMENT END OF SECTION AGREEMENT 520 - Name of Project: 10 Inch Water Main Relocation 811 and 911 Street City of Sanford- Bid Number: IFB 17/18-18 00620-20 Project Name: 10 inch Water Main Relocation 81h & 91 Street Solicitation No.: IFB 17118-18 SECTION 00434-1 CONFLICT OF INTEREST AFFIDAVIT I A. I am the Of with a local office in [insert Title] d F1 [insert name] and principle office in 2 6 7 k bvaZ ,- [insert [insert address] B. The entity hereby submits an offer to IFB 17/18-18, 10 inch Water Main Relocation 8th and 9th Street. 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 Division/Department/Office. I. 1 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, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00434, Conflict of Interest Affidavit, is truthful and correct at the time of submission. 00434-1 City of Sanford Due 2/612018 at 2:OOPM 10 Inch Water Main Relocation 8th & 91h Street Project Name: Solicitation No.: ez J C-�/Z- A FIANT SIGNATUI Taped Name of AFF STATE OF d CQU was executed b LeTis r- day of t' 20 t' asC o who personally swore or affirmed that he/she is authorized to exed&eJ this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. 10 inch Water Main Relocation 81' & 91' Street IFB 17118-18 The foregoing I J �\`�Tot u111r1��f� • •�#zo �`{ I s 'Zo 4 #C,G48214A .. �,fO'ry004ded 041b PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `Failure to submit this form may be grounds for disqualification of your submittal'w 00434-2 END OF SECTION City of Sanford Due 2/6/2018 at 2:OOPM 10 Inch Water Main Relocation 89, & 9th Street Project Name: 10 inch Water Main Relocation 8th & 9th Street Solicitation No.: IFI3 17118-18 SECTION 00436 FLORIDA STATUTES ON PUBLIC ENTITY CRIMES AFFIDAVIT The Affiant identified below attests to the following: 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 or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 2. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crimes, with or without an adjudication of guilt, in any Federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 3. 1 understand that an "affiliate" as defined in Section 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or an entity under the control of any natural person who is active in the management of the entity and how has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 4. 1 understand that a "person" as defined in Section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 5. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Note: indicate which of the below statements apply) 00436-1 City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 81h & 9th Street Project Name: 10 inch Water Main Relocation 811 & 91 Street Solicitation No.: 11713 17118-18 Neither the entity submitting this sworn statement, nor any officers, directors, partners, shareholders, employees, members, or agents who are active in management of the entity, nor the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agent who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity, has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before an Administrative Law Jury of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Administrative Law Jury determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (You must attach a copy of the final order.) I understand that the submission of this form to the City of Sanford is for the city only and, that this form is valid through December 31, of the calendar year in which it is filed. I also understand that I am required to inform the City prior to entering in to a contract in excess of the threshold amount provided in section 287.017, Florida Statues, for category two of any change in the information contained in this form. CC--'VT44/ R61"dt_ TA:m'Ait -'Q-_33'7V-/2 ?, Bidder f , , / FEIN No. SigpAture of Authorized Representative (Affiant) Date Printed or Typed meandTitle of Authorized Representative (Affiant) COUNTY- F Vq I tj 0 1, -STATE OF FLORIDA On this day of�61-L" n 20 b f renme, the undersigned Notary Public of the State of Florida, p6sonally appeared KfcR 'A:gD whose name(s) Ls/are subscribed to the within instrument, and !lg/she/they acknowledge that �/she/they executecj-,li) WITNESS my hand and official seal. He/She is Persmajlv known to me or has pr di J ------ as Ale t P u VI i c 'ria'hTfor the Couhty-)3nd State Aforementioned AL My ) aly n mission expires: M P'o A I tGG 00436-2 cndleV\t�p ,'-'*e:,OLEASE COMPLETE AND SUBMIT WITH YOUR lFB RESPONSE �i,,�,y�js�'c�d` to submit this form may be grounds for disqualification of your submittal"V SIN City of Sanford Due 21612018 at 2:OOPM 10 Inch Water Main Relocation 8th & 9th Street Project Name: 10 inch Water Main Relocation 8t' & 91h Street Solicitation No.: IFB 17/18-18 SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. 