Loading...
2447 IFB 18/19-32 Kirton Enterprises - Riverwalk Phase ICITY OF &kNFORD FLORIDA ;r PARKS & GROUNDS DIVISIONLU 4'I TRANSMITTAL MEMORANDUM 4�1 TO: City Clerk's Office RE: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit Rendering ❑ Maintenance Bond Safe keeping (Vault) MID D ❑ Ordinance 111.4 ❑ Performance Bond aDo'Zal— [� Resolution On completed, please: Return original ❑ Return copy El Special Instructions: Please advise if you have any questions regarding the above. Thank you! From Date Sccw�.ed � �••�-0-h� Car(;s/S-,-)2ve FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) CERTIFICATION AS TO MANDATORY SUPPLEMENTAL CLAUSES (AMENDMENT TO THE CITY'S AGREEMENT WITH THE VENDOR, AS NECESSARY) COMES NOW, the undersigned, on behalf of, and with authority to bind the Vendor below (whether a contractor, consultant or other provider of goods or services to the City of Sanford, Florida (City), by whatever name and certifies as follows and, to the extent that the Vendor may not have previously agreed to the following, the Vendor hereby agrees to amend the City's agreement with the Vendor consistent as stated below with this amendment being made and entered into the date as set forth in the Vendor's signature block below with the Vendor acknowledging and agreement that the mutual covenants and agreement herein made and other good and valuable consideration, the receipt and sufficiency of which is acknowledged, support the amendment: 1. FEMA GUIDELINES. All services performed and goods provided under the below -referenced City's agreement with the Vendor (the term "work" herein may refer to either the provision of goods or services by a vendor) shall be performed and provided in compliance with the rules, regulations, and guidelines of the Federal Emergency Management Agency (FEMA), as deemed applicable by the FEMA. The Vendor must comply with the terms and conditions of the following FEMA supplemental clauses.. 2. USE OF The CITY'S AGREEMENT WITH THE VENDOR. Although the City's agreement with the Vendor is intended to primarily support the City's operations during non -emergency events, the City reserves the right to obtain relevant goods or services from the Vendor, subject to the existing terms and conditions, for use during hurricane and disaster events or emergencies. 3. REQUIRED FEMA CLAUSES; CITATIONS TO LAWS AND ORDERS. The Vendor acknowledges and agrees to adhere to the specific requirements of these clauses as interpreted by the FEMA. Citations to laws (which term shall include, but not be limited to, rules and regulations, and orders shall be to the said provisions, as may be amended or modified. A. DEFINITIONS. The following definitions are added to the City's agreement with the Vendor: (1) Federally Assisted Construction Contract. The regulation at 41 Code of Federal Regulations Section 60-1.3 defines a "federally assisted construction contract" as "any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work." (2) Construction Work. The regulation at 41 Code of Federal Regulations Section 60-1.3 defines "construction work" as "the construction, rehabilitation, alteration, conversion, extension, rr_nne I1Pm.J��.,,nnfo City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Number: k of I. SA�o� Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 . - FINANCE DEPARi61EIJ- - - INVITATION FOR BID (IFB) Due Date: A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) CERTIFICATION AS TO MANDATORY SUPPLEMENTAL CLAUSES (AMENDMENT TO THE CITY'S AGREEMENT WITH THE VENDOR, AS NECESSARY) COMES NOW, the undersigned, on behalf of, and with authority to bind the Vendor below (whether a contractor, consultant or other provider of goods or services to the City of Sanford, Florida (City), by whatever name and certifies as follows and, to the extent that the Vendor may not have previously agreed to the following, the Vendor hereby agrees to amend the City's agreement with the Vendor consistent as stated below with this amendment being made and entered into the date as set forth in the Vendor's signature block below with the Vendor acknowledging and agreement that the mutual covenants and agreement herein made and other good and valuable consideration, the receipt and sufficiency of which is acknowledged, support the amendment: 1. FEMA GUIDELINES. All services performed and goods provided under the below -referenced City's agreement with the Vendor (the term "work" herein may refer to either the provision of goods or services by a vendor) shall be performed and provided in compliance with the rules, regulations, and guidelines of the Federal Emergency Management Agency (FEMA), as deemed applicable by the FEMA. The Vendor must comply with the terms and conditions of the following FEMA supplemental clauses.. 2. USE OF The CITY'S AGREEMENT WITH THE VENDOR. Although the City's agreement with the Vendor is intended to primarily support the City's operations during non -emergency events, the City reserves the right to obtain relevant goods or services from the Vendor, subject to the existing terms and conditions, for use during hurricane and disaster events or emergencies. 3. REQUIRED FEMA CLAUSES; CITATIONS TO LAWS AND ORDERS. The Vendor acknowledges and agrees to adhere to the specific requirements of these clauses as interpreted by the FEMA. Citations to laws (which term shall include, but not be limited to, rules and regulations, and orders shall be to the said provisions, as may be amended or modified. A. DEFINITIONS. The following definitions are added to the City's agreement with the Vendor: (1) Federally Assisted Construction Contract. The regulation at 41 Code of Federal Regulations Section 60-1.3 defines a "federally assisted construction contract" as "any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work." (2) Construction Work. The regulation at 41 Code of Federal Regulations Section 60-1.3 defines "construction work" as "the construction, rehabilitation, alteration, conversion, extension, rr_nne I1Pm.J��.,,nnfo demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction." B. ANTI DISCRIMINATION. During the performance of the City's agreement with the Vendor, the Vendor agrees as follows: (1). The Vendor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Vendor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Vendor