Loading...
HomeMy WebLinkAbout2601 IFB 23/24-05 City Hall Reroofing Atlas Apex Roofing LLC4;Y OF SXNFOP,D FINANCE DEPARTMENT 1 Tuesday, February 13, 2024 )W PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: IFB 23/24-05 City Hall Reroofing Atlas Apex Roofing, LLC The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ® Return originals to Purchasing- Department ❑ Return copies Mayor's signature Safe—keeping (Vault) Deputy City Manager ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Special Instructions: Recording Bonds for Project IFB 23/24-05 City Hall Reroofing. Sha*uwYv� Do-vwlwiei 2/13/2024 From Date T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc xf OX*r Customer: SANFORD, CITY P O BOX 1788 SANFORD F Grant Maloy Clerk of the Circuit Court & Comptroller Seminole County P.O. Box 8099 Sanford FL 32772 Phone:407-665-4327 Tran: 5564721- 95186428 Receipt # 2310971 Receipt Date 02/14/2024 Account No: 116 Account Balance: 1,898.00 1 BOND Inst# 2024013471 BK/PG 10579/1720 BOND $44.00 COUNTY RECORDING FEES 44.00 Receipt Total: Paid By: CHARGE PURCHASING /SHANNON Total Tendered $44.00 44.00 40 4.Uu HAVE A NICE DAY HOW ARE WE DOING? PLEASE VISIT SEMI NOLECLERK.ORG Printed: 02/14/2024 10:31 am Rec By: cjones ver. 19.08.26.1001 City of Sanford I Finance Department I Purchasing Division $l�llCltattitlu Nunulmr: 19 n7r or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 B 23/24-05 S JTV OF Pl►onc: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE"111MEN1 INVITATION FOR BID (IFB) Dtter Dale; ONE (1) TIME PURCHASE December -14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00605 PROCUREMENT PERFORMANCE BOND Bond No: 800161189 (100% of Contract Price) KNOW ALL MEN BY THESE PRESENTS, that we, Atlas Apex Roofing, LLC as Principal/Contractor,and Atlantic Speciality Insurance Company , as Surety, are held and firmly bound unto the CITY OF SANFORD, FLORIDA, as a municipal corporation of the State of Florida, as Obligee/City, in the sum of (Written Dollar Amount) dollars ($1,022,000.00 ) lawful money of the United States of American, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. D WHEREAS, Contractor has by written agreement dated -`�h , 20Z-!�, entered into a Contract with the City of Sanford in accordance with a bid (whether a pr6libsal, response or other submission, by whatever name or of whatever nature) issued by the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the procurement documents which relative to the City's purchasing or procurement solicitation entitled Citv Hall Reroofing (New Roof) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract as obligated to do so for the City and in accordance with all terms and conditions of the Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. THE SURETY HEREBY WAIVES notice of any alteration or extension of time made by the City. WHENEVER CONTRACTOR SHALL BE AND DECLARED by the City to be In default under the Contract, the City having performed City's obligations thereunder, the Surety may promptly remedy the default or shall promptly: (1). Complete the Contract in accordance with its terms and conditions to include, but not be limited to, the time of performance which is of the essence; or (2). Expeditiously obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible bidder, or if the City elects, upon determination by the City and the Surety jointly of the most responsible bidder, arrange for a Contract between such bidder and the City, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall be paid to the Contractor under the contract and any amendments thereto, less the amount orooerly paid by the City to the Contractor. GRANT MALOY, SEMINOLE COUNTY 50 CLERK OF CIRCUIT COURT & COMPTROLLER CFN# 2024013471 Bk:10579 Pg 1720-1724(5Pgs) REC: 02/14/2024 10:31:27 AM by cjones RECORDING FEES $44.00 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SurraF Phone: 407.688.5028 or 50301 Fax: 407.688.5021 ARDHCFOfDAR1AIETIT INVITATION FOR BID (1FB) Due Date: ONE (1) TIME PURCHASE December l4, 2023 TITLE: CITY HALL REROOFING (NEW) 11 NO RIGHT OF ACTION SHALL ACCRUE on this bond to or for the use of any person or corporation other than the City named herein or the heirs, executors, administrators, or successors of the City. NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. Notices under this bond shall be directed to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and Surety shall be to their mailing addresses as set forth in the records of the Florida Department of State. THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at all times until release by the Obligee. In the event of any material change, cancellation, expiration or non- payment of premiums, the Surety shall notify the City by certified mail or registered mail, return receipt requested, at least thirty (30) days prior to the effective date of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. SIGNED, SEALED AND DATED THIS CA of -- DAY OF , 20 , J [Signature lines in a legally binding form.] Atlas Apex Roofing, LLC Atlantic Speciality Insurance Co any ACCEPTED BY: Brett Rosenhaus ATTEST.' CITY OF SANFORD: Attorney -in -Fact & FL Licensed Agent Traci flowhih Traci Houchin IFeh 1, 2024 D9:58 ESTI Traci Houchin, MMC, FCRM City Clerk Approved as to form and legality: Lonnie Groot (Jan 31,202416:29 EST) William L. Colbert, City Attorney ao_14 Art Woodruff (Jan 31, 22418:04 EST) Art Woodruff Mayor, City of Sanford, Florida Date: 31/01/2024 Note: (1) Write in the dollar amount of the bond, which must the same as the amount bid In lhesolicilation. (2) All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. (3) Attorneys -in -fact who sign Bid Bonds or Contract Bonds must fiilewith each bond a certified. (4) Date of the Bond must not be prior to date of Agreement. If CONTRACTOR Is a Joint venture, all ventures shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. 51 SECTION 00605 PROCUREMENT PAYMENT BOND Bond No: 800161189 (100% of Contract Price) KNOW ALL MEN BY THESE PRESENTS, that we, Atlas Apex Roofing, LLC as Principal/Contractor, and Atlantic Speciality Insurance Company , as Surety, are held and firmly bound unto the CITY OF SANFORD, FLORIDA, as a municipal corporation of the State of Florida, as Obligee/City, in the sum of (Written Dollar Amount) dollars ($1,022,000.00 ) lawful money of the United States of American, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, Contractor has by written agreement dated ZA-, entered into a propos Contract with the City of Sanford in accordance with a bid (1 ether �, al, response or other submission, by whatever name or of whatever nature) issued by the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the procurement documents which relative to the City's purchasing or procurement solicitation entitled City Hall Reroofing (New Roof NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants In suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: (1). Any person, firm or corporation that has furnished labor, products, or supplies for or In the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, Instituted in Seminole County, Florida. Such right of action shall be asserted in proceedings instituted In the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. (2). The Principal and Surety hereby designate and appoint, Kevin Mitowicz - Attorney -in -Fact & FL Licensed Agent _ as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. 52 City of Sanford I Finance Department I Purchasing Division Sulidistio Number: CITY OF 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 "SANF�RD Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 IWANCE OEYANIMENE INVITATION FOR BID (IFB) - Due Dttte: ONE (1) TME PURMA,SE Deeember 14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00605 PROCUREMENT PAYMENT BOND Bond No: 800161189 (100% of Contract Price) KNOW ALL MEN BY THESE PRESENTS, that we, Atlas Apex Roofing, LLC as Principal/Contractor, and Atlantic Speciality Insurance Company , as Surety, are held and firmly bound unto the CITY OF SANFORD, FLORIDA, as a municipal corporation of the State of Florida, as Obligee/City, in the sum of (Written Dollar Amount) dollars ($1,022,000.00 ) lawful money of the United States of American, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, Contractor has by written agreement dated ZA-, entered into a propos Contract with the City of Sanford in accordance with a bid (1 ether �, al, response or other submission, by whatever name or of whatever nature) issued by the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the procurement documents which relative to the City's purchasing or procurement solicitation entitled City Hall Reroofing (New Roof NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees of said Contract and of such subcontractors shall promptly make payments to all persons supplying him or them with labor, products, services, or supplies for or in the prosecution of the work provided for in such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of reasonable attorney's fees, incurred by the claimants In suits on this bond, then the above obligation shall be void; otherwise, it shall remain in full force and effect. HOWEVER, this bond is subject to the following conditions and limitations: (1). Any person, firm or corporation that has furnished labor, products, or supplies for or In the prosecution of the work provided for in said Contract shall have a direct right of action against the Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, Instituted in Seminole County, Florida. Such right of action shall be asserted in proceedings instituted In the name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. (2). The Principal and Surety hereby designate and appoint, Kevin Mitowicz - Attorney -in -Fact & FL Licensed Agent _ as the agent of each of them to receive and accept service of process or other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. 52 (3). This bond is given pursuant to and in accordance with the controlling provisions of Section 255.05(1) Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. Notices under this bond shall be directed to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and Surety shall be to their mailing addresses as set forth in the records of the Florida Department of State. THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at all times until release by the Obligee. In the event of any material change, cancellation, expiration or non- payment of premiums, the Surety shall notify the City by certified mail or registered mail, return receipt requested, at least thirty (30) days prior to the effective date of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. SIGNED, SEALED AND DATED THIS (Yr" DAY OF 1fLCTL4 .2024 - J [Signature lines in a legally binding form.] Atlas Apex Roofing, LLC Atlantic Speciality Insurance nany ACCEPTED BY: ATTEST: CITY OF SANFORD: Brett Rosenhaus Attorney -in -Fact & FL Licensed Agent Traci IfnucGrih Traci�Houchin, MMC, FCRM City Clerk Approved as to form and legality: .;;rvn Alf - Lonnie Groot (Jan 31, 202416:29 EST) William L. Colbert, City Attorney �1W ArtWoodruff (Jan 31 "2f2418:04 EST) Art Woodruff Mayor,C()MOTford, Florida Date: NOTES: (1). Write in the dollar amount of the bond, which must the same as the amount bid In the Solicitation. (2). All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. (3). Attorneys -in -fact who sign Bid BondsorContract Bonds must filewith each bond a certified. (4). Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney appointing individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. 53 City of Sanford ( Finance Department I Purchasing Division Solicitation Number- 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 1 FB K3/24-05 stir or SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 nHAPIMOEYARIMM INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE Decentber14, 2023 TITLE: CITY HALL REROOFING (NEW) (3). This bond is given pursuant to and in accordance with the controlling provisions of Section 255.05(1) Florida Statutes, and all the provisions of the law referring to this character of bond as set forth in any sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. Notices under this bond shall be directed to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and Surety shall be to their mailing addresses as set forth in the records of the Florida Department of State. THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at all times until release by the Obligee. In the event of any material change, cancellation, expiration or non- payment of premiums, the Surety shall notify the City by certified mail or registered mail, return receipt requested, at least thirty (30) days prior to the effective date of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond will expire prior to performance of the Principal's obligations shall be deemed a default. SIGNED, SEALED AND DATED THIS (Yr" DAY OF 1fLCTL4 .2024 - J [Signature lines in a legally binding form.] Atlas Apex Roofing, LLC Atlantic Speciality Insurance nany ACCEPTED BY: ATTEST: CITY OF SANFORD: Brett Rosenhaus Attorney -in -Fact & FL Licensed Agent Traci IfnucGrih Traci�Houchin, MMC, FCRM City Clerk Approved as to form and legality: .;;rvn Alf - Lonnie Groot (Jan 31, 202416:29 EST) William L. Colbert, City Attorney �1W ArtWoodruff (Jan 31 "2f2418:04 EST) Art Woodruff Mayor,C()MOTford, Florida Date: NOTES: (1). Write in the dollar amount of the bond, which must the same as the amount bid In the Solicitation. (2). All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. (3). Attorneys -in -fact who sign Bid BondsorContract Bonds must filewith each bond a certified. (4). Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney appointing individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. 53 Iintact iNSURANC! I Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with Its principal office in Plymouth, Minnesota, dues hereby constitute and appoint: Brett Rosenhaus, each individually if there be more than one named, its true and lawful Atlomey-in-Faci, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof: provided that no bund or undertaking executed under this authority shall exceed in amount the sum of: untindted and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved; Thal the President, any Senior Vice President or Vice-president (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and [hat the Authorized Officer may appoint and authorize an Atlomey-in-Fact to execute on behalf of the Company any and all such Instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Atturney-in-Fact and revoke all power and authority given to any such Attomey-in- Fact. Resolved: That the Attorney -In -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other wrltings obligatory in the nature thereof, and any such Instrument executed by any such Atlomey-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact Is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and scaling any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April, 2020. J,„,u, �•N P��Y INg` 4"t q, €W4 pP10 11�y ly: °SEALf m Ej;DWANN'SH•TROUT PUBLIC • MINNE80TAGIommission tY 1988 'oi STATE OF MINNESOTA 'Sbydj4` iv vo �` ,AA By Paul J. Brehm, Senior Vice President HENNEPIN COUNTY 4h�q,,, •• N„,W On this twenty-seventh day of April, 2020, before me personally came Paul J, Brehm, Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the Individual and officer described in and who executed the preceding Instrument, and he acknowledged the execution of the same, and being by me duly sworn, that he Is the said officer of the Company aforesaid, and that the seal affixed to the preceding Instrument Is the sea! of said Company and that the said seal and the signature as such officer was duty affixed and subscribed to the said instrumenl by the authority and at the direction of the Company. 1, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated day of This Power of Attorney expires January 31, 2025 a'�1�.SY INS �y 1Qv 10 in irn. SEAL .m 1988 Please direct bond verifications to surelyLiplinfachnsuidire.wm Kara Barrow, Secretary _Y Ej;DWANN'SH•TROUT PUBLIC • MINNE80TAGIommission ,;�� tnAw11 Expiresiorq anuary 31, 2025 Notary Public 1, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated day of This Power of Attorney expires January 31, 2025 a'�1�.SY INS �y 1Qv 10 in irn. SEAL .m 1988 Please direct bond verifications to surelyLiplinfachnsuidire.wm Kara Barrow, Secretary ACORD® I DATE(MIAIDDNYYY) �� CERTIFICATE OF LIABILITY INSURANCE 1/9/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE 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(les) must 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 NAME: AX aHrcDNH (954)943-5050 (AJCC,No): (954) 042-6310 Frank R. Furman, Inc. E-MAIL ADDRESS: haaseQ£urmaninsurance.com 1314 East Atlantic Blvd. INSURERS) AFFORDING COVERAGE NAIC Y P. O. Box 1927 INSURER A: Greenwich Insurance Company 22322 Pompano Beach FL 33061 INSURED INSURERB:Starr indemnity S Liability Comoany 36318 INSURER C: Bridoe field Casualtv Ins Co 10335 Atlas Apex Roofing LLC INSURERD:XL Insurance America 24554 281 NE 32 ST INSURER E: Continental Casualty Company 20443 INSURERF: Ft Lauderdale FL 33334 COVERAGES CERTIFICATE NUMBER:Oct 23 GL AL TEL XS IF REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 LTR TYPE OF INSURANCE ADDL INa 9 t1RPOLICY POLICY NUMBER EFh tMMIDD/YYYYI POLICY EXP MMIDDIYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A CLAIMS -MADE � OCCUR PREMITED SES (Ea�cxxVrrenrel S 300,000 MED EXP (Any one person) S 10,000 X no X,C,U Exclusion X CrS1429197 10/1/2023 10/1/2024 X Broad Form Property Damage PERSONAL B ADV INJURY 5 2.000,000 GEN'LAGGREGATE LIMITAPPUES PER: GENERAL AGGREGATE $ 4,000,000 POLICY E] jE 4 F-1LOCPRODUCTS -COMP/OP AGG 5 4,000,000 DedudUe9tPDPer Occ $ 10,000 X OTHER: Contractual inoluded AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 2,000,000 IEs acdde.I BODILY INJURY (Per person) S A X ANY AUTO ALL OWNED—'1429190 AUTOS AUTOS SCHEDULED X 10/1/2023 10/1/2024 BODILY INJURY (Per acddenl) S PROPERTY DAMAGE S IP., euldaell XX NON -OWNED HIREDAUTOS AUTOS PIP 5 10,000 UMBRELLA LIAR OCCUR IN 1000588634231 EACH OCCURRENCE S 5,000,000 AGGREGATE 5 5,000,000 B X EXCESS UAB CLAIMSMADE Primary $5H over OL AL EL DED I X I RETENTION 5 0 Prod u 'ompteles Operauom 5 5, 000,000 X 1 10/1/2023 10/1/2024 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER I I OTH- STATUTE FR C ANY PROPRIETOR/PARTNER/EXECUTNE OFFICER/MEMBER EXCLUDED? N❑ (Mandatory In NH) NIA 196-50902 10/1/2023 10/1/2024 E.L EACH ACCIDENT 5 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 11 yes, desuibe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 5 1,000.000 D $5M Excess over $5H Excess Liak U50013190OL123A 10/1/2023 10/1/2024 Per OrcunencerA99moste $5b1/$5M E Installation Bloater LJ 5099685837 10/1/2023 10/1/2024 Per JobsAerA99re9ele $1M/$20M DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addiflonal Remarks Schedule, may be stuchad It more space IS required) The City of Sanford is included as additional insured for general liability, and auto liability as required by Smitten contract. Umbrella is follow form over general liability and auto liability, CERTIFICATE HOLDER CANCELLATION ©1988-2014 ACORU CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD (lame and logo are registered marks of ACORD INS025 (201401) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sanford THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 300 N. Park Ave ACCORDANCE WITH THE POLICY PROVISIONS. Sanford, FL 32771 AUTHORIZED REPRESENTATIVE Tina Mangum/FIR ©1988-2014 ACORU CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD (lame and logo are registered marks of ACORD INS025 (201401) SECTION 00620 AGREEMENT FORM PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the day of by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida 32771, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred to as "OWNER") and Atlas Apex Roofing,LLC, whose principal and local address is 6751 North Federal Highway. Suite 302. Boca Raton. FL 33487 , hereinafter referred to as to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein as the Parties. 1.02 The Owner and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Manual, any technical specifications as incorporated by the Project Manual; the Drawings as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's written interpretations and clarifications issued on or after the Effective Date of this Agreement, and all documents which are fully a part of the Contract with the City are identified by title and number as set forth below and are available for review at and downloading from the City's Web site (site in full) and all documents are agreed to be incorporated into the Contract as if physically attached to the Contract and are, further, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. Executed, Section 00520 - Agreement Form. 2. The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 3. Addenda Applicable to the Bid 4. Contractor's Bid, 00410. 5. Performance Bond, 00605. 6. Payment Bond, 00610 7. Material and Workmanship Bond, 00615. 8. Non Collusion Affidavit, 00432 9. Conflict of Interest Affidavit, 00434 10. Public Entities Crime Affidavit, 00436 11. Compliance With the Public Records Law Affidavit, 00438 12. Bidder Information and Affidavit, 00440 13. Receipt of Exempt Public Records and Agreement to Safeguard (If Required for Project by City), 00442 14. Certification Of Non -Segregated Facilities (Executed Form), 00450 IFB 23124-06 City Hall Reroofing (New) AGREEMENT 00620-1 15. Disputes Disclosure (Executed Form), 00452 16, Drug Free Workplace (Executed Form), 00454 17. Unauthorized (Illegal) Alien Workers Affidavit, 00456 18. E -Verify Compliance Affidavit, 00458 19. Americans With Disabilities Act Affidavit, 00460 20. Financial Information (Executed Form) (If Required by City), 00462 21. Schedule Of Proposed Subcontractors, Attachment 'D" 22. Criminal Background Check Requirements (if Required for Project by City), 23. Insurance Certificate(s) 24. Notice of Award, 00510 25. Notice to Proceed, 00530. 26. Consent of Surety to Final Payment (Executed Form), 00617. 27. Contractor's Application for Payment (Executed Forms), 00625. 28. Certificate of Substantial Completion, 00626. 