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. Propose rs/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. Signature of Authorized Representdtive (Affiant) bate Printed or Typed Name and Title of Authorized Representative (Affiant) 00438-1 City of Sanford 10 Inch Water Main Relocation 81h & 9'h Street Project Name: 10 inch Water Main Relocation 8th & 91h Street Solicitation No.: IFB 17/18-18 COUNTYF MIN81-a nqtt STATE OF VRID-A ,,1) On this day '09be ;e);ne, A the undersigned Notary Public of the State of f -o Florida, personally appeared KtrJAat. JPllmy'whose names) - arN e( is are subscribed to the within instrument, and he/she/they acknowledge that-be/she/they executed it. nd and officiAI)sear yhe/she is personally known to me or has produced,. as iaenutication. S rlo.T04 otapubfic'Irane d for the 69kinty and State Aforementioned) 10A1 7, My commission expires: #W 082114 0 'p, ,c- - - 007 d d t 'P th1 EmaV//i/ci Z/CAT6rWit 1%o submrm ybe gSUBMIT roundWITs forH disqualiYOURfication oRESPONSEf your submittal 00438-2 END OF SECTION City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 8th & 9"' Street Project Name: 10 inch Water Main Relocation 81 & 91h Street Solicitation No.: IFB 17/18-18 SECTION 00440 BIDDER QUALIFICATION AFFIDAVIT State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which the Bidder does business and the address of the place of business. Name of Bidder 09'r ?A, A A y i&,d qt 7- 4-7 1 tick Q V. A 7 /e/4 it I J'411 - Address of Bidder Phone No. of Bidder Bidder E -Mail PffirAs Bidder's Contractor's License No(s). C- cl c (-) �y7o j - (As issued by the Florida Dept. Of Business and Professional Regulation Construction Industry Licensing Board) The Bidder is (check one of the following): )An Individual )A Partnership (71 A Corporation ( )An LLC Principal Office Address: -Z<?-, -r PA,1, by -e- 32),a If Bidder is a corporation or LLC, answer the following: Date of Incorporation: State of Incorporation: President's Name: 24J.4,J 17�- /51J/114�24t Vice President's Name: Secretary's Name: Treasurer's Name: J i c h /D 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: 00440-1 City of Sanford Due 2/6/2018 at 2:0013M 10 Inch Water Main Relocation Stn & 91' Street Project Name: Solicitation No.: 10 inch Water Main Relocation 8th & 9th Street 1FB 17118-18 Name, Address and Ownership Units of all Partners: State whether general or limited partnership: & 0 1 5 TA 1 A 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: —Yes N/A 5, How many years has the Bidder been in business as a Contractor under its present name? 6. Under what other former names has the Bidder operated? 7. How many years' experience in construction work has the Bidder had as a Prime Contractor? 8. List below information concerning projects the Bidder has completed in the last five (5) years as a Prime Contractor for the type of work required for this project (attach additional sheets as necessary). It is noted that the experience claimed here must be associated with the Bidder named above. The City of Sanford reserves the right to require additional information and to conduct any investigation deemed necessary to evaluate the Bidder. Name of Project Name of Owner Owner Contact Name and Phone No. Construction Contract Amount Major Construction Items S '7> 00440-2 City of Sanford Due 2/6/2018 at 2:OOPM 10 Inch Water Main Relocation 81h & 91h Street Project Name: 10 inch Water Main Relocation 8th & 91h Street Solicitation No.: IFB 17/18-18 9. Has the Bidder ever failed to complete any work awarded to it? If so, state when, where and why (attach additional sheets as necessary). ,A-) 6 10. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore (attach additional sheets as necessary). ME 11. State the names, addresses and the type of business of all firms that are partially or wholly owned by the Bidder (attach additional sheets as necessary): 'AJ tf V -e- 12. What is the Bidder's bonding capacity? 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? Z 31b, 000, 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: jAA N 1`l.1 f ; 0/1_ 5 0 / e 17 7 IV q 0 15. Has the Bidder been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). AV 6 The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidder's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. 00440-3 City of Sanford Due 21612018 at 2:0012M 10 Inch Water Main Relocation 81h & 9th Street Project Name: 10 inch Water Main Relocation 8th & 9th Street Solicitation No.: IFB 17118-18 Z41,r- 10 Name of Bidder Auth (Affiant) Printed or Typed/Naryfie acid TitI6 of Authorized Representative (Affiant) COUNTTO STATE WR'IDA Date On this day of +q6ruala— 20& .. . ...... .... . ... .... .... -, b foe me, the undersigned Notary Public of the State of Floridd ,A' ersonally appeared as whose name(s) is/are u scribed to the within instrument, and he/she/they acknowledge that b_elshe/they executed it. WITNESS my hand and official seal. He/She is personally �Kkno �,,-W7� I as so I -n to me or has produced i f 1c ti — r� dentificati n. \NM" SSON vo 1. 