shall, in all solicitations or advertisements for employees placed by or on behalf of the Vendor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3). The Vendor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Vendor's legal duty to furnish information. (4). The Vendor shall furnish to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contractor office, advising the labor union or workers' representatives of the Vendor's commitments under Section 202 of Executive Order Number 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Vendor shall comply with all provisions of Executive Order Number 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6). The Vendor shall furnish all information and reports required by Executive Order Number 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the PPhAA Rcm 7 a A tc City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Number: CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 FINANCE DEPARTMEN- INVITATION FOR BID (IFB) Due Date: A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction." B. ANTI DISCRIMINATION. During the performance of the City's agreement with the Vendor, the Vendor agrees as follows: (1). The Vendor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Vendor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Vendor shall, in all solicitations or advertisements for employees placed by or on behalf of the Vendor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3). The Vendor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Vendor's legal duty to furnish information. (4). The Vendor shall furnish to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contractor office, advising the labor union or workers' representatives of the Vendor's commitments under Section 202 of Executive Order Number 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Vendor shall comply with all provisions of Executive Order Number 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6). The Vendor shall furnish all information and reports required by Executive Order Number 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the PPhAA Rcm 7 a A tc contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Vendor's noncompliance with the nondiscrimination clauses of the City's agreement with the Vendor or with any of such rules, regulations, or orders, the City's agreement with the Vendor may be canceled, terminated, or suspended in whole or in part and the Vendor may be declared ineligible for further Government Contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order Number 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order Numberl1246 of September 24,1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8). The Vendor shall include the provisions of these paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontract of the Vendor. The Vendor shall take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Vendor becomes involved in, or is threatened with, litigation with a subcontractor of the Vendor as a result of such direction, the Vendor may request the United States to enter into such litigation to protect the interests of the United States. C. COMPLIANCE WITH COPELAND ANTI -KICKBACK ACT. (1). The Vendor shall comply with 18 United States Code Section 874, 40 United States Code Section 3145, and the requirements of 29 Code of Federal Regulations Part 3 as may be applicable, which are incorporated by reference into the City's agreement with the Vendor. (2). Subcontracts. The Vendor and its subcontractors shall insert in any subcontract the clause above and such other clauses as thee FEMA may require, and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor lower tier subcontractor with all of these contract clauses and all obligations arising thereunder. (3) Breach. A breach of the contract clauses herein or any obligation arising thereunder may be grounds for termination of the City's agreement with the Vendor, and for debarment as a contractor and subcontractor as provided in 29 Code of Federal Regulations Section 5.12. D. COMPLIANCE WITH WORK HOURS AND SAFETY STANDARDS ACT. Compliance with Work Hours and Safety Standards Act shall be attained, at a minimum, by: (1). Overtime requirements. No contractor or subcontractor for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Number: (0aTv or §,,kNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 INVITATION FOR BID (IFB) Due Date: 1-1 A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Vendor's noncompliance with the nondiscrimination clauses of the City's agreement with the Vendor or with any of such rules, regulations, or orders, the City's agreement with the Vendor may be canceled, terminated, or suspended in whole or in part and the Vendor may be declared ineligible for further Government Contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order Number 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order Numberl1246 of September 24,1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8). The Vendor shall include the provisions of these paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontract of the Vendor. The Vendor shall take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Vendor becomes involved in, or is threatened with, litigation with a subcontractor of the Vendor as a result of such direction, the Vendor may request the United States to enter into such litigation to protect the interests of the United States. C. COMPLIANCE WITH COPELAND ANTI -KICKBACK ACT. (1). The Vendor shall comply with 18 United States Code Section 874, 40 United States Code Section 3145, and the requirements of 29 Code of Federal Regulations Part 3 as may be applicable, which are incorporated by reference into the City's agreement with the Vendor. (2). Subcontracts. The Vendor and its subcontractors shall insert in any subcontract the clause above and such other clauses as thee FEMA may require, and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor lower tier subcontractor with all of these contract clauses and all obligations arising thereunder. (3) Breach. A breach of the contract clauses herein or any obligation arising thereunder may be grounds for termination of the City's agreement with the Vendor, and for debarment as a contractor and subcontractor as provided in 29 Code of Federal Regulations Section 5.12. D. COMPLIANCE WITH WORK HOURS AND SAFETY STANDARDS ACT. Compliance with Work Hours and Safety Standards Act shall be attained, at a minimum, by: (1). Overtime requirements. No contractor or subcontractor for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of rorty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2). Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Vendor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3). Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Vendor or subcontractor under any such contract or any other Federal contract with the same prime subcontractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4). Subcontractors. The Vendor or subcontractor shall insert in any subcontract the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractor to include these clauses in any lower tier subcontractors. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. E. COMPLIANCE WITH CLEAN AIR ACT. (1). The Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, 42 United States Code Section 7401 et seq. (2). The Vendor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the FEMA, and the appropriate Environmental Protection Agency (EPA) Regional Office. (3). The Vendor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. F. COMPLIANCE WITH FEDERAL WATER POLLUTION CONTROL ACT. c:rnne R n rPn,Pntc n City of Sanford I Finance Department I Purchasing Division Solicitation - _ OF 300 N. Park Avenue 2"`' Floor Suite 236 Sanford, Florida 32771 Number: CITY ,S kA UORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 FINANCE DEPARTMEN- INVITATION FOR BID (IFB) Due Date: A TERM CONTRACT dune 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION excess of rorty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2). Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Vendor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3). Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Vendor or subcontractor under any such contract or any other Federal contract with the same prime subcontractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4). Subcontractors. The Vendor or subcontractor shall insert in any subcontract the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractor to include these clauses in any lower tier subcontractors. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. E. COMPLIANCE WITH CLEAN AIR ACT. (1). The Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, 42 United States Code Section 7401 et seq. (2). The Vendor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the FEMA, and the appropriate Environmental Protection Agency (EPA) Regional Office. (3). The Vendor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. F. COMPLIANCE WITH FEDERAL WATER POLLUTION CONTROL ACT. c:rnne R n rPn,Pntc n (1). 1 he vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, 33 United States Code Section 1251 et seq. (2). The Vendor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the FEMA and the appropriate EPA Regional Office. (3). The Vendor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the FEMA. G. SUSPENSION AND DEBARMENT. (1). This contract is a covered transaction for purposes of 2 Code of Federal Regulations Part 180 and 2 Code of Federal Regulations Part 3000. As such the Vendor is required to verify that none of the subcontractor, its principals (defined at 2 Code of Federal Regulations Section 180.995), or its affiliates (defined at 2 Code of Federal Regulations Section 180.905) are excluded (defined at 2 Code of Federal Regulations Section 180.940) or disqualified (defined at 2 Code of Federal Regulations Section 180.935). (2). The Vendor must comply with 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction into which it enters. (3). This certification is a material representation of fact relied upon by the City. If it is later determined that the Vendor did not comply with 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C, in addition to remedies available to the City , the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4). The Vendor agrees to comply with the requirements of 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Vendor further agrees and its subcontractors shall further agree to include a provision requiring such compliance in its lower tier covered transactions. H. COMPLIANCE WITH BYRD ANTI -LOBBYING AMENDMENT, 31 UNITED STATES CODE SECTION 1352. Vendors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 United States Code Section 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier -to -tier up to the recipient. FPXAA c City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: C1rr or +' ' SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 INVITATION FOR BID (IFB) Due Date: FINANCE DEPARiH1EIJ- - A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION (1). 1 he vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, 33 United States Code Section 1251 et seq. (2). The Vendor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the FEMA and the appropriate EPA Regional Office. (3). The Vendor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the FEMA. G. SUSPENSION AND DEBARMENT. (1). This contract is a covered transaction for purposes of 2 Code of Federal Regulations Part 180 and 2 Code of Federal Regulations Part 3000. As such the Vendor is required to verify that none of the subcontractor, its principals (defined at 2 Code of Federal Regulations Section 180.995), or its affiliates (defined at 2 Code of Federal Regulations Section 180.905) are excluded (defined at 2 Code of Federal Regulations Section 180.940) or disqualified (defined at 2 Code of Federal Regulations Section 180.935). (2). The Vendor must comply with 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction into which it enters. (3). This certification is a material representation of fact relied upon by the City. If it is later determined that the Vendor did not comply with 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C, in addition to remedies available to the City , the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4). The Vendor agrees to comply with the requirements of 2 Code of Federal Regulations Part 180, subpart C and 2 Code of Federal Regulations Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Vendor