29. Certificate of Final Completion, 00627. 30. Contractor's Partial Release of Lien (Executed Forms), 00640. 31. Subcontractor's Final Release of Lien (Executed Form), 00641. 32. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 33. Contractor's Release of Lien (Executed Form), 00645. 34. Change Order (Executed), 00850. 35. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, but which are included in the Project Manual and any additional documents agreed upon by the Parties shall be included as a part of the Contract. These documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. As the documents indicated above are executed, the date of final execution and initials of the individual who received the executed document(s) is to be added to the blank next to the listed document(s) when processed and made a part of the City's official set of Contract Documents. B. Scope of Work The Contractor shall perform all Work required by the Contract Documents for the construction of the City Hall Reroofing (New Roof) C. Contract Time The Contractor shall begin Work after the issuance of a written Notice to Proceed from Owner and shall substantially complete the Work within the Contract Time identified in Paragraphs 1.02.C.5 of the Bid Form, which is 90 calendar days. The Work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 120 calendar days from the actual date of substantial completion. D. Liquidated Damages IFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00620-2 OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 1,000 for each calendar day that expires after the time specified in Paragraph C for substantial completion until the Work is substantially complete. It is agreed that if this Work Is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth ('/) of the rate set forth above. E Contract Price Lump Sum Contract The Owner will pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order, the Total Contract Lump Sum Price of One Million Twenty Two Thousand Dollars and No Cents Dollars $1,022,000.00. Payments will be made to the Contractor based on the Schedule of Values included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein, and subject to completion of the Work, in accordance with the Contract Documents. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end, the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payment Procedures Application for Payment: CONTRACTOR shall submit Applications for Payment in accordance with Article 14.02 of Section 00700 - General Conditions, Section 00800 - Supplementary Conditions 14.02.A.1 and 14.02.A.2, and Section 00625 - Application for Payment. 2. Final Payment: Upon Final Inspection and Final Completion and acceptance of the Work in accordance with Articles 14.06 and 14.07 of Section 00700 - General Conditions, CITY shall pay the remainder of the contract price as provided in the General Conditions. H. Retainage IFB 23124-05 City Hall Reroofing (New) AGREEMENT 00520-3 Retainage for this Project is 5%. Engineer Additional Terms and Conditions The CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high quality goods and/or services to the CITY by means of employees who are neat in appearance and of polite demeanor. 2. All submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. 3. The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which goods and/or services provider shall provide goods and/or services for the CITY's projects. 4. The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. 5. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. 6. The CONTRACTOR hereby guarantees the CITY that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. 7. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONTRACTOR (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. IFB 23124-05 City Hall Reroofing (New) AGREEMENT 00620.4 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY's officers and employees either by operation of law or by the CITY. 9. No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the CITY. 10. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11, the term "CONTRACTOR'S employees" shall include CONTRACTOR'S agents, employees and SUBCONTRACTORS extending to SUBCONTRACTORS agents and employees. b. The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all services furnished by the CONTRACTOR under any Agreement resulting from this solicitation. The City reserves the right to require all CONTRACTOR employees, when on City property or Work sites, to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY a list of employees working on the project. Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the CITY's written request for such information. This Information will be reviewed, screened and verified by the CITY, prior to the employees of the CONTRACTOR entering the CITY's premises and/or work sites. IFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00620.6 d. The CONTRACTOR shall comply with Section 00525 concerning criminal background check requirements of the employees of the Contractor and Subcontractors. e. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to A) Failure to have the required criminal background check reports submitted to the City by the FDLE; or B) Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to Work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR and/or SUBCONTRACTORS that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the affected employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. e. 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, surreys, 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 IFB 23124-06 City Hall Reroofing (New) AGREEMENT 00520-6 for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. 13. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 14. Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement. 15. Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. 16. The CONTRACTOR will be notified of any disputable items contained In invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. 17. The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR's invoices. 18. Each invoice shall reference this Agreement, the appropriate billing period. 19. The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. 20. Invoices are to be forwarded directly the City's designated CEI representative, as identifed at the preconstruction meeting, for review and processing. 21. CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the Work and the performance of this Agreement. 22. The City Manager, or his/her designated representative, shall have the following responsibilities: a. Examination of all Work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the Work of the CONTRACTOR; b. Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with 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 IFB 23124.05 City Hall Reroofing (New) AGREEMENT 00520-7 d. Coordinating and managing the CONTRACTOR's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Brynt Johnson Public Works / Utility Director City of Sanford P.O. Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience at any time or for any one (1) or more of the reasons as follows: a. If, in the CITY's opinion, adequate progress is not being made by the CONTRACTOR due to the CONTRACTOR 's failure to perform; or b. If, in the CITY's opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or C. The CONTRACTOR, or any employee or agent of the CONTRACTOR, is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any Work that has been performed by the CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or e. The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. 25. In the event of any of the causes of termination, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then Immediately terminate this Agreement. 26. In the event that this Agreement is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the Purchase/Work Order shall be deemed terminated for convenience by the IFB 23/24-05 Clty Hall Reroofing (New) AGREEMENT 00620-8 CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. 27 The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. 28. Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. 29. The CITY shall have the right to terminate this Agreement without cause with a sixty (60) day written notice to the other party. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the parties as specified in the Agreement, 30. In the event that this Agreement is terminated, the CITY shall identify any specific Work to be continued to completion pursuant to the provisions of this Agreement. 31. In the event that after the CITY termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 32. In the event this Agreement Is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. 33. Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. 34. The performance or provision of the CONTRACTOR's goods and/or services under this Agreement may be suspended by the CITY at any time. 35. In the event the CITY suspends the performance or provision of the CONTRACTOR services hereunder, the CITY shall so notify the IFB 23124-05 City Hall Reroofing (New) AGREEMENT 00620-9 CONTRACTOR in writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. 36. Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. 37. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for Work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall Include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. 38. Indemnity and Insurance 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. iFB 23124-06 City Hall Reroofing (New) AGREEMENT 00620-10 b. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which Is hereby specifically acknowledged. C. Nothing herein shall be deemed to affect the rights, privileges, and Immunities of the CITY as set forth in Section 768.28, Florida Statutes. d In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTRACTORs, anyone directly or Indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or its agents or subCONTRACTORs, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. e. The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision of this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to Insurance coverage. 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 lFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00520-11 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. 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. lFB 23124-05 City Hall Reroofing (New) AGREEMENT 00520-12 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. 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. IFB 23124-05 City Hall Reroofing (New) AGREEMENT 00520-13 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. 61. If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the Judicial branch or State agency. 62. The CONTRACTOR shall advise the CITY in writing of it who has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. 63. The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. 64. The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. 65. The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance goods and/or services 1FB 23124-05 City Hall Reroofing (New) AGREEMENT 00520-14 under this Agreement and date of final payment for said goods and/or services, or date of termination of this Agreement. 66. The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. 67. In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 68. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. 69. The CONTRACTOR agrees to fully comply with all State laws relating to public records. 70. The CONTRACTOR agrees that if any litigation, claim, or audit Is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. 71. The CONTRACTOR shall not sublet, assign or transfer any interest In this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. 72. Any CONTRACTOR proposed subcontractors shall be submitted to the CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor Information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. IFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00520-15 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. 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. IFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00520-16 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. 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 IFB 23124-06 City Hall Reroofing (New) AGREEMENT 00520-17 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. K. Mandatory Compliance with Chapter 119 Florida Statutes and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONTRACTOR must: 1. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. 2, Provide the public with access to public records on 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 are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 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 IFB 23/24-05 City Hall Reroofing (New) AGREEMENT 00620-1s requirements. All records stored electronically must 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 provisions in accordance with this Agreement. 6. Failure by the CONTRACTOR to grant such public access and comply with public records requests 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 note the following: IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, HOUCHINT@SANFORDFL.GOV. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Atlas Apex Roofing, LLC Name of Firm 01 /24/2024 gnature) Date Henry Gembala - President Printed Name an itle -AT T: By (Signit re Dafe IFB 23124-05 City Hail Reroofing (New) AGREEMENT 00520-19 Printed Name and Title OWNER: Citv of Sanford Name of Owner NarferL u ayranarfs fr. 02/08/2024 Norton N.9onaparte, Jr. (Feb 8, 202412:50 EST) By (Signature) Date Art Woodruff. Mavor mayor Printed Name and Title ATTEST: Traci koljohin 02/08/2024 Traci Mouchin (Feb 8, 202413:16 ESn By (Signature) Date Traci Houchin. MMC. FCRM Citv Clerk Printed Name and Title Approved as to form and legal sufficiency. LDHH!P, N. 7"o� ArA. -Foy WLR CA 02/08/2024 Lonnie N. Groot, ACA, for WLC, CA (Feb 6, 2024 f0:05 ESTI William L. Colbert Date City Attorney END OF SECTION (SEAL) IFB 23124.05 City Hall Reroofing (New) AGREEMENT 00520-20 CITY COMMISSION MINUTES OCTOBER 912023 REGULAR MEETING Vice Mayor Britton moved to approve the Minutes. Seconded by Commissioner Wiggins and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye 6) CONSENT AGENDA [Commission Memo 23-182] Mayor Woodruff pulled Consent Item 6.M. Vice Mayor Britton pulled Consent Item 6.G for further discussion. A. Approve a procurement of anti -vehicle barriers, in the amount of, $99,000, from Meridian Rapid Defense Group using the funds from the previously approved Community Project Funding Grant for the Police Department. B. Approve the purchase of real property located in the area of Oleander Avenue and 3rd Street, Parcel Identification #25-19-30-SAG-0417-OOAO, for Stormwater drainage purposes in the amount of $22,500, plus closing costs estimated to be $1,000; Owners, Beverly B. Mason and Rochelle Meeks. C. Approve a procurement for sixty (60) replacements and four (4) new self-contained breathing apparatus, in the amount of $460,000, from Municipal Emergency Services for the Fire Department. D. Approve to replace Fire Rescue/Ambulance Vehicle No. 3, a 2017 Dodge Braun with high miles and high hours, in the amount of, $388,850 from Ten -8 Fire Safety. LLC, for Station No. 31. CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING E. Approve a change order to Killebrew, Inc., for the State Road 46 water main replacement, in the amount of, $133,128.69 bringing the contract total to $4,246,2193.19. (WS 6.E) F. Approve a special event permit application for St. Mary's Syro Malabar Catholic Church's `Parish Feast', from 7:30 — 10 PM, on both Saturday, October 21, 2023 and Sunday, October 22, 2023, with fireworks and a waiver of City Code Section 90-5. G. Denial of a special event permit application for' Severts Tree Farm', on unimproved property with a waiver of City Code Section 18.8, from 9 AM — 9 PM, between Monday, November 26, 2023 through Monday, December 25, 2023. H. Approve a special event permit application, with a noise permit and an alcohol permit for `Jingle Jam', from Noon to 7 PM, on Saturday, December 16, 2023, with street closures from 7 AM — 10 PM. I. Approve a special event permit application for the St. Mary's Syro Malabar Catholic Church's 'Christmas Eve Service', from 11:30 AM —1 PM, on Saturday, December 24, 2023, with fireworks. J. Approve a special event permit application, with a noise permit and an alcohol permit, for the `Love Your Mother Festival', from 11 AM — 4 PM, with a street closure from 9 AM — 5 PM, on Saturday, April 13, 2024. K. Approve to initiate the zoning (or legislation) in progress rules to begin modifications to the City's Land Development Regulations (LDR's) related to CITY COMMISSION MINUTES OCTOBER 99 2023 REGULAR MEETING Article III and Article VI. (WS 3.13) L. Approve the revised contract of the Axon Officer Safety Plan (OSP) from Axon Enterprise, Inc., to include the Axon Body Camera 4 and the Axon Taser 10, with the renewal of the five-year contract for the Police Department. M Approve a procurement for the City Hall Roof Replacement form Weatherproofing Technologies, Inc. dba Tremco Inc. in the amount up to $2,375,697; The roof is over 40 years old and due to the current Building Codes; it can no longer be repaired. Vice Mayor Britton moved to approve Consent Items 6.A through 6.17 and 6+1 though 6.L. Seconded by Commissioner Austiin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye After a brief discussion, Commissioner Austin moved to approve Consent Item 6.G. Seconded by Commissioner Wiggins and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Commissioner Austin moved to approve Consent Item 6.M to include the following revisions: to approve funding in the amount not to exceed $2.5M and to award the contract to the lowest competitive and responsible bidder. Seconded by Commissioner Wiggins and carried by vote of the Commission as follows: CITY COMMISSION MINUTES OCTOBER 912023 REGULAR MEETING Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye 7) PUBLIC HEARINGS: A. RE: 2890 East Lake Mary Boulevard; Owner, Sipes Investments 1. Second reading of Ordinance No. 4749, to annex 15.55 acres located at 2890 East Lake Mary Boulevard; Owner Red Sipes Investments LLC; Ad published October 1, 2023. [Commission Memo 23-183] Vice Mayor Britton moved to adopt Ordinance No. 4749. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye 2. Second reading of Ordinance No. 4750, to amend the Future Land Use from Industrial (IND) (Seminole County) to Airport Industry and Commerce (A1C) (City of Sanford) on 15.55 acres located at 2890 East Lake Mary Boulevard; Owner, Red Sipes Investments LLC; Ads published October 1, 2023. [Commission Memo 23-184] Commissioner Austin moved to adopt Ordinance No. 4750. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye 3. Second reading of Ordinance No. 4751, to rezone 15.55 acres from Agriculture (AA) (Seminole County) to Restricted Industrial (City of Sanford) located at 2890 East Lake Mary Boulevard; Owner, Red Sipes Investments LLC; Ad published October 1, 2023. [Commission Memo 23-185] Vice Mayor Britton moved to adopt Ordinance No. 4751. Seconded by Commissioner Wiggins and earned by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye B. Second reading of Ordinance No. 4752, to annex 0.21 acres located at 4055 Church Street; Owners, Triplett Holdings, LLC; Ad published October 1, 2023. [Commission Memo 23-1861 Vice Mayor Britton moved to adopt Ordinance No. 4752. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye C. Second reading of Ordinance No. 4753, to annex 0.28 acres located at 2201 Historic Goldsboro Boulevard; Owner, Habitat for Humanity; Ad published October 1, CITY COMMISSION MINUTES OCTOBER 912023 REGULAR MEETING 2023. [Commission Memo 23-187] Commissioner Wiggins moved to adopt Ordinance No. 4753. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye D. First reading of Ordinance No. 4754, to rezone 17.32 acres located at 3475 East Lake Mary Boulevard from the (AG) Agriculture, zoning district/classification to the (PD) Planned Development, zoning district/classification; Owners, William Kirchoff, Nixie Coleman and Airport Industrial Partners. [Commission Memo 23- 188] Commissioner Austin moved to approve the first reading of Ordinance No. 4754, with the following revisions: Strike # regarding establishing hardscape elements; provide modifications to the playground area; include 20% covered parking; include 30% open space multi -family; and include 20% open space commercial. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye E. First reading of Ordinance No. 4755, to amend Schedule F of the City's Land Development Regulations for improved design standards promoting orderly, CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING efficient, and safe residential development and improved visual aesthetics; Ad published October 8, 2023. [Commission Memo 23-189] (ES 3.A) Vice Mayor Britton moved to approve the first reading of Ordinance No. 4755. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye 8) OTHER ITEMS A. Approve the request for water services only for the proposed single-family sub- division located at 4158 Rooster Court. When the Utility services are available the owner shall be responsible for payment of all application fees and connections to the City's distribution system; all utility connections and lines to be installed per the City's Utility Manual Standards and the developer be required to install all water, sewer and reclaimed water lines to the property at the developer's cost; the annexation petition to be recorded in the public records of Seminole County; and for the City Commission to consider annexation of the property when it becomes annexable (per 171.044, Florida Statutes. [Commission Memo 23-1901 Commissioner Wiggins moved to approve the request for water services only for the proposed single-family sub -division located at 4158 Rooster Court. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye CITY COMMISSION MINUTES Oc oBER 9, 2023 REGULAR MEETING Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye B. Approve Resolution No. 3163, to authorize the City of Sanford to apply for the grant assistance application under the Florida Department of Environmental Protection (FDEP) Clean Vessel Act Grant for the Downtown Sanford Marina, Stationary Sanitary Sewer Pump -out Station; FDEP to award the City $14,342.25 under the grant which requires a 25% match of $4,780.75 by the City for a project total of $19,123. (Commission Memo 23-1911 (WS 3.C) Commissioner Austin moved to approve Resolution No. 3163. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Austin Aye Commissioner Wiggins Aye Commissioner Britton Aye Commissioner Mahany Aye C_ Approve Annual Appointments of members to the City Boards/Committees. [Commission Memo 23-192] Community Develooment Block Grant (CDBG) Advisory Board: Commissioner Wiggins moved to appoint R.T. Hillery to the CDBG Advisory Board. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING Historic Preservation Board Vice Mayor Britton moved to appoint Alec Then to Position 2 of the Historic Preservation Board. Seconded by Commissioner Wiggins and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Vice Mayor Britton moved to appoint Sabreena Colbert to Position 5 of the Historic Preservation Board. Seconded by Commissioner Wiggins and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Planning and Zoning Commission: Commissioner Wiggins moved to appoint Brian Borman to Position 4 of the Planning and Zoning Commission. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Commissioner Wiggins moved to appoint Nikki Campanga to Position 5 of the CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING Planning and Zoning Commission. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff' Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Commissioner Wiggins moved to appoint Maralangely Rodriguez to the Alternate Position of the Planning and Zoning Commission. Seconded by Commissioner Austin and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Nay Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Sanford Museum Advisory Board Commissioner Austin moved to appoint Dino Ferrri to Position 3 of the Sanford Museum Advisory Board. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Commissioner Austin moved to appoint Cassandra Albritton to Position S of the Sanford Museum Advisory Board. Seconded by Vice Mayor Britton and carried by vote of the Conunission as follows: CITY COMMISSION MINUTES OCTOBER 99 2023 REGULAR MEETING Mayor Woodruff Aye Vice Mayor Britton Aye Commissioner Wiggins Aye Commissioner Austin Aye Commissioner Mahany Aye Commissioner Austin moved to appoint Lynette Mitchell to Position 9 of the Sanford Museum Advisory Board. Seconded by Vice Mayor Britton and carried by vote of the Commission as follows: Mayor Woodruff Aye Vice Mayor Austin Aye Commissioner Wiggins Aye Commissioner Britton Aye Commissioner Mahany Aye 9) CITY ATTORNEY'S REPORT 10) CITY CLERK'S REPORT 11) CITY MANAGER'S REPORT Ms. Hinson provided the Commission with information regarding Chain Stores. Commissioner Austin requested to see how the City of Apopka handles their Chain Stores. He would like to discuss at the November Work Session. 12) CITIZEN PARTICIPATION 13) CITY COMMISSION REPORTS Vice Mayor Britton asked staff to look into the Firestone Lot and the entrance into the City on I Street. It needs curb appeal. Commissioner Austin asked staff to look into the water towers at Mayfair. They need to be pressure washed. Nice Mayor Britton was contacted by the Celery Lakes Home Owners Association regarding Lift Station #51 that backed sewage up onto CITY COMMISSION MINUTES OCTOBER 9, 2023 REGULAR MEETING the sidewalk where the kids have to wait for the school bus. She said she was not happy with the response from Utilities and will speak with Bill Marcous, Utilities Support Manager after the meeting regarding this and needs clarification on water shut off procedures. Vice Mayor Britton asked Mr. Bonaparte to please let the Commission know who the candidates are for Director positions. Commissioner Wiggins thanked staff for all of their assistance with the Westside Meetings. The food giveaway program provided 60 plus families with food. The November meeting will be held on the third Thursday and after the meeting a Thanksgiving meal will be served. Commissioner Austin requested an update on the water meter replacement project at the next Work Session. There is a law firm out of Tallahassee that will be holding neighborhood meetings for District l and District 3 regarding State Road 417. Mayor Woodruff thanked the Police Department and staff for a great event for the National Night Out. He hopes to have the City Manager Evaluation at the next meeting. There being no further business, the meeting adjourned at/?:OA PM. Mayor ArMoodruff Attest; ; bl � City Clerk (CL) t r ACORO® �� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/9/2024 THIS CERTIFICATE IS ISSUED ASA 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(les) must 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 VV M 1 NAME: ;H°NE F co- (954) 943-5050 I FAX .Nal: (954)942-6310 Frank H. Furman, Inc. 1314 East Atlantic Blvd. E44AIL jhaase@furmaninsurance.Com ADDRESS: P. O. Box 1927 INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A: Greenwich Insurance Comoanv 22322 Pompano Beach FL 33061 INSURED INSURERB:Starr IndQmaity G Liability Company 38318 INSURER C:Bridaefield Casualty Ins Cc 10335 Atlas Apex Roofing LLC INSURERD:)M Insurance America 24554 281 NE 32 ST INSURER E: Continental Casualtv Companv 20443 INSURER F: Ft Lauderdale FL 33334 COVERAGES CERTIFICATE NUMBER:Oct 23 GL AL EL XS IF REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL 1 SUER Ul1/n Pot ICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP r. UMIT8 X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A CLAIMS -MADE � OCCUR DAMAGE PREM SESOEsEocwrrence $300,000 MED EXP (Any one person) $ 10,000 X no X,C,U Exclusion X CGS7429197 10/1/2023 10/1/2024 X Broad Form Property Damage PERSONAL d ADV INJURY $ 2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY JECTF-1 LOC PRODUCTS - COMP/OP AGG $ 4,000,000 Deductible BI/PD Par Occ $ 10,000 X OTHER: Contractual included AUTOMOBILE LIABILITY _ COMBINED SINGLE LIMIT Fa accident $ 2,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X CAS7429198 10/1/2023 10/1/2024 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident)$ NON -OWNED X HIRED AUTOS X AUTOS PIP $ 10,000 UMBRELLA LIAR X OCCUR 1000588634231 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 B X EXCESS LIAB CLAIMS -MADE Primary $51,11 owr GL AL EL DED X I RETENTION S 0 roW Compieted Uperauonu $ 5,000,000 X 10/1/2023 10/1/2024 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N P ER OTHER X STATUTE I - I C ANY PROPRIETOR/PARTNEWEXECUTNEE.L. OFFICERIMEMBER EXCLUDED? a (Mandatory In NH) NIA 196-58902 10/1/2023 30/1/2024 EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D $5M Excesa over $5M Excess Liak US0013198OLI23A 10/1/2023 10/1/2024 Per Ocwrrenca/Aggregate $5M/$5M E Installation Floater 5099685831 10/1/2023 10/1/2024 PerJobalte/A99m9ste $1M/$20M DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may M attached B more space is required) The City of Sanford is included as additional insured for general liability, and auto liability as required by written contract. Umbrella is follow form over general liability and auto liability. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sanford 300 N. Park Ave THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Sanford, FL 32771 AUTHORIZED REPRESENTATIVE I Tina Mangum/MR�.eti ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Item City of Sanford I Finance Department I Purchasing Division F 11�of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 CITY of Phone: 407.688.5028 or 50301 Fax: 407.688.5021 Q; SANFORD FINANCE DEPARTMENT INVITATION TO BID (IFB) ONE-TIME TERM COMfRACT Due Date: December 14, 2023 TITLE: CITY HALL REROOFING (NEW) ATTACHMENT "F" BID PRICE PROPOSAL AND ACCEPTANCE OF BID TERMS AND CONDITIONS Description 1. Lightweight Insulation Concrete Replacement Wood Nailer Replacement Lump Sum Price not including line I & 2 Total Lump Sum including 1 & 2 Cost per Amount Total Cost Stjuare Foot_ - $8.00 I Sq Ft. 8.00 1 Sq. Ft. 5.00 $5.00 $ 1,022,000.00 S 1,022,013.00 Lump sum Price in Words One Million Twenty Two Thousand Thirteen Dollars & No Cents _ V I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and Y 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 I 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 Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Atlas Apex Roo ip& Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954565-1567 Authorized Signatory Title President Fax Number: 954 563-9556 Ilenry Gembala Printed Name 12/12/30_ Date 6 E-mail Address:estimatingl (u atlasapexusa.cur FEIN: 45-5199346 City of Sanford I Finance Department I Purchasing Division >Salkt>than 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 Number: ciTr of Phone: 407.688.5028 or 50301 Fax: 407.688.5021 1 FB =4-0. VW fINANCEOEVARTMENT INVITATION TO BID (IFS) ONE-TIME, TERM CONTRACT TITLE: CITY HALL REROOFING (NEW) STATE OF FLORIDA COUNTY OF Broward Due Date: DecemWji'14, 2023 I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gcmbaia - Prcidcnt N who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Swornand subscribed before me, by Atlas Avcx Roofing, LLC by means of { } physical presence or { } online notarization on the 12 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my and kfficial seal in the Cou 2023. F�bCc' tiNH C.A, ss" Naw otary public in n�°�q� 0 My commission expires: nd State last aforesaid this; _day of Dc c ember the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,v'Failure to submit this form may be grounds for disqualification of your submittal"* "41 /4 PART 1 GENERAL 1.01 Description SECTION 00410 BID FORM 1) ORICINMi The following Bid, for the (1) IFB 23/24-05 City Hall Reroofing (NEW) at City Hall . is hereby made to (2) City of Sanford, hereafter called the Owner. This Bid is submitted by (3) ATLAS APEX ROOFING. LLC 281 NE 32nd ST., OAKLAND PARK, FL 33334 954 565-1567 / 954 563-8556 / estimatingl na atlasanexusa.com (1) Name of Project as shown in the Invitation for Bids (2) Owner (3) Name, address, and telephone number and email address of Bidder 1.02 The Undersigned: A. See Addendum Receipt Acknowledgement Certification. B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: To hold this Bid open for 60 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders and to accomplish the work in accordance with the Contract Documents. 4. To begin work not later than 10 days after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the work within 90 calendar days of the date and final completion 120 days. 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 18 Cityof Sanford �Finance Department �Purchasin Division _7W-— Number - Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY of SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) "41 /4 PART 1 GENERAL 1.01 Description SECTION 00410 BID FORM 1) ORICINMi The following Bid, for the (1) IFB 23/24-05 City Hall Reroofing (NEW) at City Hall . is hereby made to (2) City of Sanford, hereafter called the Owner. This Bid is submitted by (3) ATLAS APEX ROOFING. LLC 281 NE 32nd ST., OAKLAND PARK, FL 33334 954 565-1567 / 954 563-8556 / estimatingl na atlasanexusa.com (1) Name of Project as shown in the Invitation for Bids (2) Owner (3) Name, address, and telephone number and email address of Bidder 1.02 The Undersigned: A. See Addendum Receipt Acknowledgement Certification. B. Has examined the site and all Bidding Documents and understands that in submitting his Bid, he waives all right to plead any misunderstanding regarding the same. C. Agrees: To hold this Bid open for 60 calendar days after the bid opening date. 2. To accept the provisions of the Instructions to Bidders regarding disposition of Bid Security. 3. To enter into and execute a contract with the Owner, if awarded on the basis of this Bid, and to furnish a Performance Bond and a Labor and Material Payment Bond in accordance with the Instructions to Bidders and to accomplish the work in accordance with the Contract Documents. 4. To begin work not later than 10 days after the issuance of a Notice to Proceed, unless otherwise provided, and substantially complete the work within 90 calendar days of the date and final completion 120 days. 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 18 ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule (review and revise) 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; Lump Sum of: One Million Twenty Two Thousand Dollars & No Cents ($1,022,000.00) (written words) Contractor MUST Complete Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {)§ who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {(physical presence or { } online notarization on the 13 day of Deri-mber . 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the Cour tate last aforesaid this 13 day of December , 2023. Ii • o�'-e�,�•S�N�,o= 1 ---e7,(No ary Pubfic in nd r the County and State Aforementioned) Diana Magliarisi ao�a< I Pm�Ss1o� P � No r occ.R" Nai�osa My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal'w ful City of Sanford I Finance Department I Purchasing Division Solicitation Number: 190%11300 CCTe of N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Dut Date: ONE (1) TIME PURCHASE Dw mbarK 2023 TITLE: CITY HALL REROOFING (NEW) ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule (review and revise) 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; Lump Sum of: One Million Twenty Two Thousand Dollars & No Cents ($1,022,000.00) (written words) Contractor MUST Complete Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {)§ who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {(physical presence or { } online notarization on the 13 day of Deri-mber . 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the Cour tate last aforesaid this 13 day of December , 2023. Ii • o�'-e�,�•S�N�,o= 1 ---e7,(No ary Pubfic in nd r the County and State Aforementioned) Diana Magliarisi ao�a< I Pm�Ss1o� P � No r occ.R" Nai�osa My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal'w ful B. *Note: The bid must be submitted on this document as provided by the solicitation. 1.04 Miscellaneous Requirements and Affirmations A. Bids must be on the Bid Form. (Submit 1 original and 2 copies of your response including the attachments listed in item B) B. I have attached the following required fully executed forms to this Bid: 1. Section 00420- Bid Bond 2. Section 00432- Non Collusion Affidavit 3. Section 00434- Conflict of Interest Affidavit 4. Section 00436- Public Entities Crime Affidavit 5. Section 00438- Compliance With the Public Records Law Affidavit 6. Section 00440- Bidder Qualification Affidavit 7. Section 00442- Receipt of Exempt Public Records and Agreement to Safeguard 8. Section 00450- Cert. Non -Segregated Facilities 9. Section 00452- Disputes Disclosure 10. Section 00454- Drug Free Workplace Affidavit 11. Section 00456- Unauthorized (Illegal) Alien Worker Affidavit 12. Section 00458- E -Verify Compliance Affidavit 13. Section 00460- ADA Affidavit 14. Section 00462 -Financial Information — If requested by the City 15. Section 00618- Insurance Requirement 16. Section 00820- Debarment Certification 17. Section 00835- Equal Employment Opportunity 18. Attachment "A" Addendum Receipt Acknowledgement Certification 19. Attachment "B" Organizational Information 20. Attachment "C" Reference Form 21. Attachment `D" Proposed Schedule of Subcontractor Participation 22. Attachment "E" Contractor Certification Regarding Scrutinized Companies, when require 23. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions 24. Attachment "H" Statement of Inspection 20 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITU OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) B. *Note: The bid must be submitted on this document as provided by the solicitation. 1.04 Miscellaneous Requirements and Affirmations A. Bids must be on the Bid Form. (Submit 1 original and 2 copies of your response including the attachments listed in item B) B. I have attached the following required fully executed forms to this Bid: 1. Section 00420- Bid Bond 2. Section 00432- Non Collusion Affidavit 3. Section 00434- Conflict of Interest Affidavit 4. Section 00436- Public Entities Crime Affidavit 5. Section 00438- Compliance With the Public Records Law Affidavit 6. Section 00440- Bidder Qualification Affidavit 7. Section 00442- Receipt of Exempt Public Records and Agreement to Safeguard 8. Section 00450- Cert. Non -Segregated Facilities 9. Section 00452- Disputes Disclosure 10. Section 00454- Drug Free Workplace Affidavit 11. Section 00456- Unauthorized (Illegal) Alien Worker Affidavit 12. Section 00458- E -Verify Compliance Affidavit 13. Section 00460- ADA Affidavit 14. Section 00462 -Financial Information — If requested by the City 15. Section 00618- Insurance Requirement 16. Section 00820- Debarment Certification 17. Section 00835- Equal Employment Opportunity 18. Attachment "A" Addendum Receipt Acknowledgement Certification 19. Attachment "B" Organizational Information 20. Attachment "C" Reference Form 21. Attachment `D" Proposed Schedule of Subcontractor Participation 22. Attachment "E" Contractor Certification Regarding Scrutinized Companies, when require 23. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions 24. Attachment "H" Statement of Inspection 20 2023 1.05 SUBMITTED, signed and sealed this 13 day of December 2020. Atlas Apex Roofing, LLC Contractor 12/13/23 Henry Gembala, President (Signature) Date Printed Name and Title 281 NE 32nd Street Business Address Oakland Park FL 33334 (CORPORATE SEAL) City State Zip Code ATTEST: (by Company Officer) 12/13/23 !E#y(Sign`�-N—Tlu�re����� Date Henry Gembala, President Printed Name and Title END OF SECTION 21 City of Sanford I Finance Department I Purchasing DivisionSollicitation Number: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIlVIE PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) 2023 1.05 SUBMITTED, signed and sealed this 13 day of December 2020. Atlas Apex Roofing, LLC Contractor 12/13/23 Henry Gembala, President (Signature) Date Printed Name and Title 281 NE 32nd Street Business Address Oakland Park FL 33334 (CORPORATE SEAL) City State Zip Code ATTEST: (by Company Officer) 12/13/23 !E#y(Sign`�-N—Tlu�re����� Date Henry Gembala, President Printed Name and Title END OF SECTION 21 City of Sanford I Finance Department j Purchasing Division 300 N. Park Avenue 2"d Flom Suite 236 Sanford, Florida 32771 arr or Phone: 407.688.5028 or 5030 1 Fix: 407.688.5021 �SANFORD FIYAFKE GEPANih1ENr INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: CITY HALL REROOFING (NEW) SECTION 00420 BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) Atlas Apex Roofing. LLC as Principal, and (2) Atlantic Speciality Insurance Company as Surety, are hereby and firmly bound unto (3) City of Sanford as Owner, in the penal sum of (4) Ten Percent of Amount Bid _ Dollars ($ 10% of Amount Bid) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation Is such that whereas the Principal has submitted to (3) City of Sanford a certain Bid for (5) City Hall ReRoofing , attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) Owner 4) Amount of Bond as Required in the Instructions to Bidders 5) Name of Project as Shown in Invitation for Bids NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers. 22 Signed and sealed this 14th day of December , 2023, ATTEST: By (Principal Officer) Typed Narr(e and Title (CORPORATE SEAL) Margaret A. Schulz, CSR Typed Name and Title (SEAL) Atlas Apex Roofing, LLC Principal By (Signature of Officer) 11-a.✓2d 4.w/e h Typed NarKe and Title 281 NE 32nd Street Address Oakland Park. FL 33334 City, State, Zip Atlantic Speciality Insurance Company Surety n By: li�y► Attorney -in -Fact Brett Rosenhaus Attorney -in -Fact & FL Licensed Agent Typed Name and Title 605 Hiqhway 169 North, Suite 800 Address Plymouth, MN 55441 City, State, Zip 727-209-1803 NA Telephone No. Facsimile No, END OF SECTION 23 City of Sanfol•d I Finance Department I Purchasing Division 9 .' 300 N. Paris Avenue 2"" floor Suite 236 Sanford, Itlorida 32771 city or SANFORI7 Phone: 407.688.5028 or 50301 FAx: 407.688.5021 NAANCEDEPARTMENT INVITATION FOR BID (IFB) r ONE (1) TIME PURCHASE e TITLE: CITY HALL REROOFING (NEW) Signed and sealed this 14th day of December , 2023, ATTEST: By (Principal Officer) Typed Narr(e and Title (CORPORATE SEAL) Margaret A. Schulz, CSR Typed Name and Title (SEAL) Atlas Apex Roofing, LLC Principal By (Signature of Officer) 11-a.✓2d 4.w/e h Typed NarKe and Title 281 NE 32nd Street Address Oakland Park. FL 33334 City, State, Zip Atlantic Speciality Insurance Company Surety n By: li�y► Attorney -in -Fact Brett Rosenhaus Attorney -in -Fact & FL Licensed Agent Typed Name and Title 605 Hiqhway 169 North, Suite 800 Address Plymouth, MN 55441 City, State, Zip 727-209-1803 NA Telephone No. Facsimile No, END OF SECTION 23 intact INSURANCE POVVE J, of ,"attorr9e°v KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Brett Rosenhaus, each individually if there be more than one named, its true and lawful Attorney -in -Fact. to make, execute. seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April, 2020. ....... N ,.. e co "SPEAL`,9"inAe 1986 oI STATE OF MINNESOTA 41�w vo?Ja' By Paul J. Brehm, Senior Vice President HENNEPIN COUNTY�'t • On this twenty-seventh day of April, 2020, before me personally came Paul J. Brehm, Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ALISON DWAN NASH•TROUT NOTARY PUBLIC • MINNESOTA My Commission Expires ip January 31, 2025 Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolytien set forth above are now in force. Signed and sealed. Dated day This Power of Attorney expires January 31, 2025 S& a�G 40pPOR.4;,, :. =y SEAL m; 1986 o ryb tiFw rop+abs: Please direct bond verifications to s�irervnintaetinstirance.Cnm Kara Barrow, Secretary Affidavit: Security and Public Safety Requirements, Section 00425 Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. 