20R, CPO Q aOnded \3" 1c0. SE COMPLETE AND SUBMIT WITH YOUR IF1B RESPONSE submit this form may be grounds for disqualification of your submittal -w (Notary Pubia*,,6 for th& County alaiState Aforementioned) iss My cornk i%o expires: es: S 00440-4 END OF SECTION City of Sanford Due 2/6/2018 at 2:OOPM 10 Inch Water Main Relocation 8th & 91' Street Project Name: 10 inch Water Main Relocation 8th & 9th Street Solicitation No.: IFB 17118-18 SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Contractor certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Contractor further certifies that none of its employees are permitted to perform their services at any location under the Contractor's control during the life of this contract where segregated facilities are maintained. The Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Contractor agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Contractor 4e Signature of Authorized /1, 1-th A, cl tp Printed or twed Name of Authorized Representative 00450-1 END OF SECTION City of Sanford Due 216/2018 at 2.00PM 10 Inch Water Main Relocation 8th & 91h Street 2 Date Project Name: 10 inch Water Main Relocation 8th & 9th Street Solicitation No.: IFB 17118-18 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. 1. 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? All (YIN) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? _ Nb _ (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? A) d I (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. / EXI, I,dk 7--^ a,99, J Firm 01 1 of Authorized Printed or Typed Name andTitle of Authorized Representative 00452-1 City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 8th & 91h Street 2--G - &/ Date Project Name: Solicitation No.: 10 inch Water Main Relocation 8th & 9th Street IFB 17/18-18 SECTION 00464 The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named below does: 1 Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and Employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in item 1. 4. In the statement specified in item 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 1110" 0 Signature ofAu-thorized Represekative Date K -k -1-11A Printed or Typed Name anpV Title of Authorized Representative 00464-1 END OF SECTION City of Sanford Due 202018 at 2:OOPM 10 Inch Water Main Relocation 801 & 9th Street Project Name: 10 inch Water Main Relocation 81h & 9th Street Solicitation No.: IFB 17118-18 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: 1 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. AJT/, / R1 T AJ 0 Contracto Signature of Authorized Repres tive (Affiant) Date '6 I -C -A '6rd z- Printed or Typed N� COUNTY Representative (Affiant) IX STATE OF FLORIDA On this V" day of Notary Public of the State of Florida, n whose name(s) is/are su sc acknowledge that he/she/they executed PamaWmAnown-to-me-or has produced 2 SEAt" QO OndeQ %..Public 00456-1 . ..... ..GoEASE COMPLETE AND 0"DRAIT WITH YOUR 1CM 0CQ0f%K1CC to submit this form may be grounds for disqualification of your submittalw 20 M b for e, the undersigned orally appi�aret�-&T—� 4yrer-0 N bed to the wi t, Instrument, and he/she/they it. WITNESS my hand and official seal. tig/She is I as c in ;ind for ttW Couhty and Stb* Aforementioned) My commission expires: oq City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 801 & 91h Street Project Name: 10 inch Water Main Relocation 8th & 9th Street Solicitation No.: IFB 17118-18 SECTION 00468 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above - listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 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. 00458-1 City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 8th & 9►h Street Project Name: Solicitation No.: 10 inch Water Main Relocation 81 & 91h Street IFB 17118-18 "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. TA Contractor Signatu)re of Authorized RepreseiiiatKe (Affiant) Date Z750A C A e rl I oJ& *hl Al Printed or Typed/Narpe and TftIb of Authorized Representative (Affiant) STATE OF-FL-ORIDA On this 66 -day of 1T66g&A:L4!4 20 12 44 —,e rome, the undersigned Notary Public of the State of Florida, p6rsonally appeared Kia4-gp , Wk1TV-13 whose name(s) is/are subscribed to the within' instrument, and he/she/they acknowledge that bp/she/they executed it. WITNESS my hand and official seal. He/She is per-�� — as jy#WgMn tqjn -bAs produced gtpr ry Public inn ) f6r the County and StAtd Aforementioned) My commission expires: _vYJZ1215u /III II , I %\ ASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ailure to submit this form may be grounds for disqualification of your submittalv 00458-2 END OF SECTION City of Sanford Due 216/2018 at 2:0013M 10 Inch Water Main Relocation 81h & 91h Street Project Name: 10 inch Water Main Relocation 811 & 91 Street Solicitation No.: IFB 17/18-18 SECTION 00460 AMERICANS WITH DISABILITIES ACT AFFIDAVIT By executing this Certification, the undersigned Contractor certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford. The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the City of Sanford be held liable for the actions or omissions of the Contractor or any other party or parties to the Agreement for failure to comply with the ADA. The Contractor agrees to hold harmless and indemnify the City of Sanford, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the Contractor's acts or omissions in connection with the ADA. E AJ le - Contractor f Represe Printed or Typed Npm�e and Tit J6 of A COUNOF STATE - J-, L KU -r—k Z- 4 1 (Affiant) Representative (Affiant) Date On this 6 4t- day of VLs 6 e -u A:! 