further agrees and its subcontractors shall further agree to include a provision requiring such compliance in its lower tier covered transactions. H. COMPLIANCE WITH BYRD ANTI -LOBBYING AMENDMENT, 31 UNITED STATES CODE SECTION 1352. Vendors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 United States Code Section 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier -to -tier up to the recipient. FPXAA c I. GUMPLIANGE WITH APPENDIX A, 44 CODE OF FEDERAL REGULATIONS PART 18 - CERTIFICATION REGARDING LOBBYING. The Vendor must review and agree to the Certification Regarding Lobbying. J. PROCUREMENT OF RECOVERED MATERIALS. (1). In the performance of the City's agreement with the Vendor, the Vendor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired as follows: (i). competitively within a timeframe providing for compliance with the City's agreement with the Vendor's performance schedule-, (ii). meeting the City's agreement with the Vendor's performance requirements-, or (iii). at a reasonable price. (2). Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA -designate items is available at http://www.epa.gov/cpg/products.htm. K. ACCESS TO RECORDS. The following access to records requirements applies to the City's agreement with the Vendor: (1). The Vendor agrees to provide the City, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Vendor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2). The Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3). The Vendor agrees to provide the FEMA Administrator or his or her authorized representatives access to construction or other work sites pertaining to the work being completed under the City's agreement with the Vendor. L. DISASTER RESPONSE SERVICES (DRS) SEAL, LOGO, AND FLAGS. The Vendor shall not use the DRS seal(s), logos, crests, or reproductions of flags or likenesses of DRS agency officials without specific FEMA preapproval. M. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS. This is an acknowledgement that FEMA financial assistance will be used to fund the City's agreement with the Vendor only. The Vendor shall comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The Federal Government is not a party to the City's agreement with the Vendor and is not subject to any obligations or liabilities to the non - Federal entity, vendor, or any other party pertaining to any matter resulting from the City's agreement with the Vendor. rr_nnn o.,,..,:_,,....,..... City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Number: k of ' SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 111318/19-32 INVITATION FOR BID (IFB) Due Date: \ - FINANCE DEPARih4EI4' -- A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION I. GUMPLIANGE WITH APPENDIX A, 44 CODE OF FEDERAL REGULATIONS PART 18 - CERTIFICATION REGARDING LOBBYING. The Vendor must review and agree to the Certification Regarding Lobbying. J. PROCUREMENT OF RECOVERED MATERIALS. (1). In the performance of the City's agreement with the Vendor, the Vendor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired as follows: (i). competitively within a timeframe providing for compliance with the City's agreement with the Vendor's performance schedule-, (ii). meeting the City's agreement with the Vendor's performance requirements-, or (iii). at a reasonable price. (2). Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA -designate items is available at http://www.epa.gov/cpg/products.htm. K. ACCESS TO RECORDS. The following access to records requirements applies to the City's agreement with the Vendor: (1). The Vendor agrees to provide the City, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Vendor which are directly pertinent to this Contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2). The Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3). The Vendor agrees to provide the FEMA Administrator or his or her authorized representatives access to construction or other work sites pertaining to the work being completed under the City's agreement with the Vendor. L. DISASTER RESPONSE SERVICES (DRS) SEAL, LOGO, AND FLAGS. The Vendor shall not use the DRS seal(s), logos, crests, or reproductions of flags or likenesses of DRS agency officials without specific FEMA preapproval. M. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS. This is an acknowledgement that FEMA financial assistance will be used to fund the City's agreement with the Vendor only. The Vendor shall comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The Federal Government is not a party to the City's agreement with the Vendor and is not subject to any obligations or liabilities to the non - Federal entity, vendor, or any other party pertaining to any matter resulting from the City's agreement with the Vendor. rr_nnn o.,,..,:_,,....,..... O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Vendor acknowledges that 31 United States Code Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the Vendor's actions pertaining to the City's agreement with the Vendor. SIGNATURE BLOCKS FOLLOW: ccne n D—,;---.— City of Sanford I Finance Department I Purchasing Division Solicitation Sarr o' ANFORD 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Number: IFB 18/19-32 INVITATION FOR BID (IFB) Due Date: . -' FINANCE DEPARiMEIJ- - A TERM CONTRACT June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Vendor acknowledges that 31 United States Code Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the Vendor's actions pertaining to the City's agreement with the Vendor. SIGNATURE BLOCKS FOLLOW: ccne n D—,;---.— CITY OF / SANFORD ! FINANCE DEPARTMENT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 Solicitation Number: IFB 18/19-32 INVITATION TO NEGOTIATE �{l A TERM CONTRACT �,�i J Due Date: June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRNIA REMEDIATION ATTEST: SIGNATURE BLOCK OF THE CITY: CITY OF SANFORD B y: / (� Ov � "), V //// Traci Houchin, MMC, FCRM =wz,,. Art Wo ruffs ---V City Clerk:'.'" . Mayor ;Date: .y Approved as to form and "' t legal sufficiency.