24 City of Sanford I Finance Department I Purchasing Division Solicitation Number: CITY OF 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 1FB 23/24-05 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) Affidavit: Security and Public Safety Requirements, Section 00425 Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. The CONTRACTOR shall release such information upon approval of the employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. 24 12/13/23 Signature of Attiant pate Henry Gembala President Atlas Apex Roofing, LLC Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala M who is personally known to me or { ) who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {)j physical presence or { ) online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. A WITNESS my handan tel seal in the County a State last aforesaid this 13 day of December , 2023. S% \.a 07 50� 1o2A <a6 as`0 VO r- otary Public in d f the County and State Aforementioned)Diana Magliarisi Z'2 rr; aea` My commission expires: 25 City of Sanford I Finance Department I Purchasing Division Solicitation Numbed. I "d 300 N. Park Avenue 2 Floor Suite 236 Sanford, Florida 32771 IF$ 23.124-05 CITY OF ROS ORD ANF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE Decemberl4, 2023 TITLE: CITY HALL REROOFING (NEW) 12/13/23 Signature of Attiant pate Henry Gembala President Atlas Apex Roofing, LLC Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala M who is personally known to me or { ) who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {)j physical presence or { ) online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. A WITNESS my handan tel seal in the County a State last aforesaid this 13 day of December , 2023. S% \.a 07 50� 1o2A <a6 as`0 VO r- otary Public in d f the County and State Aforementioned)Diana Magliarisi Z'2 rr; aea` My commission expires: 25 SECTION 00432 NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. Atlas Apex Roofing, LLC Bidder 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala, President Printed or Typed Name and Title of Authorized Representative (Affiant) 26 City of Sanford I Finance Department I Purchasing Division Solicitation Number: clTr of 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SAIVFORv Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TEWE PURCHASE Vcccmbcr14, 7,023 TITLE: CITY HALL REROOFING (NEW) SECTION 00432 NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. Atlas Apex Roofing, LLC Bidder 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala, President Printed or Typed Name and Title of Authorized Representative (Affiant) 26 STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {4 who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of { physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are trknd correct. WITNESS my h 2023. C0141 - � h Q� Seo"' ¢S ora .and official seal in the State last aforesaid this 13 day of December ry Public ' an or the County and State Aforementioned) Diana Magliarisi 0"J¢` ' My commission expires: 27 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 1FB 23/24-05 CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {4 who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of { physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are trknd correct. WITNESS my h 2023. C0141 - � h Q� Seo"' ¢S ora .and official seal in the State last aforesaid this 13 day of December ry Public ' an or the County and State Aforementioned) Diana Magliarisi 0"J¢` ' My commission expires: 27 RECYCLED CONTENT INFORMATION REPORT SECTION 00435 In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 1. Product bid contains recycled content? X Yes No 15 Percent of recycled content contained. 15— Percent of recycled content, which is post end user material 2. Is your product packaged and/or shipped in material containing recycled content? X Yes No. 3. Is your product recyclable after it has reached its intended end use? X Yes No. 28 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 YFB 23124-05 CITY of SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) -- -- Due ONE (1) TIME PURCHASE TITLE: CITY HALL REROOFING (NEW) RECYCLED CONTENT INFORMATION REPORT SECTION 00435 In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 1. Product bid contains recycled content? X Yes No 15 Percent of recycled content contained. 15— Percent of recycled content, which is post end user material 2. Is your product packaged and/or shipped in material containing recycled content? X Yes No. 3. Is your product recyclable after it has reached its intended end use? X Yes No. 28 Section 00436 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number IFB 23/24-05 City Hall Reroofing (New). B. This sworn statement is submitted by Atlas Apex Roofing, LLC whose business address is 281 NE 32nd St., Oakland Park, FL hw f entity submitting sworn statement] and (if applicable) it's Federal Employer Identification Number (FEIN) is 45-5199346 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Henry Gembala C. My name is Henry Gembala [Please print name of individual signing] and my relationship to the above is President D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(l) (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 who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or 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. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Neither the entity submitting this swom statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. ka City of Sanford I Finance Department I Purchasing Division Solicitation Number: CITY of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 ANF SORD Phone: 407.688.5028 or 5030 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) Section 00436 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number IFB 23/24-05 City Hall Reroofing (New). B. This sworn statement is submitted by Atlas Apex Roofing, LLC whose business address is 281 NE 32nd St., Oakland Park, FL hw f entity submitting sworn statement] and (if applicable) it's Federal Employer Identification Number (FEIN) is 45-5199346 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Henry Gembala C. My name is Henry Gembala [Please print name of individual signing] and my relationship to the above is President D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(l) (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 who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or 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. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Neither the entity submitting this swom statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. ka The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] X The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. Henry Gembala Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {4 who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {� physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are tr4# and correct. WITNESS my han is 2023. ss 201a I seal in the Counoi/fid State last aforesaid this 13 day of December ry Public intanVor the County and State Aforementioned) Diana Magliarisi PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"O 30 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 11i B 23/24-05 ciTr of SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE Deccmber14, 2023 TITLE: CITY HALL REROOFING (NEW) The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] X The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. Henry Gembala Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {4 who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {� physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are tr4# and correct. WITNESS my han is 2023. ss 201a I seal in the Counoi/fid State last aforesaid this 13 day of December ry Public intanVor the County and State Aforementioned) Diana Magliarisi PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"O 30 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 bid der/p ro poser's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Propose r's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 31 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IF$, 21'24-05 CITY of SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 sk— FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) 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 bid der/p ro poser's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Propose r's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 31 Atlas Apex Roofing, LLC Proposer/Bidder 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {)Cwho is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {h physical presence or { } online notarization on the 1 day of December 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand aRavokcial seal in the Cou 2023.Po ��\PP�QEF\o aa� l otary Public in State last aforesaid this 13 day of December the County and State Aforementioned) 00438-2 Diana Magliarisi END OF SECTION 32 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF SANFORD 10 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) Atlas Apex Roofing, LLC Proposer/Bidder 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala, President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala {)Cwho is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Henry Gembala by means of {h physical presence or { } online notarization on the 1 day of December 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand aRavokcial seal in the Cou 2023.Po ��\PP�QEF\o aa� l otary Public in State last aforesaid this 13 day of December the County and State Aforementioned) 00438-2 Diana Magliarisi END OF SECTION 32 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. Atlas Avex Roofing, LLC Name of Bidder 281 NE 32nd St. Oakland Park, FL 33334 954 565-1567 estimating l( a �atlasapexusa.com Address of Bidder Phone No. of Bidder Bidder E -Mail Address Bidder's Contractor's License No(s). CGC040162 / CCC1329972 (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 (x) A Corporation Principal Office Address: 281 NE 32nd St. Oakland Park, FL 33334 If Bidder is a corporation, answer the following: Date of Incorporation: State of Incorporation President's Name: 05/03/2012 Florida Henry Gembala Vice President's Name: Henry Gembala 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: Name, Address and Ownership Units of all Partners: State whether general or limited partnership: 33 City of Sanford I Finance Department ( Purchasing Division ` Sollcil�tian Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 ! jgg 23124-05CITY Allift of q&SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE enihcrI4, :0:3 WIL TITLE: CITY HALL REROOFING (NEW) 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. Atlas Avex Roofing, LLC Name of Bidder 281 NE 32nd St. Oakland Park, FL 33334 954 565-1567 estimating l( a �atlasapexusa.com Address of Bidder Phone No. of Bidder Bidder E -Mail Address Bidder's Contractor's License No(s). CGC040162 / CCC1329972 (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 (x) A Corporation Principal Office Address: 281 NE 32nd St. Oakland Park, FL 33334 If Bidder is a corporation, answer the following: Date of Incorporation: State of Incorporation President's Name: 05/03/2012 Florida Henry Gembala Vice President's Name: Henry Gembala 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: Name, Address and Ownership Units of all Partners: State whether general or limited partnership: 33 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 XXN/A 5. How many years has the Bidder been in business as a Contractor under its present name? 11 Years 6. Under what other former names has the Bidder operated? N/A 7. How many years' experience in construction work has the Bidder had as a Prime Contractor? 11 Years 8. Please refer to and complete Attachment "C" — References. 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). No. 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). No. 34 City of Sanford I Finance Department I Purchasing Division Solicitation Number: CITY of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 1 B 23/24-05 SANFORD Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASEDecember14, ,_2023 TITLE: CITY HALL REROOFING (NEW) 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 XXN/A 5. How many years has the Bidder been in business as a Contractor under its present name? 11 Years 6. Under what other former names has the Bidder operated? N/A 7. How many years' experience in construction work has the Bidder had as a Prime Contractor? 11 Years 8. Please refer to and complete Attachment "C" — References. 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). No. 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). No. 34 City of Sanford I Finance Department I Purchasing Divisionelicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 g'B 23/24-05 clTr of Phone: 407.688.5028 or 50301 Fax: 407.688.5021 SANFORD FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE Decemberl4, 2023 TITLE: CITY HALL REROOFING (NEW) 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): There arc no other firms owned by the bidder. 12. What is the Bidder's bonding capacity? $20,000,000 - $75,000,000 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: Surety - Atlantic Specialty Insurance Company Agent - Nielson, Wojtowicz, Neu & Associates 1000 Central Ave. Suite 200 St. Petersburg, FL 33705 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). Atlas Apex Roofing, LLC has not been in any disputes or litigations in the last five (5) years. 35 II I I LL � I 7C) Z 0 4j c C v U L D w -a N , ^ N Wto 4-J v vi 0 C) f Lu LuN ajm Z o Q Z 0 i— N a OZ Lu N Q LLI w M � N c o u U LLI Lu E2 4-J U u 0 IN :5 0 LL c j Z DLL ° +, t i Z C7 c L 0 LU LL 0 LU 00 ��lI �LLJ ii�'` O O H Q W Q +' i.+ 0 Q LUt W LaO LU cn O O o s 4-Jc Q W Z U= I���! Y COQ tW/f cu o H Z Z V �!' • Z Z Z °� H W 000 — 9 c t!1 ,�- aj p c co U z !� x LL = Q O �, -, f W T •L F—f— w j Q v 0 w O F- Z v W Z �' v 0 w a = Y H U F=-• o N Q •� 0 c tn W F-- 0 � 0 IR Ir 7 O 70 Z 0 co 4-- u u D W .0 0 c rz W oc vi J v Q Z 0 Vf uj ioLL 0 oC LL a L.LZ O Q LLI ~ W H Z V? — D m U.0 F- 0 F Z W o 0 1 � N `) Q 0 0 W C r1 LU a 0 w W Z 0 Z w Z VLu U J � LU CYw D to O Z U Z O Z O V QD Z LL N O Z 0 0 w V LU D Q V) O O J LL o; 00 CYw a LL O O cn a W Ir W 0 It M —r I— M ULLJ� ZLL � LL N 0 LU o z< C14 Q X CY) C)� U.Ja- < - w wQ Qz D g V)r-I 00 N Q � O LL N N ON o� N M V U W M W N W U_ J N 0 N T-4 M t7 a H O LL a W 0 u cu Ln c a) u J 0 LL m a� 0 Lq 41) 4A c U (13 K 34 F'1 a� u 0 N L cuN 0 a� V) C: a) ,u a� i c t L 0 Q) c 0 c 0 y.. 75 3 ca C: N ai c •L 0 LA Ln i I— City of Sanford I Finance Department I Purchasing DivisionAidEhL Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 jFg 23/24-OS CITY of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00442 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD The below named is the recipient of certain documents and by signing this document agrees and acknowledges that, in accordance with the provisions of Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"), any and all documents such as, by way of example only and not as a limitation, building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final) which depict the internal layout and structural elements of a proposed or existing public building, arena, stadium, water treatment facility, wastewater treatment facility, or other structure owned or operated by the City of Sanford (City) that have been provided to the recipient by the City are exempt from the Public Records Laws. The recipient hereby acknowledges its obligation to maintain the exempt status of this information and agrees to fully maintain, in every respect, the exempt status of the documents and protect and safeguard the documents from public dissemination. The recipient recognizes that the purpose of this exemption is to protect the City, its citizens and the general public from acts of terrorism. The statement of the recipient made herein includes binding representations with regard to the following persons and entities, without limitation: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with recipient. The recipient shall ensure that all said persons and entities are advised of and agree to protect the exempt nature of the above referenced documents and to safeguard same prior to permitting any of the above said persons or entities to have access to the referenced documents. The recipient may use the referenced documents to make bids upon an exempt City project in coordination with such persons and entities, provided recipient ensures that the exempt status and control of the documents is protected. The following list of examples of the specific documents, provided to the recipient as documented below, which are exempt from the Statutes indicated and as provided above: "N/A 4. N/A AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: 00442-1 36 ITY OF S� 01 FINANCE DEPARTMENT Recipient: Signature City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE �-'DecemberM, 2023 TITLE: CITY HALL REROOFING (NEW) Henry Gembala - President Printed or Typed Name and Title Representing: Atlas Apex Roofing, LLC Name of Company 2/13, Date 281 NE 32nd Street. Oakland Park, FL 33334 954 565-1567 Company Address Phone No. 00442-2 END OF SECTION SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Atlas Apex Roofing, LLC Name of Bidder Signature of Authorized Representative Gembala - President 12/1 Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 38 City of Sanford I Finance Department I Purchasing Division Solicitation Number: CITY OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) Due Date: FINANCE DEPARTMENT ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Atlas Apex Roofing, LLC Name of Bidder Signature of Authorized Representative Gembala - President 12/1 Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 38 City of Sanford I Finance Department I Purchasing Division' - umber 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Solicitation NIFB 23/24-05. CITY OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD jd FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (YM 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? No (y/M 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? No (Y® 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. Atlas Apex Roofing, LLC Firm 12/13/23 Signa` ture of Authorized Representative Date Gembala - President Printed or Typed Name and Title of Authorized Representative END OF SECTION 39 SECTION 00455 CERTIFICATION REGARDING NON -SCRUTINIZED COMPANIES A company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on the Scrutinized Companies that Boycott Israel List, is not engaged in any boycott of Israel, is not listed on the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Cuba or Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in this certification, is truthful and correct at the time of submission. Atlas Apex Roofing, LLC Name of Bidder / Contractor Name 281 NE 32nd Street, Oakland Park, FL 33334 Mailing Address 954 565-1567 Phone No. Signature of Authorized Representative Henry Gembala - President 45-5199346 FEIN estimating 1 @atlasapexusa.com E -Mail Address 12/13/23 Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 40 City of Sanford I Finance Department I Purchasing Division , olicitation Number: ciry of 300 N. Park Avenue 2"a Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE I'December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00455 CERTIFICATION REGARDING NON -SCRUTINIZED COMPANIES A company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on the Scrutinized Companies that Boycott Israel List, is not engaged in any boycott of Israel, is not listed on the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Cuba or Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in this certification, is truthful and correct at the time of submission. Atlas Apex Roofing, LLC Name of Bidder / Contractor Name 281 NE 32nd Street, Oakland Park, FL 33334 Mailing Address 954 565-1567 Phone No. Signature of Authorized Representative Henry Gembala - President 45-5199346 FEIN estimating 1 @atlasapexusa.com E -Mail Address 12/13/23 Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 40 SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Atlas Apex Roofing, LLC Contractor Signature of Authorized Representative (Affiant) Henry Gembala - President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Broward STATE OF FLORIDA On this 13 day of December , 20 23 , State of Florida, personally appeared Heury Gembala is/are subscribed to the within in%rument4and he/she) WITNESS my hand and official seal. He/S js personally known to me before me, Public -St''-= �-�• ND Co mrsG,xpires � �• � Sr+�y MY COMM- Natio�.a NDta . 12/13/23 Date the undersigned Notary Public of the whose name(s) ✓ledge that he/she/they executed it. or has produced is in a9d for)he County and State Aforementioned) mmission expires: END OF SECTION 41 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF ANF SORD Phone: 407.688.5028 or 5030 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Atlas Apex Roofing, LLC Contractor Signature of Authorized Representative (Affiant) Henry Gembala - President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Broward STATE OF FLORIDA On this 13 day of December , 20 23 , State of Florida, personally appeared Heury Gembala is/are subscribed to the within in%rument4and he/she) WITNESS my hand and official seal. He/S js personally known to me before me, Public -St''-= �-�• ND Co mrsG,xpires � �• � Sr+�y MY COMM- Natio�.a NDta . 12/13/23 Date the undersigned Notary Public of the whose name(s) ✓ledge that he/she/they executed it. or has produced is in a9d for)he County and State Aforementioned) mmission expires: END OF SECTION 41 SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests and agrees 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 all controlling law requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contractor 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 and any other information required by the City proving, to the satisfaction of the City, enrollment in the E -Verify Program and compliance with controlling law. 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-named 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 United States government and the State of Florida, as well as any and all law enforcement agencies of whatever jurisdiction, type of nature, and to provide a copy of each such verification to that authority as well as the City. 