20 (2 , B befnr me, the undersigned C,4�1 "4u it ,a &roj Notary Public of the State of Florida, pefsonally appeared i U whose name(s) 1re subscribed to the withiinstrument, and _11@/she/they acknowledge that he/she/they executed it. WITN-S m hand and official seal. He/She is personallyn tom gLor - has produced as (NotarytPbblic My commission expires: /21 -2--i* City of Sanford Due 216/2018 at 2:OOPM 10 Inch Water Main Relocation 81h & 91h Street 00460-1 ned) Project Name: 10 inch Water Main Relocation 8th & 91 Street Solicitation No.: IFB 17/18-18 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,v,Failure to submit this form may be grounds for disqualification of your submittal -w 00460-2 END OF SECTION City of Sanford Due 21612018 at 2:OOPM 10 Inch Water Main Relocation gen & 9th Street Project Name: 10 inch Water Main Relocation 8th & 91h Street Solicitation No.: IFI3 17/18-18 SECTION 00463 TRENCH SAFETY 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 (90-96, 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 (LF, SY) Unit Quantify Unit Cost Extended Cost A. s goo 2.tic) 00.- 6. C. D. TOTAL: NOTE: The total cost shown herein is already included in the various items in the Total Bid 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 to complete the above and submit with the Bid Form along with other required bidding documents, may result in bid being declared non- responsive. Submitted, signed and sealed this day of —re A(,__, 2019 hI CONTRACTOR SIGNATURE Printed Name 2 Business Address 00463-1 City of Sanford Due 21612018 at 2:0013M 10 Inch Water Main Relocation 81h & 9th Street 21,x" 2 - City 1f2 - Title Project Name: 10 inch Water Main Relocation 81 & 91 Street Solicitation No.: IFB 17/18-18 ATTEST: nature Seal 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 sealed thisdayof Feb,-jo/4 20J.9. 1 1 1 /< " ,/, C-,� --, /- CONTRACTOR SIGNATUR — By: A— EJrz C Printed Name Z &-T P (� / k Business Address ATTEST: Signature IZF-,5 00463-2 City of Sanford Due 21612018 at 2:00PM 10 Inch Water Main Relocation 81h & 911 Street Title Seal DATE: January 8, 2018 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. T. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Al. Q2. A2. IFB 17/18-18 10 Inch Water Main Relocation drawings are included in this Addendum #1 H. ATTACHMENTS 815 French Ave Water Main Relocation Drawings Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division OF 300 N. Park Avenue Suite 236 Sanford, Florida 32771 ADDENDUM SSCITY OR Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email;urehasiu la�saufordtlM #1 10 Inch Water Main Relocation DATE: January 8, 2018 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. T. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Al. Q2. A2. IFB 17/18-18 10 Inch Water Main Relocation drawings are included in this Addendum #1 H. ATTACHMENTS 815 French Ave Water Main Relocation Drawings Rev. 11/2016 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum # to BED TITLE T,,-, [I C - Lc Q -6 "n 01/4�41-3t6a4d &A Name of Finn/Company Contact Email 2 - Street Address City, Seate, Zip Code 6 3 V, 3 w4i Telephone Number Fax Number Authorized Person Priiii6rame Authorized Person Title Authorized Person Signature Rev. 11/2016 2-C - 2"J!; Date of Signature City of Sanford I Finance Department I Purchasing Division lab, CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM S% WORD Phone; 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:l2urchasingn_asanfordliggy 10 Inch Water Main Relocation Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum # to BED TITLE T,,-, [I C - Lc Q -6 "n 01/4�41-3t6a4d &A Name of Finn/Company Contact Email 2 - Street Address City, Seate, Zip Code 6 3 V, 3 w4i Telephone Number Fax Number Authorized Person Priiii6rame Authorized Person Title Authorized Person Signature Rev. 11/2016 2-C - 2"J!; Date of Signature DATE: January 16, 2018 TO: All Bidders/Proposers FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L QUESTIONS AND .ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Bid Item #2A species Installation of 10 -inch water main per plans and specification by means of "Directional Drill Method". Can 10" DR18 Fusible PVC6 be used as an equal to the specified 10" DR11 HDPE pipe for Horizontal Directional Drill (HDD) segments of the project? Al. The utility department does not review any alternate materials during the bidding cycle. After the contract is awarded alternate materials and equipment can submit during the shop drawing submittal phase for review and possible approval IL CHANCES, AUDITIONS AND/OR CLARIFICATIONS H. ATTACHMENTS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Rev. 11/2016 City of Sanford ( Finance Department I Purchasing Division CITYOF '" 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM C] S1'9�1y FO LW Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: purchjggg@jagE2E1ngoy #2 10 Inch Water Main Relocation DATE: January 16, 2018 TO: All Bidders/Proposers FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L QUESTIONS AND .ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Bid Item #2A species Installation of 10 -inch water main per plans and specification by means of "Directional Drill Method". Can 10" DR18 Fusible PVC6 be used as an equal to the specified 10" DR11 HDPE pipe for Horizontal Directional Drill (HDD) segments of the project? Al. The utility department does not review any alternate materials during the bidding cycle. After the contract is awarded alternate materials and equipment can submit during the shop drawing submittal phase for review and possible approval IL CHANCES, AUDITIONS AND/OR CLARIFICATIONS H. ATTACHMENTS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Rev. 11/2016 Acknowledgment is hereby made of Addendum #I to 10 Inch Water Main Relocation rr',, A 7-,- Q a c« k Name of Firm/Company Contact Email LA Z7/11 Street Address City, tate, Zip Code LL 7 S Telephone Number Fax Number !los" 1�4Ar Autb rized Person Printed/Name Authorized Person Title Authorized Person Signature Rev. 1WO16 —Z-6. 2 -cls Date of Signature City of Sanford I Finance Department I Purchasing Division C CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM ,A ORD Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: pmrchasingna saalEdflZa #2 10 Inch Water Main Relocation Acknowledgment is hereby made of Addendum #I to 10 Inch Water Main Relocation rr',, A 7-,- Q a c« k Name of Firm/Company Contact Email LA Z7/11 Street Address City, tate, Zip Code LL 7 S Telephone Number Fax Number !los" 1�4Ar Autb rized Person Printed/Name Authorized Person Title Authorized Person Signature Rev. 1WO16 —Z-6. 2 -cls Date of Signature DATE: January 18, 2018 TO: All Bidders/Proposers FROM: Marisol Ordofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (()&A) The City has received the following question(s) concerning the solicitation: Q1. What is the penalty/liquidated damages for projects not completed within the substantial completion period? Al. Liquidated Damage Cost: Failure to complete project in specified time, substantial completion and final close out will result in liquidated Damages of $300.00 per day or 0.25% of Bid Price whichever is greater. Substantial Completion: includes all items to install and place the new 10" pipe water main into operation. Final Close Out : includes installing Stop Offs on existing water main to be abandon, installing caps and thrust blocks, landscaping, concrete replace as needed, site cleanup and all other items in the specification. Q2. Can you please advise me on the length of each bore per bid item 2A? A2. The length of each area where the pipe is being installed is shown on Sheet 1 and 2. Also there is a drawing scale listed on each page which is 1"--20' so the plan can be measured for each section of piping. As for the bore length that would depend which method the contractors is using to install the 10" pipe as stated in the specifications. The contractor can install the new piping by either method per the specification, "Directional Drill" or by "Trenching" or a combination of both. 11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division .Abl CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SS ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: purchasingLa sanfordlIggy #3 10 Inch Water Main Relocation DATE: January 18, 2018 TO: All Bidders/Proposers FROM: Marisol Ordofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (()&A) The City has received the following question(s) concerning the solicitation: Q1. What is the penalty/liquidated damages for projects not completed within the substantial completion period? Al. Liquidated Damage Cost: Failure to complete project in specified time, substantial completion and final close out will result in liquidated Damages of $300.00 per day or 0.25% of Bid Price whichever is greater. Substantial Completion: includes all items to install and place the new 10" pipe water main into operation. Final Close Out : includes installing Stop Offs on existing water main to be abandon, installing caps and thrust blocks, landscaping, concrete replace as needed, site cleanup and all other items in the specification. Q2. Can you please advise me on the length of each bore per bid item 2A? A2. The length of each area where the pipe is being installed is shown on