` William L. Colbert, City Attorney SIGNATURE BLOCK OF THE VENDOR: ATTESTIWITNESS; Printed Name:,-} Printed Title: ;; ") t r 1 n nt:!u i nie• V 1 Dated: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal -s federally assisted construction contracts pursuant to the cited Executive Orders and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of Executive Order Number 1246 of September 24, 1965. In addition, the Contractor agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Contractor under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Contractor; and ref�k thepase to the Department of Justice for appropriate legal proceedings (Signature of Authorized Official crContractor) ' Date (Name and Title ofIAuthorized Official [Print or Typ�]) (Name of Prospective Construction Co tractor or Su contractor [Print or Type]) (State of incorporation or formation and type of entity [Print or Type]) (Address and Telephone Number of Prospective Constructi n Contractor or Subcont ctor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) City of Sanford I Finance Department I Purchasing Division Solicitation CITY OF V 1' �iW 4F RD FINANCE 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Number: IFB 18/19-32 INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION federally assisted construction contracts pursuant to the cited Executive Orders and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of Executive Order Number 1246 of September 24, 1965. In addition, the Contractor agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Contractor under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Contractor; and ref�k thepase to the Department of Justice for appropriate legal proceedings (Signature of Authorized Official crContractor) ' Date (Name and Title ofIAuthorized Official [Print or Typ�]) (Name of Prospective Construction Co tractor or Su contractor [Print or Type]) (State of incorporation or formation and type of entity [Print or Type]) (Address and Telephone Number of Prospective Constructi n Contractor or Subcont ctor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) Project Name: Bid No.: Contract= SECTION 00625 APPLICATION FOR PAYMENT Sanford Riverwalk Phase I - Irma Rernedialion Payment Request No.: 0A.' '--- Period Ending Date*, STATEMENT OF WORK _3ri final Contract Price 2. 3. Net Chane Order Current Contract Price 4 —:7sta1 Com . feted and to Data AaX, -3--4q 114 5. Amount Retained 6. Total Earned Less Ret jLine 4IM-Inus Line 5) 7. mems Approv Previous P ed Po 8. 9, - Amouht Dui: This ? a 6 Minus Line 7) Iment (Line e (Line 3 Minus Line 4) Balance to Finish, Less Retain CONTRACTOR'$ AFFIDAVIT The vnderstned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work Wormed under the Agreement referred to above have been applied by the Contractor to discharge in 'full all obligations of the Contractor incurred in connection with work covered by prior Application for Payment under said Agreement, being Applications for Payment numbered I through inclusive; and. (2) all Work, materials and equipment incorporated in said Project or othe , i e I rw s listed in or covered by this Application for Payment are free and clear of all liens, claims, security interests and encumbrances: (3) all previous progress payments have been applied by the Contractor to pay in full (less retainage) all amounts owed to its Subcontractors, Suppliers, Materialmen and Equipment Suppliers, and (4) all items and amounts shown for payment and all information provided on the Subcontractor and Supplier Listing which is included in this Application for Payment are true and correct, and (5) all Work has been completed in full ih the terms and conditions of the Agreement between the Owner and Contractor accord jn a a, 4eh 11, 1�1 , C)& dated aDRGnd the Work is not defective. WNWRACTOR: (SEAL) -4 Vp0s-(1S--&reofAutNorjzed presentative) I - ionatu - rued - I - I r,-ro-n S8f1jbrd,River` alk Phase I - Irma ReMedlatJOA APPUCA'110N FOR PAYMENT May 10, 2019 00625-1 151"Itod N;vitt? im COUNTY OF VAQ 3A, STAI E.- OF FILO IDA LIPRIor Nilv9p yMublic of tiara St f FrTW all narod-'(15 Moso riamo(s) Istaro suhscribod to tho w bin Inalitimom 11011%41116111y ftwtxe , gir aftifnind that hot to Is authorized to execute this document end 111010by Wild the CiiipwaIlun 'ild"If 4Cjjj3M Ifhi rWttr Me I me oils day of dK I ';J011alwe of Notary t Print, Type or Stamp 0"11111Q4r*KWIed Stat Uf Florida Name of Notary Public D Do Cb Pike B eAnn Bjcjch.p&,. VOOr EE)GnRES; Aaprg 01 =, Ver-wnally Kwwn Or, Produced Identificaflori %7 Type of Identification Produced SUBCONTRACTOR AND SUPPUER USTING The ftIlIjAwing is a list of subcontractors and Suppliers who h -we performed Work or provided &t -.tenets, Supplies, or Equornent during time period represented by this Application and the dollar afl)ount of the work applied for (add to the table as necessary to provide a complete list). SsnraM Rt VIWatk Phase I - Irma RemedittiOn APPLICATION FOR PAYMENT May 10. 2019 00625-2 PAYMENT OF THE AMOUNT REQUESTED ABOVE IS RECOMMENDED FOR APPROVAL: By MA REQUIRED ATTACHMENTS Monthly ADolication For Payment 1. Updated Project Schedule 2. Contractor's Waiver and Release Of Lien Upon Progress Payment 3. All applicable Subcontractors I Supplier's Waiver and Release Of Lien Upon Progress Payment Date Date to the Final,8122licatiOn for Payment)' 1 Contractor's Waiver and Release Of Lien Upon Final Payment 7 Subcontractor's 1 Supplier's Waiver and Release Of Lien Upon Final Payment 3. Consent of Surety to Final Payment 10 END OF SECTION Completed Material and Workmanship Bond Certificate of Final Completion Manufacturer operation and maintenance instructions Manufacturers' guarantees, warranties, bonds, and letters of coverage extending beyond the time limitations of the Contractor's guarantee All required Record Drawings All required directional bore logs Storrs water NPDES Notice of Termination (If Required) Sanford RiverWalk Phase I . Irma Remediation APPUCATION FOR PAYMENT May 10, 2019 00625-3 Project Name: Sid No.: Owner.