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 may immediately terminate the Contract with the City without notice and without penalty. The Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any and all costs incurred by the City, in any context whatsoever, as a result of the Contractor's breach. 7. The Contractor shall obtain and maintain current affidavits providing proof, to the satisfaction of the City, that each subcontractor has complied with the requirements set forth herein and all controlling law. 8. Specifically, with regard to employment eligibility, the Contractor recognizes and agrees that, upon entering a Contract with the City (to include, but not be limited to, the provision of goods or services under a City purchase order or work order), that the Contractor is obligated to comply with the provisions of Section 448.095, Florida Statutes, entitled "Employment Eligibility", which obligation includes, but is not limited to, utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the Contractor to comply will lead to termination of the Contract with the City, or if a subcontractor 42 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASEkftc;� ber14. 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests and agrees 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 all controlling law requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contractor 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 and any other information required by the City proving, to the satisfaction of the City, enrollment in the E -Verify Program and compliance with controlling law. 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-named 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 United States government and the State of Florida, as well as any and all law enforcement agencies of whatever jurisdiction, type of nature, and to provide a copy of each such verification to that authority as well as the City. 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 may immediately terminate the Contract with the City without notice and without penalty. The Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any and all costs incurred by the City, in any context whatsoever, as a result of the Contractor's breach. 7. The Contractor shall obtain and maintain current affidavits providing proof, to the satisfaction of the City, that each subcontractor has complied with the requirements set forth herein and all controlling law. 8. Specifically, with regard to employment eligibility, the Contractor recognizes and agrees that, upon entering a Contract with the City (to include, but not be limited to, the provision of goods or services under a City purchase order or work order), that the Contractor is obligated to comply with the provisions of Section 448.095, Florida Statutes, entitled "Employment Eligibility", which obligation includes, but is not limited to, utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the Contractor to comply will lead to termination of the Contract with the City, or if a subcontractor 42 knowingly violates the statute, the Contractor must immediately terminate their subcontract with the subcontractor. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If the Contract with the City is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination and the City will advise any person desiring to be advised of such termination and make such termination a public record available under controlling law for inspection and copying and otherwise available as the City determines in its sole discretion. 9. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — The procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, as amended, implemented by the United Stated Department of Homeland Security, or its successor or associated agency, and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. "Subcontractor'— Any person or entity, whether a subvendor/subcontractor/subconsultant, by whatever name or type or description, assisting the Contractor in the performance of the Contract with the City. 10. The obligations set forth herein are continuing in nature, type, effect and scope. 11. The undersigned signatory, under penalty of perjury, affirms that she/he has the plenary authority to bind the Contractor to the provisions hereof. Atlas Apex Roofing, LLC Contractor Printed Name 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala - President Printed or Typed Name STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President { Who is personally known to mel or { } who produced as identification and swore and acknowledged before me, under oath, that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of 00 physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements contained herein all of which are true and correct. 43 City of Sanford l Finance Department l Purchasing Division SoUcitatWo Nota •er. 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 S CITY IS Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TME PURCHASE j December14, 2023 TITLE: CITY HALL REROOFING (NEW) knowingly violates the statute, the Contractor must immediately terminate their subcontract with the subcontractor. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If the Contract with the City is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination and the City will advise any person desiring to be advised of such termination and make such termination a public record available under controlling law for inspection and copying and otherwise available as the City determines in its sole discretion. 9. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "Status Verification System" — The procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, as amended, implemented by the United Stated Department of Homeland Security, or its successor or associated agency, and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. "Subcontractor'— Any person or entity, whether a subvendor/subcontractor/subconsultant, by whatever name or type or description, assisting the Contractor in the performance of the Contract with the City. 10. The obligations set forth herein are continuing in nature, type, effect and scope. 11. The undersigned signatory, under penalty of perjury, affirms that she/he has the plenary authority to bind the Contractor to the provisions hereof. Atlas Apex Roofing, LLC Contractor Printed Name 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala - President Printed or Typed Name STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President { Who is personally known to mel or { } who produced as identification and swore and acknowledged before me, under oath, that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of 00 physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements contained herein all of which are true and correct. 43 City of Sanford I Finance Department I Purchasing Division Solicitation Numbe 19 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY of Phone: 407.688.5028 or 50301 Fax: 407.688.5021 SANFORD FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE ilccem11wr14.2x23 TITLE: CITY HA41REROOFING (NEW) WITNESS my hand and official seal in the County ayq State last aforesaid this 13 day of December 202_3. -V.-W). I' 01A. iAMAGLIAFISI'­ ((Votary Public in a _ Notary Public - State of Florid AL Commission r HH 03505E My Comm. EXDIres Dec 14, 2024 IF Boncec through Naticre. Notary Assn. i e County and State Aforementioned) My commission expires: form may be grounds for disqualification of your submittal -w END OF SECTION 44 45 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITU OF SANFORD 19 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Dot mkt; ONE (1) TIME PURCHASE nbar24t, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 460 Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. Atlas Apex Roofing, LLC Contractor 12/13/23 Signature of Authorized Representative (Affiant) Date Henry Gembala - President Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President {4-wFo is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Ane_Roofing, LLC by means of {vrphysical presence or { } online notarization on the 13 day of December 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 13 day of December , 2023. 45 CITY OF SANFORD FINANCE DEPARTMENT SECTION 00462 FINANCIAL INFORMATION FORM If requested by the City of Sanford, the following information is to be provided by the Bidder as part of the City's evaluation of the Bidder after Bids have been received by the City: 1. Bank References: Name of Bank Bank Address Contact Name and Title Contact Phone No. Truist Bank 250 S. Austrailian Ave. Suite 700 West Palm Beach, FL 33401 Kristina Mathison Commercial Client Specialist 561650-1546 2. Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) F. State the name of the firm preparing the financial statement and date thereof: IFB 23124-05 FINANCIAL INFORMATION FORM 00462-1 00 DASZKALBOLTON 'D accountants & advisors Atlas Apex Roofing, LLC Financial Statements December 31, 2022 Table of Contents Independent Accountants' Review Report Financial Statements: Balance Sheet............................................................... Statement of Income and Members' Equity Statement of Cash Flows ....................................... Notes to Financial Statements ..................................... Supplementary Information Schedule I - Earnings from Contracts ..................................... Schedule II - Schedule of Contracts in Progress .............. Schedule III - Schedule of Completed Contracts ............. Schedule IV - Schedule of Operating Expenses ............... 1-2 180 DASZKALBOLTON ,D accountants & advisors Independent Accountant's Review Report To the Board of Directors Atlas Apex Roofing, LLC Boca Raton, Florida We have reviewed the accompanying financial statements of Atlas Apex Roofing, LLC (a corporation), which comprise the balance sheet as of December 31, 2022, and the related statements of income and members' equity and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of entity management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility Our responsibility is to conduct the review engagement in accordance with the Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Atlas Apex Roofing, LLC and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountant's Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. 2.011 Wicart:f?o'I rjtit llg;a:tI I natur I =lorldd 3343} $332 .1, -Ir 4 1;.gr;1.5 r rtranraIe PirRaST�. c.t P 201" 1 Si nT.Se I F :,' !,1 62 •t .^.4rh N1.!da-y Tr -111, H.i,lv:01 ,!1_lidl 1 :Inrlrla 3344R•48?9. Continued from previous page Supplementary Information The accompanying supplementary information included in Schedules I through IV are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to the supplementary information. We have not audited the supplementary information and do not express an opinion on such information. G LP Fort Lauderdale, Florida April 27, 2023 -2- Atlas Apex Roofing, LLC Balance Sheet December 31, 2022 ASSETS Current assets: Cash $ 651,326 Contracts receivable, net 21,454,839 Prepaid expenses and other current assets 157,099 Contract assets, including conditional retainages of $989,811 5,278,073 Total current assets 27,541,337 Property and equipment, net 1,484,317 Other assets Security deposits 9,883 Right of use assets 492,614 Employee receivables 31,749 Total other assets 534,246 Total assets $ 29,559,900 LIABILITIES AND MEMBERS' EQUITY Current liabilities: Accounts payable Accrued expenses Due to members Operating lease liabilities Line of credit Loan payable, current portion Vehicle notes payable, current portion Contract liabilities, net of conditional retainages of $677,547 Total current liabilities Non-current liabilities: Operating lease liability, noncurrent Loan payable, noncurrent net of loan costs Vehicle notes payable, noncurrent Total non-current liabilities Members' equity Total liabilities and members' equity $ 7,060,823 2,070,636 592,471 88,834 1,861,546 687,624 194,127 3,773,058 16,329,119 408,129 4,781,375 225,024 5,414,528 7,816,253 $ 29,559,900 See accompanying notes to financial statements and independent accountants' review report. -3- Atlas Apex Roofing, LLC Statement of Income and Members' Equity For the Year Ended December 31, 2022 Revenues earned $ 45,021,987 Cost of revenues earned 34,207,069 Gross profit 10,814,918 Operating expenses 8,316,795 Income from operations 2,498,123 Interest expense (272,349) Net income 2,225,774 Members' equity, beginning of year 5,940,479 Member distributions (350,000) Members' equity, end of year $ 7,816,253 See accompanying notes to financial statements and independent accountants' review report. -4- Atlas Apex Roofing, LLC Statement of Cash Flows For the Year Ended December 31, 2022 Cash flows from operating activities: Net Income Adjustments to reconcile net income to net cash provided by operating activities: Depreciation and amortization Operating lease rigth of use activity, net Decrease (increase) in assets: Contracts receivable, net Prepaid expenses and other current assets Contract assets including conditional retainages Increase (decrease) in liabilities: Accounts payable Accrued expenses Contract liabilities Net cash used in operating activities Cash flows from investing activities: Purchase of equipment Net cash used in investing activities Cash flows from financing activities: Proceeds from affiliates Loan fees Borrowings on line of credit Proceeds from loan payable Repayment of loan Payments on vehicle notes payable Member distributions Net cash provided by financing activities Net decrease in cash Cash, beginning of year Cash, end of year Supplemental disclosure of cash flow information: Interest expense Supplemental schedule of non-cash investing and financing activities: Vehicles purchased via notes payable $ 2,225,774 547,390 (25,376) (9,852,523) 310,206 154,500 1,469,507 (734,896) 2,864,648 (3,040,770) (399,189) (399,189) 419,053 (207,750) 1,861,546 5,750,262 (5,674,269) (134,456) (350,000) 1,664,386 (1,775,573) 2,426,899 $ 651,326 $ 272,349 $ 444,067 See accompanying notes to financial statements and independent accountants' review report. -5- Atlas Apex Roofing, LLC Notes to Financial Statements Note 1- Description of Oraanization Atlas Apex Roofing, LLC (the "Company') was organized under the laws of the State of Florida on May 3, 2012. The Company is a Florida -based roofing contractor. Note 2 - Summary of Significant Accounting Policies Basis of Presentation The accompanying financial statements have been prepared on the accrual basis of accounting in conformity with accounting principles generally accepted in the United States of America ("GAAP"). Use of Estimates The preparation of financial statements in conformity with GAAP requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosures of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the periods. Actual results could differ from those estimates. Cash and Cash Eauiv_alents For the purpose of the statements of cash flows, the Company considers all highly liquid short-term investments with original maturities of three (3) months or less to be cash equivalents. There were no cash equivalents at December 31, 2022. Contracts Receivable. including Retainages and Allowance for Doubtful Accounts Contracts receivable from performing general construction are based on contracted prices and include amounts from work completed in which the Company has billed or has an unconditional right to bill their customer. The Company provides an allowance for doubtful collections, which is based upon a review of outstanding receivables, historical collection information and existing economic conditions. Many of the contracts under which the Company performs work contain retainage provisions. Retainage refers to that portion of our billings held for payment by the customer pending satisfactory completion of the project. Unless reserved, the Company assumes that all amounts retained by customers under such provisions are fully collectible. Retainage on active contracts is classified as a current asset regardless of the term of the contract and is generally collected within one year of the completion of a contract. Contracts receivables are recorded when invoices are issued and are presented in the balance sheet net of the allowance for doubtful accounts. Contracts receivables are written off when they are determined to be uncollectible. The allowance for doubtful accounts is estimated based on the Company's historical losses, the existing conditions in the construction industry, and the financial stability of its customers. As of December 31, 2022, the allowance for doubtful accounts was $463,335. Contract Assets and Contract Liabilities Billing practices for the Company's contracts are governed by the contract terms of each project based on (i) progress toward completion approved by the owner, (ii) achievement of milestones or (iii) pre -agreed schedules. Billings do not necessarily correlate with revenues recognized under the cost -to -cost input method (formerly known as the percentage -of -completion method). The Company records contract assets and contract liabilities to account for these differences in timing. Atlas Apex Roofing, LLC Notes to Financial Statements Note 2 — Summary of Significant Accounting _Policies,_continued Contract Assets and Contract Liabilities, continued The contract asset arises when the Company recognizes revenues for services performed under its construction projects, but the Company is not yet entitled to bill the customer under the terms of the contract. Amounts billed to customers are excluded from this asset and reflected on the Balance Sheet as "Contracts receivable including retainages." Included in costs and estimated earnings on contracts in progress are amounts the Company seeks or will seek to collect from customers or others for (i) errors, (ii) changes in contract specifications or design, (iii) contract change orders in dispute, unapproved as to scope and price, or (iv) other customer -related causes of unanticipated additional contract costs (such as claims). Such amounts are recorded to the extent that the amount can be reasonably estimated, and recovery is probable. Claims and unapproved change orders made by the Company may involve negotiation and, in rare cases, litigation. Unapproved change orders and claims also involve the use of estimates, and revenues associated with unapproved change orders and claims are included in the transaction price for which it is probable that a significant reversal in the amount of cumulative revenue recognized will not occur when the uncertainty is resolved. The Company did not recognize any material amounts associated with claims and unapproved change orders during the periods presented. The contract liabilities represent the Company's obligation to transfer goods or services to a customer for which the Company has been paid by the customer or for which the Company has billed the customer under the terms of the contract. Revenue for future services reflected in this account is recognized, and the liability is reduced, as the Company subsequently satisfies the performance obligation under the contract. Contract assets and contract liabilities are typically resolved within one (1) year and are not considered significant financing components. Property_ and_Equipment Property and equipment are stated at cost. Depreciation and amortization are computed using the straight-line method over their estimated life of assets. When assets are retired or otherwise disposed of the cost and related accumulated depreciation are removed from the accounts and any resulting gain or loss is recognized in income for the period. The cost of maintenance and repairs is charged to expense as incurred; significant renewals and betterments are capitalized. The Company's policy is to continue evaluating the remaining lives and recoverability of such assets. Lonq-Lived Assets Long-lived assets, such as property and equipment, are evaluated for impairment whenever events or changes in circumstances indicate that the carrying amount may not be recoverable. There were no impairments of long-lived assets during the year ended December 31, 2022. Leases Upon adoption of Accounting Standards Update ("ASU") 2016-02, Leases (Topic 842) on January 1, 2022 (See Recently Adopted Accounting Pronouncement), The Company recorded a right -of -use ("ROU") asset and lease liabilities on the balance sheet for all leases with terms longer than twelve (12) months. Leases are classified either as finance or operating with the classification affecting the pattern of expense recognition. 7- Atlas Apex Roofing, LLC Notes to Financial Statements Note 2 — Summary of Sianificant Accountina Policies, continued Leases, continued Lease liabilities were recognized based on the present value of the remaining lease payments and were discounted using the most reasonable discount rate. The Company uses the implicit rate when it is readily determinable. Leases with a term of twelve (12) months or less at inception are not recorded on our balance sheet and are expensed on a straight- line basis over the lease term. Revenue and Cost Recognition Revenues are recognized as performance obligations are satisfied over time, using the ratio of costs incurred to estimated total costs for each contract. This cost -to -cost measure is used because management considers it to be the best available measure of progress on these contracts. Contract costs include all direct material, labor, subcontract and other costs and those indirect costs determined to relate to contract performance, such as indirect salaries and wages, equipment repairs and depreciation, insurance, and payroll taxes. Administrative and general expenses are charged to expenses as incurred. Provisions for estimated losses on contracts in progress are made in the period in which such losses are determined. Changes in job performance, job conditions, estimated profitability and associated change orders and claims, including those changes arising from contract penalty provisions and final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Revenues derived from construction projects are recognized over time as the Company satisfies its performance obligations by transferring control of the asset created or enhanced by the project to the customer. Recognition of revenues and cost of revenues for construction projects requires significantjudgment by management, including, among other things, estimating total costs expected to be incurred to complete a project and measuring progress toward completion. Management reviews contract estimates regularly to assess revisions of estimated costs to complete a project and measurement of progress toward completion. In arriving at estimated costs for completion of jobs in progress, management has taken into consideration all known factors that would have a material effect upon the cost of completing those jobs. Those estimates do not provide for any significant cost variations that might arise due to conditions and circumstances occurring after the balance sheet date. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Such estimates do not provide for any significant cost variation that might arise due to conditions and circumstances occurring after December 31, 2022, or for conditions and circumstances existing as of that date not determinable by management. Changes in job performance, job conditions and estimated profitability may result in revision to costs and income that are recognized in the period in which the revisions are determined. Warranties Many of our construction contracts contain warranty provisions covering defects in equipment, materials, design or workmanship that generally run for less than two years after our customer accepts the contract. Because of the nature of our projects, including contract owner inspections of the work both during construction and prior to acceptance, we have not experienced material warranty costs for these short-term warranties and, therefore, do not believe an accrual for these costs is necessary. Certain construction contracts carry longer warranty periods, ranging from two to ten years, for which we have accrued an estimate of warranty cost. The warranty liability is estimated based on our experience with the type of work and any known risks relative to the project and was not material as of December 31, 2022. M Atlas Apex Roofing, LLC Notes to Financial Statements Note 2 — Summary of Significant Accounting Policies. continued Surety_Bonds We generally are required to provide various types of surety bonds that provide an additional measure of security for our performance under certain private sector contracts. Performance bonds do not have stated expiration dates; rather, we are generally released from the bonds after the owner accepts the work performed under contract. The ability to maintain bonding capacity to support our current and future level of contracting requires that we maintain cash and working capital balances satisfactory to our sureties. InCO177e Taxes The Company files its Federal income tax returns as a partnership. The financial statements do not include a provision for income taxes, because the Company does not incur federal or state income taxes. Instead, its earnings and losses are included in the members' personal income tax returns. The Company records a liability for uncertain tax positions when it is probable that a loss has been incurred and the amount can be reasonably estimated. Interest and penalties related to income tax matters, if any, would be recognized as a component of income tax expense. As of December 31, 2022, the Company had no liabilities for uncertain tax positions. The Company continually evaluates expiring statutes of limitations, audits, proposed settlements, changes in tax law and new authoritative rulings. Currently, the tax years subsequent to 2019 are open and subject to examination by the taxing authorities. Recent Adopted Accounting Pronouncement In February 2016, the FASB issued ASU 2016-02, Leases (Topic 842), and has since issued amendments thereto, related to the accounting for leases (collectively referred to as "ASC 842"). ASC 842 establishes a right -of -use ("ROU") model that requires a lessee to record a ROU asset and a lease liability on the balance sheets for all long-term leases. Leases will be classified as either financing or operating, with classification affecting the pattern of expense recognition and classification in the statement of Income. The Company adopted ASC 842 on January 1, 2022, and recorded operating lease liabilities and a corresponding ROU asset based on the present value of the remaining minimum rental payments associated with the Company's leases. The Company recognized the following as of the adoption date in connection with transitioning to Topic 842: Operating lease right of use assets $ 591,136 Operating lease liabilities $ 565,760 Date of Management Review Company management evaluates events and transactions occurring to the date of the financial statements for matters requiring recognition or disclosure. The accompanying financial statements consider events through April 27, 2023, which is the date the financial statements were available to be issued. IMI Atlas Apex Roofing, LLC Notes to Financial Statements Note 3 — Contracts Receivable Contracts receivable consist of the following at December 31, 2022: Contracts in progress $ 14,123,777 Completed contracts 5,663,704 Retainages on completed contracts 1,667,358 Total $ 21,454,839 Retainages are due upon completion of contracts. The Company follows the practice of filing statutory liens on all construction projects where collection concerns are anticipated. The liens serve as collateral for contract receivables. Note 4 — Cost, Estimated Earnings, and Billings on Contracts in Proaress A summary of costs, estimated earnings, and billings to date on contracts in progress are as follows at December 31, 2022: Costs incurred on uncompleted contracts $ 26,805,451 Estimated earnings on uncompleted contracts 7,587,197 34,392,648 Less: billings to date (34,554,991) Less: retainages 1,667,358 $ 1,505,015 These amounts are included in accompanying balance sheet under the following captions: Contract asset $ 5,278,073 Contract liability (3,773,058) $ 1,505,015 -10- Atlas Apex Roofing, LLC Notes to Financial Statements Note 5 — Prooerty and Equipment, net Property and equipment consisted of the following at December 31, 2022: Depreciation expense for the year ended December 31, 2022 was $452,213. Note 6 — Debt Debt consisted at the following at December 31, 2022: During 2022, the Company entered into a note agreement with a financial institution ("Term Loan") in the amount of $5,750,000. The term loan, dated October 14, 2022, matures on October 14, 2029 and bears interest at 5.85% payable monthly commencing November 2022. The term loan is subject to certain financial covenants. At December 31, 2022, the Company was in compliance with all covenants. $ 5,640,721 Eight (8) notes payable for machinary and vehicles with various financial institutions with interest rates ranging from 10.07% to 12.07% ending at various dates through 2027, collaterized by the related assets, with a carrying value of $419,152. 419,151 6,059,872 Less current portion (881,751) Less loan costs (171,722) Debt $ 5,006,399 During 2022 the Company repaid its Mainstreet Lending Program Loan in the amount of $5,764,269 with the proceeds from a new loan with a financial institution and obtained a Line of Credit see below. - 11 - Estimated Useful Life Vehicles 5 years $ 2,379,462 Machinery & equipment 3 years 1,328,219 Computers & equipment 3 years 89,896 Leasehold improvements 7 years 31,679 Construction in progress N/A 156,050 Total Property and equipment 3,985,306 Less: accumulated depreciation (2,500,989) Property and equipment, net $ 1,484,317 Depreciation expense for the year ended December 31, 2022 was $452,213. Note 6 — Debt Debt consisted at the following at December 31, 2022: During 2022, the Company entered into a note agreement with a financial institution ("Term Loan") in the amount of $5,750,000. The term loan, dated October 14, 2022, matures on October 14, 2029 and bears interest at 5.85% payable monthly commencing November 2022. The term loan is subject to certain financial covenants. At December 31, 2022, the Company was in compliance with all covenants. $ 5,640,721 Eight (8) notes payable for machinary and vehicles with various financial institutions with interest rates ranging from 10.07% to 12.07% ending at various dates through 2027, collaterized by the related assets, with a carrying value of $419,152. 419,151 6,059,872 Less current portion (881,751) Less loan costs (171,722) Debt $ 5,006,399 During 2022 the Company repaid its Mainstreet Lending Program Loan in the amount of $5,764,269 with the proceeds from a new loan with a financial institution and obtained a Line of Credit see below. - 11 - Atlas Apex Roofing, LLC Notes to Financial Statements Note 6 -Debt continued Future maturities of debt are as follows: For the Years Ending December 31, 2023 2024 2025 2026 2027 Thereafter Total Payments Less: loan costs / in'o of f nor/it $ 194,127 778,905 829,980 883,673 924,530 1,761,033 5,372,248 (171,722) $ 5,200,526 The Company entered into a line of credit ("LOC") with a facility during 2022 totaling $3,000,000, payable on demand, which is subject to interest at the greater of the prime rate published by the Wall Street Journal (7.5% at December 31, 2022) plus 1% or 5%. The line of credit is secured by substantially all assets of the Company and is guaranteed by the Company's members and is subject to certain financial covenants, which the Company was in compliance with at December 31, 2022. Note 7 - Commitments and Contingencies Leases The Company leases a warehouse under a non -cancelable operating lease from a third party that expired on April 30, 2020. The lease provided for monthly payments of $3,914, adjusted yearly for Consumer Price Index, in addition to a pro -rata share of common area maintenance and taxes. In December 2017, the lease expanded through December 2022 and amended to include additional facilities with a base rate of $5,500 beginning January 2018. In December 2022, the lease expanded through December 2027 with a base rate of $7,924 beginning January 2023, escalating at 4% annually through the end of the term. ROU assets and liabilities consisted of the following at December 31, 2022: Assets ROU assets $ 492,614 Liabilities Operating lease liabilities, current portion $ 88,834 Operating lease iabilities, net of current port 408,129 Total operating lease liabilities $ 496,963 -12- Atlas Apex Roofing, LLC Notes to Financial Statements Note 7 - Commitments and Continaencies. continued Leases, continued The following table represents a reconciliation of the undiscounted future minimum lease payments under the lease to the amounts reported as a financial lease liability on the balance sheet at December 31,2022: 2023 $ 95,086 2024 98,889 2025 102,845 2026 106,958 2027 111,237 Total payments 515,015 Less: amount representing interest (18,052) Lease obligation, net 496,963 Less: current portion (88,834) Lease obligation - long-term $ 408,129 The table below presents lease related terms and discount rates at December 31, 2022: Weighted average remaining lease term 5 Incremental borrowing rate 16% Note 8 - Related Partv Transactions During 2022, the Company subcontracted services with companies which are commonly owned by one of the Company's members which amounted to $5,884,800 and is included in cost of revenues earned in the accompanying statement of income and members' equity. As of December 31, 2022, $2,470,929 remained outstanding and is included in accounts payable in the accompanying balance sheet. The Company had amounts due to affiliates in the amount of $592,471 due on demand. Note 9 - Fair Market Value of Financial Instruments The carrying amount reported in the balance sheet for cash, contract receivables, accounts payable, accrued expenses, line of credit, capital lease obligations and notes payable approximates their fair market value due to the immediate or short-term maturity of these financial instruments or similar interest rates for existing debt. -13- Atlas Apex Roofing, LLC Notes to Financial Statements Note _10 -_Concentration_ of Credit Risks Cash The Company places its cash with high credit quality financial institutions. Cash in excess of the Federal Deposit Insurance Corporation ("FDIC") coverage of $250,000 per institution was $814,178 at December 31, 2022. The Company maintains its cash in accounts at financial institutions, which may, at times, exceed federally insured limits. The Company has not experienced any losses on these balances and the Company's management believes that the risk of future losses is minimal. Revenue and Contracts Receivable The Company does business with several customers. The following is a summary of the concentrations with these customers: Accounts of Sales Receviable Customer A 23% 21% Customer B 15% 18% Customer C 9% 14% Note 11— Backloa • The following schedule summarizes changes in backlog on contracts during the year ended December 31, 2022. Backlog represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in progress at year end and from contractual agreements on which work has not yet begun: Backlog, beginning of year $ 30,972,146 New contracts and approved change orders 78,167,386 Less: contract revenues earned (45,021,987) Backlog, end of year $ 64,117,545 -14- Supplementary Information Atlas Apex Roofing, LLC Schedule I - Earnings from Contracts For the Year Ended December 31, 2022 Revenues earned Cost of revenues earned Gross profit Completed Contracts $ 16,739,375 12,320,164 Contracts in Progress $ 28,282,612 21,886,905 Total $ 45,021,987 34,207,069 $ 4,419,211 $ 6,395,707 $ 10,814,918 See independent accountants' review report. -16- N O L- CL n. N C 04 - O cn N U rj M (M 41L 0.0 U E O N U J N N J ] 0 �-C p U C p W x I L } Q t Q� Ld -C L Q (n LLL N obb InbPPbti �ndrbomF.-iPN m•o .+ -�o�o nd m m m m�nPm.y y m'ya Fumi�omnbumi I.N�I N N .minbm•i . . .a . . . rove: m.Pi rdi_�Ni by <u�. oro oe O p o 1.1 d N Q n O ti N N N f•I ti N b P K w y e dm of o boe'f m n mo r rnm r m mP ho nv crniv v m e rve to v mmNry Nrv`i tO a nm vmioN O j rvrinn bo,orvnm.�"+nn .+ NOdo N to .''. mm am icr nr N y m m P Pm.fm m.�io vi of ry '�Nai� 'gym 'm on mover voP f Z N b O r b N N � nl A S M Oi N O ry b b N y W �IDnNo� .ivn� �N rlrn� .I I�N U � w m � ~ O V N n m O Ol O. n O P N .� .N-1 d F N t0 e O t0 m N 17 n N !1 •O N N R e N W p m O O t'1 17 O P n 17 1!1 4 d Ci b N N OI O b b n1 b. b m m N 1� O b, b N I•l 1l1 N t0 OOTii h N 6 N N I N l0, N rY S G d O C N' .-I Ci m b r C ti N b b b CI N N m0 I N P H � � mi m O d N O C P b W N m b z 2 m NN NnNu�iam e.�+om N oulmmi �" ry w o: mrb .r .+vlm a�nry b N m r m > w .+ I W W � w 2 u O p . . . . . . . . . . . . N ,i . . . . . . o m o v O 2 w t7 o r Zvi umi IPo,n o mn Io, 16,616 z y m z w 1- KQ X O N W m w U W w p 0? ly m^ b b r P A b b N P O P A m N O rn O m P m e m ml ' P m y m m ti b O rn b d O b 2 w y 0 y dvmrvlPr rAb moPrn b lornmm m.+ord lomr bm Q C7 y 2 G NINNld ac d ee mvmin .in rrn•I r+ .di .moi lr. N m^ob N ui Uy~I F 2 J � N .i w n b .� 0 U x U W w w m w 0 A ' S4� IoM Om ♦a ao M:�� ��pp aa t U)-7 ' h m O N r m 0 wl m N A m p Q z U w odo d n do ora o �mN..mm on btnroNrb mnlmbrvmNor mPulo Nod &o..� tivry p w odQI o a .iIV 17NI�ImP rob w NrooAmb.i Q O F b V O P .i b d m b O nl M O VI N m A N a rn b O� oro m rn 0 V O N b o t1 t7 ...... N N m .2. d P N VI O F IG O F N m N b m l N d s o o N o m n m a r f a rb Dn U 0 w U w ' b O P r d' O P O b 0 m P ' b F F H P O m •' O r m' O O P r O ry d O m b m m m n 0 0 P O r O r N OI f W pm d P P e p O O N r 1% b .Q{ b b OPi b N N O m d N b 10 m P 4 .i - OI N O O- - ti IM m H w Q A w .1 H N ^1 m w b 0 0 0 ry b i m Orn N N p PO e'I rn N rn .i .y m P O�$ N Q�< V, S N 0 fr•I, ^O1, m A ONi, w A Ol H ti Q Q, Q Y~i, b m� m N N LL y 1'1 OI H< N tbV, r b O, N O IPO W ti .di l7 V •N -i N m, V. V, O OI O m 017 w m d m b b .+ N n m rn rn N P N ti m o a N m n ry o N m Oj m0000 v,N voi m.+ n ovoe of m mlmoo d m m mrry No y z r Nd ain P �.nm'iob N�•n-I rnn�ri AAemmm'IIommry ImNmgr nm �I W n P r NINr �i b rvNrn m -.m N O W w w y n .AN omom b m n mo N N �dvl .iom t•I nl Na m wnrvb b m .-lo no b vl mn b e m�N�t� b rrvb N Nb W O m b e n N o O N m Ori Q b d N 0 b A m P b m m r O d b N N b P r N Q N �D z z z IN O 00 � Odi .y m A b T Ybi N N N N b .-i N N N O m d •-I O N m ei N ti r m •� m N m N W K d � LLI w p mNm d rn m d b A o bm.+ry b Nerve o.ion mmm m r ul dorlrbb r A v-ry - - OIPQ bm mmnn m e tie mry .bi eP �� N... w t T q O b 10 d O� O� a O 'i 0 N b d r e t'I b Q rn r N m r Q N H d a w LL N m IG V iG b 10 b d N AI m N •-i P G cq b Oi m N h P r b r h b G m p O p d m N .di .rvi N N A N N N H b N H N I*1 m nl d N N OI N m F -im o`er my .i CI ti ed v H y U d ._. W Sw w OOOA�,O 10 OOmi3O �OY,� Y OI N O O, �On N• OYr1,CNI.O OO,O OO e•1 m IPS, i00, 1� m O .,b O P Ib•I,O OO t'1 N 10�, 0_HO n Oq � C rn b rn N O n �Ipp ISI m O m� H e I•f n VI Uf G m O< P O N m N I'f F N m r d F z t01 m m ti O N Q 0 17 rl N m H m 0 IO O �(I O m Omi d O N N O b b O IP(I w PCZ' .n r N y n A m� VI � m ul n n wmi m n n Irl F r m whi � n m m tPf n n P m m S Od O Od P v v v Q� �I v z c aS ag m cam mE-01 mm wH' gm m J ❑ c N L VVI O 8 m 9m O o a 2 t/1 (7 m L V m V Q O coi Z y In d P o u .N m g o t j! � rn$ av $ d m .1 m w c rc n lun$ o� o� ESy v E- o y Jr=mVwvdrn way guccy�Z��uwag<FDEuuim2mOwLLazmo vIm iwYLL c o N y Z, rn r 3 2 0l m m rn m y m LL y m V y w m rn �` v; o a w _a a °' V A c c U c c j m`o a o E 2. r a z m y 0 m uh ' p m a a m; c a V I g m yy S U w p1- w v rn ° a u V u 0 0 w `n i mm O m a v m m n m to a E rn 2 o c v m m u w 5 n u E w ,` o ro m a Q m m o ro `c `m 'c o o O V o u m y m m m u o m o 0 auw��i0oa3�ywu� Fm aOZN3zp`uzyouu��au3�oLL3m`o3a oumuu` u W c r O U N 0) O L a N No W N a� L CO O-0 U E .— U U J 4% N J 50 � .0 O U C p W of L Cd a) } Q0 a) co - L Q V) LLL N c N y t y LL y M o roam mmN Ner.�+�o NQNrnomr N.. .nom nan —2-1 m m rn m rnomooup1i .y am Nr m rn � co M ��Moi b M .-i<rnH.miN eairy o�N' c �Oun �- � � W m f w W O w m 2 a rn r b o b N n N rn N N N otn rn M m m m ri o e m o rn a n.'�.m Nuoi N tov 'ry rano m.ome �numi r emn iOv1D namtnarn.m Zvi m p W N W H Q rn rn M W U K w 4>w W W p Q rn M O m rn .i aQQ' N M m p O N nm O M1 b m e O NO n m m n m N' M1 b O, MI N m 1 �G YI O UI Q OR M M b F 0 0 rG O V M N Q M CD fel •y e m N tp _ H 7 W W C of b O N Q N N .bn tml n N ti H N Vri .N -r t1 rD rn N O I'1 m vl iA b e m ra n mr nO1 S w ¢ •-I e reagin N w ? O Z W U' D y Qy 4 Z . i . . . • . . Obi • . . N . . N . • . . . i i . . r b r H m e� m v u m n e O M M1 N N O N M Z LL Z W y O y m eM bmerno mm o " neral n evelaumi ' vrNoo vt0'r p1 �.w �_ b 16 M o, m F Z W p < W 0 C UUy 0 p ~ Q J w G r Om H ..• • ��.• m .•. i r�� r r i r� r r. r� rn Z N OUa C Z .-tml� m e p Q Z O C U w p W Q te'3 tell o VNl aNi N O Y~1 e r e O n 0 O o N N m H b O m N O, n O,tj �viH mar etrva `�..rmr voauvpi mry b Buri vp' V Nn .-r .. G b W U w N Q N m rn 0 m'�� M O• m ''• O ti�� N M 0 am O w p ~ n bmi0, v O� MilOi C aro,rmrumio ran N nm r�nm m eye a m m m J Q m .y eMNNn nn N mw f w w W p �j/l M I� m NO n rp .Ni .-i Cl r%l Yl ill,M1 NY1 timO til OOy mr0 C M OOH m O N O V) Orn � O H r m N .1 m P m l•f 1� M Oi ill M m .y M O r S rMl .Mi [mv `N - V M y m Z c9ad .. O F w a W ULL y n� rn n O m m rn ' O m NON rn m N O m rn !t O rnNN NN�a rvuMio� ran ora mNmm�oe erml�o r� m O m M Oi m N Z O j y •y RI N b � b M M M m lmil .. � v m of "e mi a < i e4 N ti M w e o 2 Uw ra N or M e M• -t ne rn -+fin rn a n n ti v .. M M M e w N.i m ry W w pW m Mmm Ornm O rn M rn rn O M m 0 r m m N rnwz NoroT m0 uoi u`t m om em N ublooo m n Ira. � MMvalmJ momeV �M m Nl r vbNi0nNoNn � m mtQil moGtn IoO Z Z r G � m NVe W KQ W � wMN.+ w p y LL N b N rn- e m m --------- M m o m o m b r e� o o r m a n tray m .n u�'iMN ern Ci10bClM ,r$m e.Mi am Halm m _ _n m M a F ��� y QQQ b� N rlml .bi b •y M .y � rn N rn M N O m N rn�l ti N b e� b m O m� N e� 0 .M,t FaF Z w w jo p arl, AW 0 0 tNrl, b ttN1, O N O O m F V O fa Cml, C Qr aNi, im0, N VI N, EmD, N 0 4,6mN 'NrnN Nrc�m 'r rm'1 c F 2 M e .e. emmulmM ro br M Mw ui Ner y m navel ul e m rNrboaomnN�.ormo w w f Qu yr � W m � M m r N M o N N b m n 0 •'r N b r m 0 y m N$ N . H M1 b w N m O N N N a.. tio S5 Z •-I .et .e. .. .'. .e. .e. .. .. .eine �e'ee .ei .e. .e. •el .N. .M. g'telti.eM. .. .t e. 't y y m O U m On U s a c o i a m c 'c w Z a � o i o a w c cr m a mm o E m a u o N O O L � n O o $ w O — L U U C V V V N 2 2 F .� lu ui ui g 9 g L^ c u a u. m$ g o f= ra n E E g u 4 N W y O L V l7 m U w t0 fL V m m �V y b K V U b F y (U U L V U H mi a..9.2 c �3n� u o L L 2 W W y J U W d E 3 W y V V 0= L Oi3 L m y w U L m v< N w �nn o y c W y C a 3 H O Z f O, N m a0 H> E WI A W H 5-6. a L m C t0 O m a d U u W p U K LL LL LL F- d LL LL LL u i U 3 3 m d L= o a m m J c Q V v E Z ANNIO�gJ ��Ji30^ OpVO_ �y QfmUmmm�L0000 P �l7 al y ypb m y i32 Z .aa_2�LL QpQ JyO yybO F- V NN N �[ N U L cric O U (4 N O N N � Q- M O O UQ w � O O N U J 75 c- N O (n C OIw f W _W Q O N 0 t L Q (n LL m m n N Q Om A rk 00 m r m 0 .0 O ry m O 0 N N T CD m m d O m HI < .-. d N O ti W O ry O N O m d N tp CI CI N .p O .i O O " f� N N C r m N b O Oi of C N MW mN.<rn m N �o-.ry m y Nr H�.ma m N 6 UO) ^ v W m f W m m m m m m CI m' m N N r. d Q O d NQ o N o m r 0 ' U ry o n o N umi Q Q n m m o m O. 'rd' N N n m m O1 n� n N m N r N .+ O r Y mp m p W O m In N N cliCI m N b n O .Qi N N ry o N w m M N to'i n m m W WN Z m .m-. N N m m o Z U m w w W ~ O. O aD N m N Q tNO O OI m m r m v Q N N In In NO m o d O 0 O Q O m O In In u• N o 0 o m .+ d m .o w m o m, r yy.mo o_ o_ m mn N O m p C01 'Nd r 'drI m m 0 CI � O m z 7 Z? � w uu3ll m w In I-C .-� d m m h N N In N m 0 LLw O N �Q1(01 O m< m O b b Omi P k m N b O r Q COI O O b N n b lm1 ' N O Nwi n v p ~ m m CI 'im m Q 1 i YI w CI m .r-1 tm(I P N .0.1 m .O CI Oi C1 Q CI n t• Oi Q Oi R N Y .G m o o In N N p Q. K O w a z Q Q m0 m m OC) OOmQ C) O N CI ma H m ti N N ry h QO m N Oi N w Ii N til H O m N O C) O O. NN N O W LL N p m N m r7 m N N T r m m N .-1 n fl m m r r Ci Oi Oi Yf N m Ci Q `I N N Yi G CI .0 mp p? m morvNm n NON.n Nmwo o r m N N fir-. n o .. � N Z em "rr mr� r ti .4.4m rIn N Cl ... .� Nn W W m N u C O p F- U y a N n m m N 00 CI O O O^ m Q Or O .� N O m O 00 N m NO m O p O O m m tN1 O m IfI I� CFZU QQ.-I O Om nN .