Sheet 1 and 2. Also there is a drawing scale listed on each page which is 1"--20' so the plan can be measured for each section of piping. As for the bore length that would depend which method the contractors is using to install the 10" pipe as stated in the specifications. The contractor can install the new piping by either method per the specification, "Directional Drill" or by "Trenching" or a combination of both. 11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Rev. 11/2016 H. ATTACHMENTS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to 10 Inch Water Main Relocation C" Name of FihrL/Company Contact Email Street Address I City, Mate, Zip Code 9 6,-)- 9,3 q, � 271 90 7- �h-'- Telephone Number Fax Number Zj/,�,::- g,41j, -'-4, lb.,- ? /' 0 Authorized Person Printed Ndme Authorized Person Title uthorized Person Signature Rev. 11/2016 -Z-� -ZC,) S Date of Signature City of Sanford I Finance Department I Purchasing Division "I CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM CS ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: purLhasinasapfordilgoy gL_ #3 10 Inch Water Main Relocation H. ATTACHMENTS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to 10 Inch Water Main Relocation C" Name of FihrL/Company Contact Email Street Address I City, Mate, Zip Code 9 6,-)- 9,3 q, � 271 90 7- �h-'- Telephone Number Fax Number Zj/,�,::- g,41j, -'-4, lb.,- ? /' 0 Authorized Person Printed Ndme Authorized Person Title uthorized Person Signature Rev. 11/2016 -Z-� -ZC,) S Date of Signature CITY OF ORD FINANCE DEPARTMENT D City of Sanford ( Finance Department ( Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: urchasin t7sanfordfl, ov ADD NDUM #4 10 Inch Water Main Relocation DATE: January 23, 2018 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation ( ADDENDUM #4 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. What is the quantity of sodding, landscaping, and grading is needed for this project? Al. The contract only requires that the any sod, landscaping or grading that was removed or damaged during construction would need to be replaced. Therefore the quantities are not listed because it would depend on the construction methods and practices of each contracting company. Q2. What is the (per day) liquidate damage amount? A2. Please see addendum #3 that was posted this week. Q3. What is the engineers estimate? A3. No engineering estimates were done for this project. II. CHANGES, ADDITIONS AND/OR CLARIFICATIONS H. ATTACHMENTS Rev. 11/2016 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to 10 Inch Water Main Relocation Name of Finn/Company /V f P, C/. 9, K -1)2A Street Address 9& 7- 03 Y. �27j Telephone Number d/ P ALAI Authorized Person PrintedName --Authorized Person Signature C/ Rev. 11/2016 ch 0 C' Ae, Contact Email I - 1 6 (1 J FJ 3 2 -7;- City;"State, Zi�ode I (17, (,)j 3 Y,3� S-9 Fax Number Authorized Person Title Date of Signature City of Sanford I Finance Department I Purchasing Division SCITY OF ORD I D 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-5021( Email: ADDENDUM FINANCE DEPARTMENT purchasing(a2,sanfordflgov #4 10 Inch Water Main Relocation Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to 10 Inch Water Main Relocation Name of Finn/Company /V f P, C/. 9, K -1)2A Street Address 9& 7- 03 Y. �27j Telephone Number d/ P ALAI Authorized Person PrintedName --Authorized Person Signature C/ Rev. 11/2016 ch 0 C' Ae, Contact Email I - 1 6 (1 J FJ 3 2 -7;- City;"State, Zi�ode I (17, (,)j 3 Y,3� S-9 Fax Number Authorized Person Title Date of Signature DATE: January 29, 2018 TO: All Bidders/Proposers FROM: Marisol Ordoilez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation ( ADDENDUM #5 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: Q1. How many CY of concrete will be needed for each thrush blocks? Al. There are no thrust block indicated on this project, only MJ restraints and thrust collars. On all plan sheets where it designates a "10" cap with Trust Block", this was labeled incorrectly. It should read "10" cap with TrusCCollar". Detail Sheet 4, FIG. 105 provides the dimensions for each thrust collar based on pipe size. Refer to this detail when calculating concrete quantifies. 11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS H. ATTACHMENTS Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division SCITY OF I D 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: ADDENDUM ORD FINANCE DEPARTMENT gurchasin, sanfordfl. ov #5 10 Inch Water Main Relocation DATE: January 29, 2018 TO: All Bidders/Proposers FROM: Marisol Ordoilez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation ( ADDENDUM #5 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: Q1. How many CY of concrete will be needed for each thrush blocks? Al. There are no thrust block indicated on this project, only MJ restraints and thrust collars. On all plan sheets where it designates a "10" cap with Trust Block", this was labeled incorrectly. It should read "10" cap with TrusCCollar". Detail Sheet 4, FIG. 105 provides the dimensions for each thrust collar based on pipe size. Refer to this detail when calculating concrete quantifies. 