- Contractor: wner:Contractor: Agreement Date: SECTION 00626 CERTIFICATE OF SUBSTANTIAL COMPLETION Sanford Riverwalk Phase I - Irma Remediation IFB No. 18119-32 This Certificate of Substantial Completion applies to all work under the Contract Documents or the following specified parts thereof if construction is phased by contract: ISSUED TO: Contractor: The work to which this Certificate applies has been inspected by authorized representatives of Contractor, Engineer, and Owner and that Work is hereby declared to be substantially completed in accordance with the Contract Documents on: Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of Contractor to complete and warrant all the Work in accordance with the Contact Documents. All items on the list shall be completed or corrected by Contractor within _ days of the above date of Substantial Completion. Sanford RiverWalk Phase I - Irma Remediation CERTIFICATE OF SUBSTANTIAL COMPLETION May 10, 2019 p0626-1 This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligations to complete the Work in accordance with the Contract Documents. Executed by Engineer on Date Engineer: CPH Inc. By: �•� �. (Signature) ` (Printed Name and Title) Executed by Owner on Date Owner By: (Signature) zm6e-t-1 t�crs•lt . Vii:o�S lGiG�e (Printed Name and Title) Contractor accepts this Certificate of Substantial Completion on By: Date tf Mile(j IVarne 011U I MU) END OF SECTION Saraford Riverwalk Phase I - Irma Remediation CERTIFICATE OF SUBSTANTIAL COMPLETION May 10, 2019 00626-2 SECTION 00628 CERTIFICATE OF FINAL COMPLETION Project Title Riverwalk Phase I Irma Remediation Project Bid No. IFB 18/19-32 Owner: City of Sanford, Florida Contractor: Kirton Enterprises, Inc. Agreement Date: August 12, 2019 This Certificate of Final Completion applies to all work under the Contract Documents or the following specified parts thereof if construction is phased by contract: ISSUED TO: Contractor: Kirton Enterprises, Inc. The work to which this Certificate applies has been inspected by authorized representatives of Contractor and Owner and that Work is hereby declared to be finally complete in accordance with the Contract Documents on: February 8, 2020 Date of Final Completion This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligations to complete the Work in accordance with the Contract Documents. Executed by City of Sanford on February 8, 2020 Date City of Sanford Representative: Robert Beall Operations Manager (P me and T' le) By: (Signa ure) 00627-1 6�)a.,( Contractor accepts this Certificate of Final Completion on February 28, 2020 Date M ($ignature) (Printed Name and Title) Accepted by City of Sanford on February 28, 2020 Citv of Sanford` By: (Signature) Robert Beall, Operations Manager (Printed Name and Title) END OF SECTION 00627-2 w coA'� SECTION 00835 EQUAL EMPLOYMENT OPPORTUNITY 41 CODE OF FEDERAL REGULATIONS SECTION 60-1.4(b) FEDERALLY ASSISTED CONTRUCTION CONTRACTS (PRIME CONTRACTORS AND SUBCONTRACTORS) [Note: This certification is required by 41 Code of Federal Regulations Section 60-1.7(b) and is applicable to all federal or state assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all federal assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] See 2 Code of Federal Regulations. Part 200, Appendix II(C). The use of the term "Contractor" herein shall mean the Prime Contractors or Subcontractor executing this document. The Contractor hereby agrees that it will incorporate or cause to be incorporate into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 Code of Federal Regulations Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrow on the credit of the federal government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance or guarantee, or any application or modification thereof approved by the Federal Government for a grant, contract, loan, insurance, or guarantee under which the Contractor itself participates in the construction work. During the performance of this contract, the contract agrees as follows: (1). The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Contractor will, in all solicitation or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3). The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 18/19-32 Il\ V 1TATION FOR BID (IFB) Due Date: . FINANCE DEPARTMENT ONE (1) TIME PURCHASE June 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION SECTION 00835 EQUAL EMPLOYMENT OPPORTUNITY 41 CODE OF FEDERAL REGULATIONS SECTION 60-1.4(b) FEDERALLY ASSISTED CONTRUCTION CONTRACTS (PRIME CONTRACTORS AND SUBCONTRACTORS) [Note: This certification is required by 41 Code of Federal Regulations Section 60-1.7(b) and is applicable to all federal or state assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all federal assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] See 2 Code of Federal Regulations. Part 200, Appendix II(C). The use of the term "Contractor" herein shall mean the Prime Contractors or Subcontractor executing this document. The Contractor hereby agrees that it will incorporate or cause to be incorporate into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 Code of Federal Regulations Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrow on the credit of the federal government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance or guarantee, or any application or modification thereof approved by the Federal Government for a grant, contract, loan, insurance, or guarantee under which the Contractor itself participates in the construction work. During the performance of this contract, the contract agrees as follows: (1). The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Contractor will, in all solicitation or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3). The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4). The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Contractor will comply with all provisions of Executive Order Numbers 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (6). The Contractor will furnish all information and reports required by the Executive Order Number 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by representative of the City of Sanford and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Contractor's noncompliance with the nondiscrimination clauses of the contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contract or federally assisted construction contracts in accordance with procedures authorized in Executive Order Numbers 11246 of September 24, 1965, and such other sanctions may imposed and remedies invoked as provided in the Executive Order Numbers 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. (8). The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order/work order (by whatever name) unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order/work