� O Omi Gm r mn OOmN OCNl SOnI O iVfVCM1n lV p 1. N.v 1.NNmmN- mN OO. Z Z N mm N W mYQ 1 N , mmH N W W m w .. �I^m mNmm.r^Q mnwwm mn pN o..m m mmmvlmwvmm N m v m m .n N -6 C .WII N �j O N q tm0 Cm Om., q N O mN N b Amo r Y N vm1 Np tQ'I Y, Omi C Omi O. .N'1 t0 tN.( .00 O Oti Y COl O O m m �D r 1NO Cml .NO O yNj r 1 m N 44 m b tigg.1 Q itmi O40I eN'I tOQ .N. O N n < COi .n.. am0 m ti m -N.• ti � w N .~Ni N O m t9 w N pp V p p� q p Q py pp a N W O! O m m if t0( .mi OI a m N N irf1, CrO, V O O N YI OOI, O .n-1 Y01, Q, t'N9, O 1n.), f0�, OI .ni O, tm7, N m Q o .oil pm N O~ m In N In pp In 1A N r O 0 p W N m N m r N N m m n m m N r m n N m� ✓I N .7 N Uf n N� O CI m.+-I-rNmoNN m.m m vN IQr� U MN- Z .Q': o o N .. m.-. .. N .1 N ...y Nn o .n I4•r.+.: .y U O w U pp p88 Ir. 8 p S pp H C ifl O N O mN P OOi O N h .mil $ N N m T m O O N YO1 H O .O O O n O b C .O O O O b .O'I OOi Om .N-. O O1 R N O m .. O m m a0 N N m W YI .-1 N m r b N a O N O O OOI b m m O O N N O NH �O Ori b Q OOI r N .0.1 .m'I Z Z N N m O Q .-. �-. .i N CIN N N~ N N ry ... m CI N .Qi m » m N W ama W W m w N m W m U i m r o omQo.rrv�m moa mN.nvrm rm.+ m o 0 o m m m Or.m. o �Q.. ... r'.y .Ni .N. .N. n r rv.o.I n.on nNa.-i N. .'�-.."-. ... .. .. .y .. .-. .. .. N. N O O Z p m ~ U U u o N U W 0 2 d O g �aO im O mdzw. d c _ 1 a 15 T z p eqS� a Eoa^v a 8 m �$ 8 v A qm °g m w m o C O m 2 N 0 b 0 pgp.. g L C N L 9= o O UI d W nD m^ O W E O L D C V A N Z U G O N y W W a N N ry m N Y N m W N E p 0 0 \ J O m N N V Wm N E d m Q w w N W x L L W W 0 C N N L W U F N W m u m N N W Y W I O a I d N L C M N t d O. m o w N N W rn t a$ W v v N u w .ocl E v "' o m w m W w fp E a m u a m 7 7 2 N m u ' as n< f w �o wa'v ljN`m�muipfoNNavm�oS wO 9w a cw20�luo'EumWUEw I m o u E a m ii. u$ m °w a m E g s c w y o y a 3 o c m c a c c .o `c v a o m c _ a. u c Z rn u c E °1 a E 30 m wZ 02uiu�3Nuio mOm,zx°w� m°° c= j o 0 o u m o O m o o. U D .n 2 O N x m I j U U m m a N .� U U U t' 0 Q c C 0) U I W C N Q c a) W V) N � F W U m z Q m U O^ W I w O C �m�o�oa000m jw Q N u W K W w t O� ma m b N N N O O$ pmj O G p n m m n Q ti O ON ry N a N O ti p = 0, O a C C � i 'o w �p N r(1 n N N n N r N OI O b U � w N z W m o a o m o o a m g w O m O m 0 0 0 b N oo m 0 o m O o o m rO + m N N b >W QK W W K w N � F W U m z Q m U O^ W O C W C C m Q y S O J p pq` N u C U D_ 8 W N p = 0, O a C C � i 'o u u f u a a` z° vpi f< a Atlas Apex Roofing, LLC Schedule IV - Schedule of Operating Expenses For the Year Ended December 31, 2022 Insurance Office salary and payroll taxes Indirect costs Auto expenses Office expenses Depreciation Rent General and administrative Travel and entertainment Professional and legal fees Telephone Repairs and maintenance Selling expenses Computer and IT consulting Utilities Total operating expenses See independent accountants' review report. -21- $ 2,258,811 1,379,344 1,273,306 915,198 575,308 452,213 332,179 286,757 303,093 228,598 91,553 80,730 45,441 68,473 25,791 $ 8,316,795 CITY OF SANFORD FINANCE DEPARTMENT G. This financial statement must be for the identical organization named on page one. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. 3. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: Name Address Percentage Owned David Gembala 281 NE 32nd St. Oakland Park, FL 3334 70% Gaja Investments 65 Disco Rd., Etobicoke, Ontario Canada 30% Atlas Apex Roofing, LLC Bidder nature of Authorized Representative Henry Gembala - President Printed or Typed Name and Title of Authorized Representative END OF SECTION 12/13/23 Date IFB 23/2405 FINANCIAL INFORMATION FORM 00462-2 0 CITY OF SANFOI FINANCE DEPARTMENT City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 V�\P�' old\Gbh •tip . P�.4 S�.\� p�5 p ti PSc• vueii�.., L`otcF r:.z INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: CITY HAIA REROOFING (NEW) Due Date: December14, 2023 (Notary Public in (gnd fr the County and State Aforementioned) Atlor�° My commission expires: zZC' �J,4�... PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE W'Failure to submit this form may be grounds for disqualification of your submittal -w END OF SECTION 46 SECTION 00470 INSTRUCTION ON CRIMINAL BACKGROUND CHECK COMPLIANCE REQUIREMENTS FOR INDEPENDENT CONTRACTORS APPLICABLE TO CRIMINAL HISTORY EVALUATION REQUIRED BY THE CITY OF SANFORD. Reference: A. City Ordinance No. 4019 B. Resolution No. 2059 C. 166.0442 FI Statutes Contractors who have access to City owned and/or operated facilities designated by the City to be critical to security of public safety shall comply with the following security measures: 1. Contractors and each of their employees shall, as and when required by the City, wear an identification badge, which provides the name of the employee and the Contractor. 2. Contractors shall provide within forty-eight (48) hours of the City's request, a list of employees and subcontractors who will have access to City sites and/or facilities, their working days, times and assignments. Additionally, the City reserves the right to require the inclusion of individual addresses, social security numbers and driver's license numbers including State of issuance for employees and subcontractors identified above. 3. The Contractor shall cause each employee and subcontractor deemed by the City to be functioning in a position critical to the security and/or public safety of the City to comply with procedures outlined below by submitting their information to Florida Department of Law Enforcement for state criminal history evaluation. A. Florida Department of Law Enforcement (FDLE) discontinued Florida Criminal History Information Request via mail has moved to electronic. Step 1: Follow the link which will take you to the Florida Department of Law Enforcement Criminal History Record website i. www.fdle.state.fl.us/Criminal-History-Record-Check Step 2: There are three selections: Instant Search, Certified /Non Certified Search, and ORI Search. ii. Select ORI Search then Select ORI Based Florida Criminal History search iii. The ORI search requires a valid customer ORI number in order to conduct a search. ➢ Note: FDLE cannot provide the customer ORI number to conduct the search. If an established customer ORI number is needed for the search, it must be obtained from that agency or entity. Step 3: Enter the City's ORI number i. FL759053Z (no hyphens or dashes) Step 4: Select the City of Sanford — click continue Step 5: You will then be required anticipate working on city property. symbol is a requirement. i. Name ii. DOB iii. SSN iv. Sex to enter the appropriate information for each employee you Please be sure to follow the directions closely, the asterisk (*) 47 City of Sanford I Finance Department I Purchasing Division Solicitation Number: clTv 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 jai$ 23/24-05 of S.ANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) .Due Date: ONE (1) TIlVIE PURCHASE Decemberl4, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00470 INSTRUCTION ON CRIMINAL BACKGROUND CHECK COMPLIANCE REQUIREMENTS FOR INDEPENDENT CONTRACTORS APPLICABLE TO CRIMINAL HISTORY EVALUATION REQUIRED BY THE CITY OF SANFORD. Reference: A. City Ordinance No. 4019 B. Resolution No. 2059 C. 166.0442 FI Statutes Contractors who have access to City owned and/or operated facilities designated by the City to be critical to security of public safety shall comply with the following security measures: 1. Contractors and each of their employees shall, as and when required by the City, wear an identification badge, which provides the name of the employee and the Contractor. 2. Contractors shall provide within forty-eight (48) hours of the City's request, a list of employees and subcontractors who will have access to City sites and/or facilities, their working days, times and assignments. Additionally, the City reserves the right to require the inclusion of individual addresses, social security numbers and driver's license numbers including State of issuance for employees and subcontractors identified above. 3. The Contractor shall cause each employee and subcontractor deemed by the City to be functioning in a position critical to the security and/or public safety of the City to comply with procedures outlined below by submitting their information to Florida Department of Law Enforcement for state criminal history evaluation. A. Florida Department of Law Enforcement (FDLE) discontinued Florida Criminal History Information Request via mail has moved to electronic. Step 1: Follow the link which will take you to the Florida Department of Law Enforcement Criminal History Record website i. www.fdle.state.fl.us/Criminal-History-Record-Check Step 2: There are three selections: Instant Search, Certified /Non Certified Search, and ORI Search. ii. Select ORI Search then Select ORI Based Florida Criminal History search iii. The ORI search requires a valid customer ORI number in order to conduct a search. ➢ Note: FDLE cannot provide the customer ORI number to conduct the search. If an established customer ORI number is needed for the search, it must be obtained from that agency or entity. Step 3: Enter the City's ORI number i. FL759053Z (no hyphens or dashes) Step 4: Select the City of Sanford — click continue Step 5: You will then be required anticipate working on city property. symbol is a requirement. i. Name ii. DOB iii. SSN iv. Sex to enter the appropriate information for each employee you Please be sure to follow the directions closely, the asterisk (*) 47 V. Race vi. Etc... click continue Once you have enter the required information, press ADD to complete adding the employee into the entry system. Step 6: Once all of the employees/entries have been completed and entered properly, you will hit continue. Step 7: The Final step is the payment for each employee. FDLE requires a $24 payment fee. You must confirm the mailing address as follow: CITY OF SANFORD 300 N. Park Avenue Sanford, FL 32771-1244 Once you select the GO payment, you will then pay for the employee's criminal background check and each entry will be checked through the State of Florida Department of Law Enforcement (FDLE). The result will be mailed to the City of Sanford. B. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. If a Contractor or Contractors employee refuses to authorize the release of their address, social security number, licenses and/or to participate in the criminal history record checks when required by the City, they shall not be allowed to work or continue to work in or on such critical position(s) or project(s). Reports which reflect incidents in an individual's background will be addressed and resolved on a case-by-case basis. C. In the event the Contractor can show employees of the Contractor or Subcontractor have undergone criminal background checks on other City of Sanford projects within the last 12 months, then a new Level I criminal background check will not be required. D. The criminal background check request shall be submitted to FDLE within fourteen (14) calendar days of the Notice to Proceed. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to: Failure to have the required criminal background check reports submitted to the City by the FDLE; or Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. 48 City of Sanford I Finance Department I Purchasing Division Solicitation Number: CITU of 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) V. Race vi. Etc... click continue Once you have enter the required information, press ADD to complete adding the employee into the entry system. Step 6: Once all of the employees/entries have been completed and entered properly, you will hit continue. Step 7: The Final step is the payment for each employee. FDLE requires a $24 payment fee. You must confirm the mailing address as follow: CITY OF SANFORD 300 N. Park Avenue Sanford, FL 32771-1244 Once you select the GO payment, you will then pay for the employee's criminal background check and each entry will be checked through the State of Florida Department of Law Enforcement (FDLE). The result will be mailed to the City of Sanford. B. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. If a Contractor or Contractors employee refuses to authorize the release of their address, social security number, licenses and/or to participate in the criminal history record checks when required by the City, they shall not be allowed to work or continue to work in or on such critical position(s) or project(s). Reports which reflect incidents in an individual's background will be addressed and resolved on a case-by-case basis. C. In the event the Contractor can show employees of the Contractor or Subcontractor have undergone criminal background checks on other City of Sanford projects within the last 12 months, then a new Level I criminal background check will not be required. D. The criminal background check request shall be submitted to FDLE within fourteen (14) calendar days of the Notice to Proceed. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to: Failure to have the required criminal background check reports submitted to the City by the FDLE; or Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. 48 ( SIGNATURE ON FOLLOWING PAGE) STATE OF FLORIDA COUNTY OF Rroward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President Njwho is personally known to mel or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of W physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the December 2023. ---,� 0S3 O ri-L& otary Public in a col A 1 n • N°�� mss EXP`c° `� �°�aN Py5 my and State last aforesaid this 13 day of County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 49 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) .r Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) ( SIGNATURE ON FOLLOWING PAGE) STATE OF FLORIDA COUNTY OF Rroward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President Njwho is personally known to mel or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of W physical presence or { } online notarization on the 13 day of December , 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the December 2023. ---,� 0S3 O ri-L& otary Public in a col A 1 n • N°�� mss EXP`c° `� �°�aN Py5 my and State last aforesaid this 13 day of County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 49 Form W-9 Request for Taxpayer Give Form to the (Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. ntemal Revenue Service ► Go to www.lrs.gov1FormW9 for Instructions and the latest information. 1 Name (as shown on your Income tax return). Name is required on this line; do not leave this line blank. Atlas Apex Roofino, LLC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not Individuals; see ro C1 Instructions on page 3): C ElIndividual/sole proprietor or El Corporation El Corporation ❑ Partnership ❑ TrusVestate m single -member LLC Exempt payee code (if any) CL Z^ 2 Q Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► C 8 2 Note: Check the appropriate box in the line above for the tax classification of the singte-member owner. Do not check Exemption from FATCA reporting w LLC if the LLC Is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC is 'QC. another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code if any) Is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► (Mpff , W. ft mdnl&nW ouhlde the US) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optionaq 281 NE 32nd Street 8 City, state, and ZIP code Oakland Park, FL 33334 7 List account number(s) here (optional) JOB Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and [ Employer identification number ) Number To Give the Requester for guidelines on whose number to enter. FJ -51 - 5I1I9 1 9I 3I 4I 6I lid Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (f any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here I U.S. person ► General Instructions Section references are to the Internal Revenue Coe ess erwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FonnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an Information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) Date ► 11/29/23 • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) a 59 City of Sanford I Finance Department I Purchasing Division Solicitation • umber:' .Phone: Floor Suite 236 Sanford, Florida 32771 300 N. Paris Avenue 2"dOSXRFO IFB 23/24-05 RD 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December] 4, 2023 TITLE: CITY HALL REROOFING (NEW) _ ._:, ` tract does Contract does INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE�TO Exceeds not Exceed not Exceed J CONTRACTS FOR SERVICE9 Vfii 4 THE CONTRACTOFd] $300,000, 1$0 I $500,000, 180 $25,000, 30 PERFORMS ON OR OFF CITY PREMISES days and days and no days and no COVER COVERAGE REQUIRED unusual unusual unusual hazards exist hazards exist hazards exist Employers Employers Employers Workers' Compensation Liability Liability Liability $1,000,000 $500,000 $500,000 *Certificates of exemption are not acceptable in lieu of workers Each Accident Each Accident Each Accident compensation insurance $1,000,000 $500,000 $500,000 Disease Disease Disease $1,000,000 $500,000 $500,000 Commercial General Liability shall include- Bodily injury liability, $3,000$1,000,000 Per Per $500,000 Per Property Damage liability; Personal Injury liability and Occurrence O Occurrence Occurrence Advertising injury liability Coverages shall include: Premises/ $3,00Occurrence $1,000,000 $500,000 Operations, Products/Completed Operations; Contractual liability; General ,000 Gener General General Independent Contractors, Explosion; Collapse; Underground. Aggregate Aggregate Aggregate When required by the City, coverage must be provided for sexual harassment, abuse and molestation $1,000,000 $1,000,000 $500,000 Per Comprehensive Auto Liability, CSL, shall include "any auto" or Combined Combined Occurrence shall include all of the following: owned, leased, hired, non -owned Single Limit $1,000,000 Single Limit $1,000,000 $500,000 General autos, and scheduled autos. General General Aggregate Aggregate A re ate Professional Liability (when required) $1,000,000 Minimum $1,000,000 Minimum $1,000,000 Minimum Builder's Risk (when required) shall include theft, sinkholes, off 100% of 100% of 100% of site storage, transit, installation and equipment breakdown. completed value completed value completed Permission to occupy shall be included and the policy shall be of additions and of additions and value of endorsed to cover the interest of all parties, including the City of structures structures additions and Sanford, all contractors and subcontractors structures $3,000,000 $1,000,000 $500,000 Aggregate: No Aggregate: No Aggregate: No Garage Keepers (when required) per vehicle per vehicle per vehicle maximum maximum maximum preferred preferred preferred $3,000,000 $1,000,000 $500,000 Combined Combined Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 $1,000,000 $500,000 General General General Aggregate A re ate A re ate Cyber Security -Error and Omission Insurance Coverage $5,000,000 $5,000,000 $5,000,000 (Professional Liability) is to be included. Minimum of two years Minimum Minimum Minimum Extended Reporting Period (ERP or Tail) coverage. SECTION 00618 INSURANCE REQUIIREMENTS 59 I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. ➢ Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. In addition, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall not be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above- described policies of Sanford in accordance with the policy provisions. L All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here in before and after and are the responsibility of said Prime CONTRACTOR in all W, City of Sanford I Finance Department I Purchasing Division Solici a ion Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 XI, 8 23/24-05 CITY OF SANFORD 19 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. ➢ Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. In addition, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall not be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above- described policies of Sanford in accordance with the policy provisions. L All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here in before and after and are the responsibility of said Prime CONTRACTOR in all W, respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. I. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford, Florida 32771. m. All certificates of insurance, notices etc. must be provided to the above address. in. In the description of the certificate of insurance, please also inicude the solicitation number and proiect name. STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of {X} physical presence or { } online notarization on the I— day of December . 202 3, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in th December , 2024---.-., plt sA MAGLIARISI Notary Public - State of Florid Commission k HH 035068 My Comm. Expires Dec 14, 2024 kdthrough National NOVPL Assn. Public in an mission expires: County and State last aforesaid this la1 day of e County and State Aforementioned) The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE �V'Farlure to submit this form may be grounds for disqualification of your submittal"O 61 City of Sanford I Finance Department I Purchasing Division elicitation Number: CITY OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 ': IFB 23/2a -OS SA1 \ 1-O� T� Phone: 407.688.5028 or 50301 Fax: 407.688.5021 _ t FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. I. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford, Florida 32771. m. All certificates of insurance, notices etc. must be provided to the above address. in. In the description of the certificate of insurance, please also inicude the solicitation number and proiect name. STATE OF FLORIDA COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - President who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of {X} physical presence or { } online notarization on the I— day of December . 202 3, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in th December , 2024---.-., plt sA MAGLIARISI Notary Public - State of Florid Commission k HH 035068 My Comm. Expires Dec 14, 2024 kdthrough National NOVPL Assn. Public in an mission expires: County and State last aforesaid this la1 day of e County and State Aforementioned) The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE �V'Farlure to submit this form may be grounds for disqualification of your submittal"O 61 A� o® CERTIFICATE OF LIABILITY INSURANCE ATE (MMIDDfYYYY I D 9/26/2023 ) I 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 IELOW. 