11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS H. ATTACHMENTS Rev. 11/2016 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #5 to 10 Inch Water Main Relocation (" r— '-i -Te,4 / F )" , 1, 'k Name of Firm/Company ?, 0 . Zb% < 'Z 17 '1 Street Address f I (-k Q -(11-A# f r- I Uc"/ ji-f-c- 0�21 C--., Contact Email I . A Zip` C City, tate, ode 107- c, 3 (4 - P, z -7) 4 o 'i - q 3 V- 3 '?, f Telephone Number Fax Number ? , 'd /'..' /.!"/ 1: - - ?rz��St(d'7 < Authorized Person Printed Name Authorized Person Title Authorized Person Signature Rev. 11/2016 t- e Date of Signature City of Sanford I Finance Department I Purchasing Division SICITY OF D 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone. 407-688-5028 or 5030 1 Fax: 407-6W5021 1 Email: ADDENDUM ORD urchasin wsanfordfl. ov #5 FINANCE DEPARTMENT 10 Inch Water Main Relocation Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #5 to 10 Inch Water Main Relocation (" r— '-i -Te,4 / F )" , 1, 'k Name of Firm/Company ?, 0 . Zb% < 'Z 17 '1 Street Address f I (-k Q -(11-A# f r- I Uc"/ ji-f-c- 0�21 C--., Contact Email I . A Zip` C City, tate, ode 107- c, 3 (4 - P, z -7) 4 o 'i - q 3 V- 3 '?, f Telephone Number Fax Number ? , 'd /'..' /.!"/ 1: - - ?rz��St(d'7 < Authorized Person Printed Name Authorized Person Title Authorized Person Signature Rev. 11/2016 t- e Date of Signature DATE: January 31, 2018 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #6 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: Q1. What type of material is the existing 10" W.M, PVC, Ductile Iron, or Asbestos W.M.? Al. The City records indicate the existing water main to be Cast Iron Pipe (CIP) but no soft digs were done to confirm this. Q2. Sheet 2, 55 LF East of 10" x 10" tapping sleeve & valve show an additional 10" Valve, & Sheet 1,13 LF East of tapping sleeve & valve location show additional 10" gate valve, are we correct to assume these are additional gate valve Iocations or will the 2-10" x 10" tapping sleeve & valves suffice? A2. The LF measurement you provide does not have valves shown in those locations. If what you are looking for is the number of 10" valves bring required, a separate isolation valve is required for each TEE 10"x10"x10" connection. Therefore, for each tap there would be one (1) 10" tapping valve & sleeve and one (1) 10" isolation gate valve. Rev. 11/2016 City of Sanford I Finance Department ( Purchasing Division DCITY of 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407.688-5028 or 5030 Fax: 407-688-50211 Email:FINANCE ADDENDUM �ORD DEPARTMENT urcirasia.%anfordfl. Dov #h 10 Inch Water Main Relocation DATE: January 31, 2018 TO: All Bidders/Proposers FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: 10 Inch Water Main Relocation I ADDENDUM #6 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. L QUESTIONS AND ANSWERS (O&A) The City has received the following question(s) concerning the solicitation: Q1. What type of material is the existing 10" W.M, PVC, Ductile Iron, or Asbestos W.M.? Al. The City records indicate the existing water main to be Cast Iron Pipe (CIP) but no soft digs were done to confirm this. Q2. Sheet 2, 55 LF East of 10" x 10" tapping sleeve & valve show an additional 10" Valve, & Sheet 1,13 LF East of tapping sleeve & valve location show additional 10" gate valve, are we correct to assume these are additional gate valve Iocations or will the 2-10" x 10" tapping sleeve & valves suffice? A2. The LF measurement you provide does not have valves shown in those locations. If what you are looking for is the number of 10" valves bring required, a separate isolation valve is required for each TEE 10"x10"x10" connection. Therefore, for each tap there would be one (1) 10" tapping valve & sleeve and one (1) 10" isolation gate valve. Rev. 11/2016 Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum 46 to 10 Inch Water Main Relocation �L- Name of Finn/Company Contact Email 3Z -7f -Z - Street Address City,,State, Zip Code 90 '7- 9 -3 St - 0 z.:7, 909- 93q-3C3j-q Telephone Number Fax Number Authorized Person Printed NdrAe Authorized Person Title Authorized Person Signature Rev. 11/2016 re/, 6, ZU/0 Date of Signature City of Sanford I Finance Department I Purchasing Division SICITY OF ORD D 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 I Email: ADDENDUM FINANCE DEPARTMENT purchasing sanfor . ov #6 10 Inch Water Main Relocation Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum 46 to 10 Inch Water Main Relocation �L- Name of Finn/Company Contact Email 3Z -7f -Z - Street Address City,,State, Zip Code 90 '7- 9 -3 St - 0 z.:7, 909- 93q-3C3j-q Telephone Number Fax Number Authorized Person Printed NdrAe Authorized Person Title Authorized Person Signature Rev. 11/2016 re/, 6, ZU/0 Date of Signature SECTION 00410 PART 1 GENERAL 1.01 Description The following Bid, for the (1) IFB - 17/18-18; 10 Inch Water Main Relocation 8th & 9th Street, is hereby made to (2) City of Sanford, hereafter called the Owner. This Bid is submitted by (3) P— - ____ . _/ -, �_._ -- - (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 Attachment "A" 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: 1. 