order (by whatever name) as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The Contractor further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the Contractor so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Contractor agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The Contractor further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order Number 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and City of Sanford I Finance Department I Purchasing Division Solicitation OF 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: SCITY ANFORD � Phone: 407.688.5028 or 5030 Fax: 407.688.5021 I IFB 18/19-32 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE .Tune 13, 2019 TITLE: SANFORD RIVERWALK PH I- IRMA REMEDIATION (4). The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Contractor will comply with all provisions of Executive Order Numbers 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (6). The Contractor will furnish all information and reports required by the Executive Order Number 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by representative of the City of Sanford and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Contractor's noncompliance with the nondiscrimination clauses of the contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contract or federally assisted construction contracts in accordance with procedures authorized in Executive Order Numbers 11246 of September 24, 1965, and such other sanctions may imposed and remedies invoked as provided in the Executive Order Numbers 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. (8). The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order/work order (by whatever name) unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order/work order (by whatever name) as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The Contractor further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the Contractor so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Contractor agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The Contractor further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order Number 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and SECTION 00642 W'3CONTR4'0R'$ "SUPPLEWS WArVER AJNV RIFLEASE OF LIEN UPON PROGRESS PAYMENT The un4"ned Lienor, in cmsideralion of the Sm of I (p. &fa 0--1zp horc'by waives 'esaW rek'asm its lien and Fight to CWM alien for tabor. servioes, or Materials furnished thmWh C,*. 0j to Nev. z�V', , Irma R —(the for Me known as the I– wtme Owner is ft mrvicies or materials f umWjed The labor, , j8bW re late to irnProvements to tare kt;owin prop": The located ab" the nom side of W Seagnole Blvd, st-alft approximately FbrW& I Of ft French Ave intersec6m, and end" at French Ave in Saffo;t, This Waiver and release does not cover any retention or labor. servicers after the date speciried, Of materials famished DATED on - I I "*� 20 Lienor 00JVA.1%kt UC Aa. is; Address:�bQ�c tib ba L C� Br &41.4 -ft"Wa Ivarne and Tile COUNW Of Vo STATE OF Before me, the undersigm! Notary public of the State of d' I ................... as ry� - , personally appeam3 instru e —�of m nt' who PersonAf iv� Or Oftnvd that narm(s) �Subsa�dbW to the sari I _ twishe Is within hereby bind the COTPOI.Won, to execute this document SubsciibW and Sworn to before me thi, of 20,-- Pfint Tjp—e —or —Sta—n 34"ford Riw,rwa* pt,,,, 1, hum Rernwiatiop maymms S16C0NTRACMR*3 I SUppMR,3 W RELEASE OF - ATWR Mr) UEN UPON PROGRM PAYMENT 00642.1 'Oft F-bm" UNCONDmoNAL wAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT The uadcxSiVW LICIM, WO011mdergm of the faW payor ca, hereby received in d" 8Wiwt OfS10*0 Eby viraives w -d rWmzs its lien. md right to claim as lien fbr mder'als ft=14"ed to KirWJR On the following described property: Riverwalk SanBurd Dated on: �, 0 R -elf �A �51C 1 Licn0r's Name: Acet Recyciftig J.LC Address; 400 Wuhim Dr, SOUth Dayton,% FL 32119 Title, State of FLOWA County or -4441 —A 7114?,roving imvr=eut vlas ackmw edged before me ( Q byj�!�Lf�jq ah -so dayofjaq&�Ac".:� who is int is of aWd . H amVauyc(Shc is PmanaUy k"wUtQm.corhasfUA,,L--- men as idcrifificadom My commi&Sio'n Expirm. Notary FELICIA F64SEC—A 1410 *11 FlOrIft-Nalgly Pubis COMMIZ410A 8 GG 272728 MY COMM'W33,191) XvIres 1.0 . — � 7. 1" =K'" PARTIAL RE6EASE FORM WAIVER AND RELEASE OF LIEN UPON PROGRESS PAYMENT (Section 713.20(4) Florida Statutes) 100193149fi Thi, ::i.Irumcnf Picriarif by RUSSELL XLNN Si NI'RGN* RENTS LLC ATTN DIANE HILT ?(±`I NORAN(*, BLOSSOM -1 TRAIL ORI -10%0 713 l-'s[f) The undersigned lienor; n considemriOn of the 1117091'em Payment in the amount of Slo.00 hereby waives and releases its lien and right to claim a lien for labor, services Of materials famished through 09,30,'l 9 to PAVERSCAPE (customer) on the job of CITY OF SANFORD (owner of the property). to the following &tqcnbed property: S.-".,N,FORD RIVERNNALK PHASF- 1, IRMA ECREMEDIATION, IFB NO 18119-32, �ROND NUMBER GS56000087, AND FURTHER DESCRIBED M BOND R PUBLIC RECORDS SE-MINOLE COUNTY, FLORIDA. RECORDED IN OR 1300K 9432 PACE 1779 This wan tr and release does not cover any retention or labor, services or materials fa specified, rimished after the (late DATED on DECEMBER 20, 2019 SYNERGY LC DIAN A-17N:DIAN 8151 N SSOM ATT 51 N, E OSSOM TRAIL ORLAND F 0 BV: SSrI U Rb 'I- N -1 i.N N BRANCH -MANAGER '8cfore me, PcrsOnallY appeared, RUSSELL NTj'i\%F, LLC, wbo prc:duced the BRANCH MANA YN'Fk,(G3y RENTS mk,e an oath, and ack --------------- as identification or i n"Idedged lo-a-n­df�befo Is re meta he/she exec nally kno'�x-n 10 TrW nd who did th or e ", Ute Is Instrument or e purposes 'herr;n "Pressed on behalf of said entity, this 20 day Of DECEMBER- 2019 at�kkl-/� y—Olary P'liblic-, State Of Florida -MV Commission Expire, C-M-Admil QG 33!3$1 7,?323 LK RELEASE OF LIEN UPON FINAL PAYNM'NT The Undersigned Lienor, in consideration of the find payment, hereby received m the amount of $10-00 hereby waives and releases its lien and right to claim a lieu for serials furnished to YJrtan on the following descnlW property. Riverwalk Samford Vated on, �f e� tu la 0 G A �%Cao Lienor"s Name: Amt RoGyding LLC Address: 4W Venture Dr., South Daytona, Fl, 32119 Title SWe ofFLOWA Countyof ZOW;Sl A Tbq instnuneat was ackno%= before me twsL(-4 day of 2OA0 I by 2L�[UkA-204 (*K<jMWMU of said company, He/SheispimomUy known to me or has pzo&cW "-16" UW -as idenitification, My Commission Expires: Printed Notary FELICIA FONSECA Stale of Floilds-NotIfY Publl Commission 0 G 272728 my r-ommission-Explies SECi110N W"2 SUBCONTRACTOWS / SUPPLIEfrS WAIVER AND RASE OF LEN UPON PRWJRE PAYMENT • -- Thand Lienar, ht c ormideration of the sura of $1. j hereby wires and releases its lien and right to clairxr s lien for labor.servrr±es to materials furnlished lh *7 1 'i10 (the ) or the Pfcoct known as the h Irma Remed ti (lP'R NZIWJ% Owner Is the M of ;Sante- The J services or materials fomishhed relate to improveinerits to the fo#DWM P The P'm}ect is located along the north side of W. Seminole tai.. starting approximately ft east of the French Ave Intersection, and ending at French Ave. in Sanford, Florida. This waiver and release does not cover any retention or labor, services, or materials furnished air the date steed. 20 t Lienor; N'Q, Addrew. �7-7 , By: l+ature y CMN OF'-" ASTATEOF Before mir,,the unders%V Notary Public of fire State of _^�� persrrnally appeared. a as of ,,j- whose name(s) dare sub=bed to the within initrument, who personally swore or affimed that WsM is aulhoiized to execute Oils document and thereby bW Me gyration. Subscribed end mom to before me this �'� `clay of .20j ' nature of Notary P'ul , Pitt, Twe or to np ±*snkrd fret k Ptraas l > ttrrnc Remted SUBCONTRACTORS / Str `$WAIVER AND May 90, tri RELEASE of LIEN UPON PROGRESS PAYMENT ono �E G, Flow�ti �=� w� Cm 5 s�' 20I3 tar ; rApOtiiY�• d MOtO SEc'noN 00642 S1tlBMNTRAGTOWS ► SUPPLIER'S WAIVER AND RELEASE OF LIEN UPON PROGRESS PAYMENT The uncle ed Ltenor, In consklembon of the gum d $ I by waives and releasesits lien and dght toGenn for 14"rat .$ or materials furnishedthrch� ,30.2-6 19 to s -m o.,3 S F.. `-, a !f i- , t ti f i. i°. P f. ♦ « m The Prgest is located along the north side of W. Seminole Stvd., starting appr)Amately east elf the French Ave interne tion, and ending at French .Ave. In Sarftd, This wahrer and release doss not ow4er any retention of fabw, services. or materials figmished after the date specified. BATED can Ct- *vn .,*'- 19 Lienor ,s t.t/'enses—AC .Address;' "i 41 0 © F- Y 0 MUM PifAuKoi�-- s i i e to the Wthin InsVuff wnt who personal� swore or aftned that hatshe Is w4thwized to exwft this document and tttereby bind the CoMantlom devofr Su to befbre me this .201 ..i.+� 4v *n-arwe of Wary kntType or stem S*rdmd l m* Phu* 4 - km Rwn~6e May 10, 2010 BUBCOWRACTORI r SUPPUE" WATWRAM RAE OF LEN UPM PROGRESS PAYMENT 00W-1 My sar Ftp iiG SECTION 00542 SUBCONTRACTOR'S I SUPPLIER'S WAIVER AND RELEASE OF LIEN UPON PROGRC-Gs PAYMENT The undersigned Lienor, in consideration of the sum of $ , hereby waives andreleasqs its lien and right to clairg p hen for labor serviCPS Or materials furnished through to -4rittAn 617k_rproe-T -----_the Contractor) fray the Project known as the Sanford RiverWalk_Ph2se.l - Irma RernedialioIJIE13 No. whose Owner is the Cilof Sanford The labor. services or materials IL mished relate to imps. ovements to the following property: The Project is located along the north side of W, Seminole Blvd., starting approximately 600-6 east of the French Ave intersection, and ending at French Ave in Sanford, Florida. This waiver and release does not cover any retention or labor, services, or materials furnished after the date specified. DATED on �J07 9 .20 'P10 Lienor: —13P Efec4ric_ Address, By, Signature Printed Namee and TT* COUNTY OF STATE OF MILk-7 Befo me, he un gnO; rat Public of the State of _r't, persanWIty appeared- as en -,A P.A.AZZ _ of— whose f—whose name(s) islaTe subscribed to the within . -, instrument, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation. bs ribed and swo fore ett.is day of If d JkHELD KIRTON fie, an ig�Klure of Nola PUbtc Typ 4A4 A0=% N EXPIRES: Octobw 25,2020 Bm4W Ylwu NoWy KW VWw~ Sanford RiverWalk Phase I - Irma Rertedlaililon SUBCOWRAtTORS I SUPPLJER'S WAIVER AND my 10, 2019 RELEASE OF LIEN UPON PROGRESS PAYMENT 5E� 5 SECTION 00644 CONTRACTOR'S WAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT The under!s'Qned Lienor, in consideration of Final Payment in the amount of 574 7<i1 . q3 iatxrr, se-- hereby waives anil raleasesits lien and right to claim a lien for or rv"s or materials fumislied through— 1731 lxo _q 0 to the Cr of 101 Ih`e PrOject Itnown as the MLIQR( Rrv&Wilk Phase I - Irma Remadinlic 'IF8 No� ki _- IP!19-32). The labor, se or materials fumished relate to Improvements to the following property: Th'a PmjW is meted along the north side of W. Seminole Blvd., staffing approximately 600 -ft east Of the French Ave intersection, and ending at French Ave. in Sanford, Florida. DATED on U I / ., .20 6� 0 Lienor: Kir+c)n CnTe!�ease3i AdiJress, -3 x) f�ia _R� R. 3d Sy: lure - elle 74(l e4 -C Y1 . Printed Name and Title COUNTY OF T) f STATE OF FLORIDA B_eFDWIE' theN t ary Put* 4 1 St Q whose nthaeme(st isaFlorktapop a )e red to the Zins%memt who personally !svmre or affirmed that heIshe is authorized to execule this document and thereby bind the Corporation. Subscribed and sworn to before Me this (lay of -.- Ian I- ve signature of Notary Pu Print, Type or Stamp Chi Name of Noy Public MAnBleicb Pike EXPAW A01 01, 2M Unfor,d RWwWstk Pba3* I - hm ftmedladon CONTRACTOR'S WAPM AND RELEASE OF May 10, 2019 LIEN UPON FINAL PAYMEN T 00644-1 , "MB:.,Rrayba.me-:4.�,.WV-AV-A,,.i,�,toi 4:.#. 4*, '4 "*' " - -40.- '. Pemonally Known Or, Produced Identification Type of Identification Produced END OF SECTION Sanford Rlv*rWalk Phase I - Irma RanWdlation CONTRACTOR'S WAIVER AND RELEASE Of May 10, 2019 UEN U"- FINAL PAYMENT 00644=2 LLJ W T F - 'N 0 C4 9 OD C4 6 w 66 z N `7z o 4 -0 ID Q C3 OB n do o 00 o o c, Q C.) 4 t7 al C) C) 0 0 0 0 00 0 0 cl C5 00 t3 _tJJ iSf 8 81 co' 0 -8-8 6 46 9 9 q co ko (D f9 CL cq V sii (n KL v 0 %D Lo f -I Ci? eq V tGt 11.3 70 M 4n — T- C4 0) Cs -ID 0! to V> C4 E 7& (D Nr U-01 110, P - w 0, CO) v N Q c c ;3 > - 22 -2 CL ' o o 0 Mr., is momm 0 0 E M 65 0 W E f to 90 CO r- co 0) C:,l �l -1 4 12 Is. E 9 LIT LU 00 CWVVV-"PA raf i m I CL FBI! Z, ;ILI ui e Z 'Sa's Ew SE US mm uj Lu w Lli 0 z cc 0 z es D Y V) z a 0 I co !b;l Tj CWVVV-"PA raf i m I CL FBI! Z, ;ILI ui e Z 'Sa's Ew SE US mm uj Lu w Lli 0 z cc 0 z es D Y V) z a 0 I co !b;l