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 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 Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. O. Box 1927 Pompano Beach FL 33061 L NAL NAME: feHoNN F.". (954) 943-5050 I (A XAIC, No): 49541962-6310 E-MAIL ADDRESS: haase@furmaninsurance.com INSURER(SI AFFORDING COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322 INSURED Atlas Apex Roofing LLC 281 NE 32 ST Ft Lauderdale FL 33334 INSURERB:Starr Indemnitv 6 Liability Company 38318 INSURER C:Bridgefield Casualty Ins Co 10335 INSURERD:XL Insurance America 24554 INSURER E: Continental Casualty Company 20443 INSURER F: COVERAGES CERTIFICATE NUMBER:Oct 23 GL AL EL XS IF REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL I(JRn SUER wvn POLICY NUMBER POLICY EFF /MM/DD/YYYY POLICY EXP (MM/DDIYYVV LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 CLAIMS -MADE FOOCCUR DAMAA EO 300,000 (Ea occurrence) PREMISES (Ea occurrence) S PREMISES MED EXP (Any one person) $ 10,000 X no X,C,U Exclusion CGS7429197 10/1/2023 10/1/2024 X Broad Form Property Damage PERSONAL & ADV INJURY $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY a JET F1 LOC PRODUCTS -COMP/OPAGG $ 4,000,000 Deductible BIRD Per Doc $ 10,000 X OTHER: Contractual included AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) BODILY INJURY (Per person) $ A X ANYAUTO ALL OWNEDSCHEDULED AUTOS AUTOS CAS7429198 10/1/2023 10/1/2024 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X NON -OWNED HIREOAUTOS X AUTOS pip $ 10,000 UMBRELLA LIAB X OCCUR 1000588634231 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 51000,000 B X EXCESS LIAB CLAIMS -MADE Primary $5M over GL AL EL rroau_omprereavpereeons $ 5,000,000 DED I X I RETENTION S 0 10/1/2023 10/1/2024 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PER I OTH, X STATUTE ER C ANY PROPRIETOR/PARTNER/EXECUTIVEE.L. OFFICERIMEMBER EXCLUDED? N❑ (Mandatory in NH) N / A 196-58902 10/1/2023 10/1/2024 EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 11000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 11000,000 D $5M Excess over $5M Excess Liak US001319SOLI23A 10/1/2023 10/1/2024 Per Occurrence/Aggregate $5M/$5M E Installation Floater 5099685837 10/1/2023 10/1/2024 Per Jobsite/Aggregale $1M/$20M DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION "For Bidding Purposes Only" 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 ina Mangum/MR ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) SECTION 00820 PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.eDIS.aov/eels/search.do to verify the named contractor is not on the (EPSL). Henry Gembala Printed Name of Authorized Representative Signature of Authorized Representative Atlas Apex Roofing, LLC Name of Contractor IFB23/24-05 Project Number nnklnnrl Pnrk_ FT Local Government (Cityrrown) President Title 12/12/23 Date City Hall Reroofing Project Name END OF SECTION 76 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 faCITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00820 PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.eDIS.aov/eels/search.do to verify the named contractor is not on the (EPSL). Henry Gembala Printed Name of Authorized Representative Signature of Authorized Representative Atlas Apex Roofing, LLC Name of Contractor IFB23/24-05 Project Number nnklnnrl Pnrk_ FT Local Government (Cityrrown) President Title 12/12/23 Date City Hall Reroofing Project Name END OF SECTION 76 SECTION 00825 SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Parry System List (EPSL) at https://www.epls.gov/eels/search.do to verify the named contractor is not on the (EPSL). Sheryl Rebosio Printed Name of Authorized Representative Signature of Othon'ked Representative C.G.R. Constniction Name of Contractor 23/24-05 Project Number Oakland Park.. FL Local Government (Cit3jrown) President Title 12/12/23 Date City Hall Reroofing Project Name END OF SECTION 77 City of Sanford I Finance Department I Purchasing Division Ielicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IF$ 23/24-05 CITY OF SORD ANF Phone: 407.688.5028 or 50301 Fax: 407.688.5021 - FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TEWE PURCHASE Decemberl4, 2023 TITLE: CITY HALL REROOFING (NEW) SECTION 00825 SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Parry System List (EPSL) at https://www.epls.gov/eels/search.do to verify the named contractor is not on the (EPSL). Sheryl Rebosio Printed Name of Authorized Representative Signature of Othon'ked Representative C.G.R. Constniction Name of Contractor 23/24-05 Project Number Oakland Park.. FL Local Government (Cit3jrown) President Title 12/12/23 Date City Hall Reroofing Project Name END OF SECTION 77 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 Il(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 78 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 IFB 23/24-05 CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date: . ONE (1) TIME PURCHASE December14, 2023 TITLE: CITY HALL REROOFING (NEW) 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 Il(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 78 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 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 79 City of Sanford I Finance Department I Purchasing Division [IcitA000 i umber: Adftlk 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 $ 23/24-05 ' CITY of SANPORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) ` Due Date: ONE (1) TIME PURCHASE December14, 2023 _. TITLE: CITY HALL REROOFING (NEW) 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 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 79 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 refer the case to the Department of Justice for appropriate legal proceedings 12/12/23 (Signature of Authorized Official of Contractor) Date Henry Gembala - President (Name and Title of Authorized Official [Print or Type]) Aflnc Anex Rnnfinu LLC (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) Florida (State of incorporation or formation and type of entity [Print or Type]) 281 NE 32nd St. Oakland Park, FL 33334 (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) 45-5199346 (Employer Identification Number of Prospective Construction Contractor or Subcontractor) 80 City of Sanford I Finance Department I Purchasing Division olicita on AmTer-' 300 N. Park Avenue 2 Floor Suite 236 Sanford, Florida 32771 jFB 23124 -OS CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Dato: ONE (1) TEWE PURCHASE Decemberl4, 2023 TITLE: CITY HALL REROOFING (NEW) 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 refer the case to the Department of Justice for appropriate legal proceedings 12/12/23 (Signature of Authorized Official of Contractor) Date Henry Gembala - President (Name and Title of Authorized Official [Print or Type]) Aflnc Anex Rnnfinu LLC (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) Florida (State of incorporation or formation and type of entity [Print or Type]) 281 NE 32nd St. Oakland Park, FL 33334 (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) 45-5199346 (Employer Identification Number of Prospective Construction Contractor or Subcontractor) 80 Attachment "A" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. N/A Addendum No. Addendum No. Addendum No. Addendum No. Dated: N/A Dated: Dated: Dated: Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954 565-1567 Fax Number: 954 563-8556 Henry Gembala Auth gnatory Printed Name President 12/12/23 Title Date E-mail Address:estimatingI a,atlasapexusa.c FEIN: 45-5199346 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"O 1 City of Sanford I Finance Department I Purchasing Division Wicitatiou 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 23/24-05 FINANCE DEPARTMENT INVITATION TO BID (IFB) Due Date: ONE-TIME TERM CONTRACT December lit, 2023 TITLE: CITY HALL REROOFING (NEW) Attachment "A" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. N/A Addendum No. Addendum No. Addendum No. Addendum No. Dated: N/A Dated: Dated: Dated: Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954 565-1567 Fax Number: 954 563-8556 Henry Gembala Auth gnatory Printed Name President 12/12/23 Title Date E-mail Address:estimatingI a,atlasapexusa.c FEIN: 45-5199346 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"O 1 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 CITY of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD FINANCE DEPARTMENT INVITATION TO BID (IFB) ONE-TIME TERM CONTRACT TITLE: CITY HALL REROOFING (NEW) Attachment "B" Organizational Information Number-. IFB 23/24-05 Due Date: emher ti, 2023 The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment `B", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954 565-1567 Fax Number: 954 563-8556 E-mail Address:estimatinel 0,atlasapexusaxorn President Gembala Printed Name 12/12/23 Title Date FEIN: 45-5199346 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal'O 2 TYPE OF ORGANIZATION (Please place a check mark (✓) next to applicable type) XX oration I Corporation I Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 281 NE 32nd St. Oakland Park, FL 33334 Federal I.D. or Social Security Number 45-5199346 By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment `B", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954 565-1567 Fax Number: 954 563-8556 E-mail Address:estimatinel 0,atlasapexusaxorn President Gembala Printed Name 12/12/23 Title Date FEIN: 45-5199346 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal'O 2 Electronic Articles of Organization L12000059805 FILED 8:00 AM For May 03 2012 Florida Limited Liability Company sec. Of State jbryan Article I The name of the Limited Liability Company is: ATLAS APEX ROOFING, LLC Article II The street address of the principal office of the Limited Liability Company is: 6751 NORTH FEDERAL HIGHWAY SUITE 302 BOCA RATON, FL. 33487 The mailing address of the Limited Liability Company is: 6751 NORTH FEDERAL HIGHWAY SUITE 302 BOCA RATON, FL. 33487 Article III The purpose for which this Limited Liability Company is organized is: ANY AND ALL LAWFUL BUSINESS. Article IV The name and Florida street address of the registered agent is: OSCAR E SOTO 2400 EAST COMMERCIAL BOULEVARD SUITE 400 FORT LAUDERDALE, FL. 33308 Having been named as registered agent and to accept service of process for the above stated limited liability company at the place designated in this certificate, I hereby accept the appointment as registered agent and agree to act in this capacity. I further agree to comply with the provisions of all statutes relating to the proper and complete performance of my duties, and I am familiar with and accept the obligations of my position as registered agent. Registered Agent Signature: OSCAR E. SOTO Article V The name and address of managing members/managers are: Title: MGR DAVID GEMBALA 6751 NORTH FEDERAL HIGHWAY BOCA RATON, FL. 33487 US Article V1 The effective date for this Limited Liability Company shall be: 05/03/2012 Signature of member or an authorized representative of a member Electronic Signature: OSCAR E. SOTO L12000059805 FILED 8:00 AM May 03 2012 Sec. Of State jbryan I am the member or authorized representative submitting these Articles of Organization and affirm that the facts stated herein are true. I am aware that false information submitted in a document to the Department of State constitutes a third degree felony as provided for in s.817.155, F.S. I understand the requirement to file an annual report between January 1 st and May 1 st in the calendar year following formation of the LLC and every year thereafter to maintain "active" status. State of Florida Department of State I certify from the records of this office that ATLAS APEX ROOFING, LLC is a limited liability company organized under the laws of the State of Florida, filed on May 3, 2012, effective May 3, 2012. The document number of this limited liability company is L12000059805. I further certify that said limited liability company has paid all fees due this office through December 31, 2023, that its most recent annual report was filed on January 5, 2023, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifth day of January, 2023 Tracking Number: 4742489286CC Secretat y of ,J it W To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. h ttps: //services.su n biz.org/Fi lin gs/C a rtificateOfStatu s/Ce rtificateAuth entication § § m � I ƒ � c � ■\ )UP ` ! ■ I/. a\ -i §} k\ _- ■; �{ k - � I\ \�{ 2 ! \ a z � © : • } @ �\ !2}} .( | REM k� | k � � o a �\ �§ G§ Li0 � § � .z zp e 1 0 a ��. m< o§ �: _■ � ` !{ |\ ,; 0\ |\ L 2 § m- !\ °° . ■ � - 7 ! � - � a : � } / ■ ! � \ ! � � Q e: « ! ■\ ` � Attachment "C" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last five (5) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. City of Sanford I Finance Department I Purchasing Division Sallcitedou 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 23/24-05 Contact Name and Phone #: FINANCE DEPARTMENT INVITATION TO BID (IFB) Due %te: Contract Amount: ONE-TIME TERM CONTRACT December 14, X423 TITLE: CITY HALL REROOFING (NEW) Attachment "C" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last five (5) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 0 -Failure to submit this form may be grounds for disqualification of your submittal -w 3 Project #1: Project Name: Type of Project/Service: See Attached Completed Proiects Sheet Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Project #2: Project Name: Type of Project/Service: Address: See Attached Complcted Proiects Sheet Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Proiect #3: Project Name: Type of Project/Service: Address: See Attached Completed Proiects Sheet Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Project #4• Proiect Name: Type of Project/Service: Address: See Attached Completed Proiects Sheet Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Project #5: Project Name: Type of Project/Service: See Attached Completed Proiects Sheet Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 0 -Failure to submit this form may be grounds for disqualification of your submittal -w 3 4.J W .O L 4— L J a, +' 4! 00 a) O O O 41 C" a--1 00 �i N N O N mo N M N N N 0 E 00 1* �Y .i .l O O C) r t e -i O � O O U +u+ CL 0 0 0 0 o p NOR o O U © O O O O 0 A• m e > z > z > r 3 on o CL a rn 0 o 0 0 � r, m 000 L ON0 O M 01 00 O L1 O u a) O O 0) 00 M 00 Ln O a) U a` rn Ln 00 & 6 L m �o t0 ao °1 N m rn M 00 v U. Q') -t%> y` tNl� tNi� t`fi� to C) O O o O o 0 0 0 0 o O O o 0 0 O 00 O O O O a) N p41 O t0 O O O C n 00 Ccn O l ko ^O V dN t00 O t O t0 cf Cl C M N M Q1 N N rl M M tD M f- V� V? a -I V� V' V? V} to in of O0 0 O 0 L! -i Eu O c o O — V t1 o L°N '— ` m o O 3 u u u O u s N O^ C U �o M coC2 E�� 0 Y a --I u O N `i m u N ate) Cf C Y O O c Y O t0 coa ono�t m u� O� urn um �m Z C O 'O O 00 m O -_ to O w U `0 to u Y O u Q 00 v O @ N 00 u ° w o m M to V t a ck ^� M Y 3 Y" Ch 00 L M °1 t 00 •- -a > N u@ u — t0 m u u@ u c00 t �, 1 Ln c �'tvC) a; `o �'� @o s v C:) V o � m a°'i;o Q m m m > oo s rn U u N O O ° E c m t u E d C U U O O O 3 '41 t) U m �- U O O Z1 U U L C U U J L L C � Qr 41 U c L L u 41 c 4- C Q O C V O to E U �+ c 4n c m u U O uO U U V = u U E v O 0 0 O Z u m u a J J C O 44 ++ O Q Q ++ �' p O 41 O 41 41 to J 4� O u p C t cu J E C a �p u L C (/I J Cu t C N LL C u E C cu u ti E C W u E p C L E J �.y bA O -0 O u L.L to u V C u L l.L C u u>- u �- J LL u C O C a) (, J to 11 u W as .2 `n > u °° Q 41 U v a) L- U = u Ln U E C, U } u U °) c °J O = n c ci '� fl E a v n ¢ a E E a c i '� a _ m z u m u � a) V Of m u -p � u u a m uc u L 0 or a) p n C O ~~ H }' V O O O O tw � O C O d4 O O u U 0 C O O O E O m 0 O O o u .O m d' C mu d' a) w O w W u z O U w o a Attachment "D" Proposed Schedule of Subcontractor Participation ❑ No Subcontracting (of any kind) will be utilized on this project. City of Sanford I Finance Department I Purchasing Division Solicitation Total Project Amount: S 1,022,000.00 300 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 23/24-05 Dollar Value 65-0654971 FINANCEOEPAPTMENT INVITATION TO BID (IFB) Due Date: SDVBE ONE-TIME TERM CONTRACT December 14, 2023 TITLE: CITY HALL REROOFING (NEW) Attachment "D" Proposed Schedule of Subcontractor Participation ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB 23/24-05 Title: City Hall Reroofing (New) Total Project Amount: S 1,022,000.00 Subcontractor Minority Code if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value 65-0654971 C.G.R. Construction Co. Inc. 250A NE 32nd St. Oakland Park, FL Temp roof & LWIC install 28% SDVBE $294,000.00 PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H His anic SDVBE Service Disabled Veteran When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954 565-1567 Fax Number: 954 563-8556 President iry Gembala Printed Name 12/12/23 E-mail Address�estimatingl@atlasapexusa FEIN: 45-5199346 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE O'Failure to submit this form may be grounds for disqualification of your submittal'w 4 Attachment "E" Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954565-1567 Fax Number: 954 563-8556 E-mail Addressestimatingl@atlasapexusa.com Hetuv Gembala FEIN: 45-5199346 Authorized Signatory Printed Name Title President 12/12/23 Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) Failure to submit this form may be grounds for disqualification of your submittal 5 City of Sanford I Finance Department I Purchasing Division SolieltAtloo 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 Number: (\� CITY OF VANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 23/24-05 FINANCE DEPARTMENT INVITATION TO BID (IFB) Due Date: ONE-TIME TERM CONTRACT ' Dminber 14, 20237 TITLE: CITY HALL REROOFING (NEW) Attachment "E" Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Atlas Apex Roofing, LLC Mailing Address: 281 NE 32nd St. Oakland Park, FL 33334 Telephone Number: 954565-1567 Fax Number: 954 563-8556 E-mail Addressestimatingl@atlasapexusa.com Hetuv Gembala FEIN: 45-5199346 Authorized Signatory Printed Name Title President 12/12/23 Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) Failure to submit this form may be grounds for disqualification of your submittal 5 ATTACHMENT "F" BID PRICE PROPOSAL AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Description City of Sanford ( Finance Department I Purchasing Division solicitation 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 F1Iab€t: CITY OF ANF SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 8.00 $8.00 2. Wood Nailer Replacement 1 Sq. Ft. FINANCE DEPARTMENT INVITATION TO BID (IFB) Duc Date: $ 1,022,000.00 ONE-TIME TERM CONTRACT December 14, 20" TITLE: CITY HALL REROOFING (NEW) ATTACHMENT "F" BID PRICE PROPOSAL AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Description Cost per Amount Total Cost Square Foot 1. Lightweight Insulation Concrete Replacement 1 Sq Ft. 8.00 $8.00 2. Wood Nailer Replacement 1 Sq. Ft. 5.00 $5.00 3. Lump Sum Price not including line 1 & 2 $ 1,022,000.00 4. Total Lump Sum including 1 & 2 $ 1,022,013.00 Lump sum Price in Words One Million Twenty Two Thousand Thirteen Dollars & No Cents 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 Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Atlas Anex RoofiinLy. LLC Mailing Address: Telephone Number: Signatory President 281 NE 32nd St. Oakland Park, FL 33334 954 565-1567 Fax Number: 954 563-8556 y Gembala Printed Name 12/12/30 Date 0 E-mail Address:cstimatingI@atlasapexusa.c FEIN: 45-5199346 STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - Preident N who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of { } physical presence or { } online notarization on the 12 day of December 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS myand igff 2023. �da ryp° s`0�, Spec � py5 al seal in the County and State last aforesaid this_12_day of December , ublic in andl(Qk the County and State Aforementioned) My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 0 -Failure to submit this form may be grounds for disqualification of your submittal -w 7 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Number: feCITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 I.;a"5 FINANCE DEPARTMENT INVITATION TO BID (IFB) Due Date: ONE-TIME TERM CONTRACT Dca nber 14. MM -7 TITLE: CITY HALL REROOFING (NEW) STATE OF FLORIDA COUNTY OF Broward HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Henry Gembala - Preident N who is personally known to me or { } who produced as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Atlas Apex Roofing, LLC by means of { } physical presence or { } online notarization on the 12 day of December 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS myand igff 2023. �da ryp° s`0�, Spec � py5 al seal in the County and State last aforesaid this_12_day of December , ublic in andl(Qk the County and State Aforementioned) My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 0 -Failure to submit this form may be grounds for disqualification of your submittal -w 7 ATTACHMENT "H" STATEMENT OF INSPECTION Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Invitation to Bid for 300 N. Park Avenue, Sanford, FL 32771 and has fully reviewed and understands all work requirements at said location(s): Henry Gembala - President Printed Name of Authorized Person Signature of Authorized Person 12/12/23 Date Atlas Apex Roofing, LLC Name of Firm 281 NE 32nd Street Street Address Oakland Park, FL 33334 City, State, Zip Code REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. w City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 ,umber: CITY OF SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 17BZ3124-03 FINANCE DEPARTMENT INVITATION TO BID (IFB) Due Date: ONE-TIME TERM CONTRACT ber 14, 2023 TITLE: CITY HALL REROOFING (NEW) ATTACHMENT "H" STATEMENT OF INSPECTION Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Invitation to Bid for 300 N. Park Avenue, Sanford, FL 32771 and has fully reviewed and understands all work requirements at said location(s): Henry Gembala - President Printed Name of Authorized Person Signature of Authorized Person 12/12/23 Date Atlas Apex Roofing, LLC Name of Firm 281 NE 32nd Street Street Address Oakland Park, FL 33334 City, State, Zip Code REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. w