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 90 calendar days of the date and final completion 120 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. 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. Bid Title: 10 Inch Water Main Relocation 81h & 9th Street City of Sanford -Bid No: IFB 17/18-18 Due 21612018 at 2:OOPM al 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; 00 Lump Sum of: ZL2,ac&Qd Tlivuy t �written wods) Bid Price Schedule and Acceptance of Bid Terms and Conditions Item Description Unit Price — Total Cost I. Mobilization Demobilization iP, 43S.607/ L Bid on either 2A or 2B (below),; 172 Installation of I0 -inch water main per plans and 2A specification by means of "Directional Drill Method". BE Installation of 10 -inch water main per plans and Lspe ification by means of "Trenching Method". q7 _ro 0,6 0 .1 .1-5 6 6 3 Grading, Sodding, and Landscaping. E� 2 G X50 4 Replacement of curbing, sidewalks, driveways, I asphalt payment. I 1Y. dJ_. 0 6 I1- his"_ .o 6 5 Line stops I Z TOTAL IFB PRICE Additional Bid Item Grout the abandon section of pipe with cerement or Flowable Fill. Contractor shall be paid the lump sum price stated in the Bid Form as full compensation for grouting the abandon section of 10 -inch water main 5 3s: o C) pipe. This shall include all phases of grouting including clear up. TOTAL ADDITIONAL BID ITEMS -S, 6 3s, 0o See Section 01025 Measurement of Payment for full description of items. 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 IFB document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IFB 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 Bid Form Section 00410 sub - Bid Title: 10 Inch Water Main Relocation 81h & 91h Street City of Sanford -Bid No: IFB 17/18-18 Due 2/612018 at 2:OOPM SECTION 00510 NOTICE OF AWARD FORM TO: Central Florida Tapping & Construction Services, Inc PO Box 521279 Longwood, FL 32752 NAME OF PROJECT: IFB 17/18-18 10 Inch Water Main Relocation 8th & 9th Street The OWNER has considered the BID submitted by you, dated February 6th, 2018 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 $94,330.00 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. 14th day of March , 2018 . OWNER: City of Sanford (Name of OWNER) By ( at Ure) Thomas Georql , Deputy City Manager (Printed Name and Title) ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by this Z i day of M By %1E JLI /Z Printed Name and Title END OF SECTION Name of Project: 10 Inch Water Main Relocation 8th and 9th Street City of Sanford- Bid Number: IFB 17/18-18 CENTFLO-71 MATFRAT A Gla CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) F3!21/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Pam Kimble Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 PHONE FAX ac, Ne, Ext : (407) 998-5525 15525 AIC, No): (407) 998-5425 Mss, Pam.Kimble@ioausa.com INSURERS AFFORDING COVERAGE NAIC # 08/15/2018 INSURER A: National Trust Insurance Company 20141 DAMAGE TO RENTED nce$ 100,000 INSURED INSURER B: FCCI Insurance Company 10178 INSURER C: XL Specialty Insurance Company 37885 Central Florida Tapping & Construction Services, Inc. INSURER D: 287 Park Avenue Longwood, FL 32750 INSURER E INSURER F: AUTOMOBILE X COVFRAGFS CFRTIFICATF NIIMRFR• oGr;nclnnl IVI IlulctGo. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE -OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X GL0018137 3 08/15/2017 08/15/2018 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED nce$ 100,000 MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY a PET F] LOC OTHER: GENERAL AGGREGATE 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHETOSDULED AUTOS ONLY AU HIRED NON -OWNED AUTOS ONLY AUTOS ONLY CA100004728-02 08/15/2017 08/15/2018 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ BODILY INJURY Perperson) $ BODILY INJURY Per accident $ PROPERTY AMAGE Per accident UMBRELLA UAB EXCESS LIAB HOCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE DED RETENTION $ B WORKERS COMPENSATIONX AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 001-WC18A-75982 03110!2018 03/10/2019 PER OTH- TTE I ER E L. EACH ACCIDENT 1,000,000 ------ E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 C Equipment Floater UM00031053MA17A 08/15/2017 08/15/2018 Leased/Rented Equip. 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) City of Sanford is Additional Insured with respects to General Liability when required by a written contract. City of Sanford 300 N. Park Avenue P.A. Box 1788 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � ACORD 25 (2016/03) Q 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD