Loading...
2084 IFB 18/19-22 LMCC Specialty Contractorsesopi) FINANCE DEPARTMENT Thursday, December 20, 2018 TO: City Clerayor Rm 0 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ . Recording ❑ Letter of Credit Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies Special Instructions: I-bVV fV-.y 60fazbzqw From SharePoint Finance Purchasing Forms-2018.doc Date AGREEMENT BETWEEN THE CITY OF L.M.C.C. SPECIALTY CONTRACTORS, INC./IFB NUMBER: 18/19-22/CONCRETE AND ASPHALT SERVICES THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this qay of June, 2019, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and L.M.C.C. Specialty Contractors, Inc., a Florida corporation, doing business as Mims Construction Co., whose principal address is 119 South Pinehills Road; Orlando, Florida 32811 and whose mailing address is Post Office Box 681554; Orlando, Florida 32868, (hereinafter referred to as "Mims Construction"). The City and Mims Construction may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. 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 persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of Goods. (a). This Agreement is for the goods set forth in the attachments hereto and Mims Construction agrees to accomplish the provision of services specified in the attachments for the compensation set forth in those documents relating to the provision of concrete and asphalt services. (b). It is recognized that Mims Construction shall provide services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 1'I'<}y e Sanford, Florida 32772 Phone: 407.688.5028 Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 3 years with the opportunity for additional 1 year renewal periods when in the best interest of the City. However, the total Agreement length, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Mims Construction shall review the quality and status of the concrete and asphalt services delivered to the City with the City on a semi-annual basis. In any event, this Agreement shall remain in effect until the services to be provided by Mims Construction to the City under each work order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods being provided by Mims Construction. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Mims Construction for any compensation therefor. Notwithstanding the foregoing, the City may unilaterally terminate this Agreement in the event that the City is not satisfied with the goods, services or actions provided by Mims Construction within the 6 calendar months commencing on the first day of the first month after this Agreement commences. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods being in the amounts set forth in the attachments hereto and as may be set forth in each purchase/work order issued by the City. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (haps://www.sanfordfl.gov/departments/finance/purchasing/contract- terms-and conditions or www. SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Mims Construction's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Mims Construction must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 21Paoe (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 Mims Construction upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Mims Construction does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Mims Construction to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Mims Construction shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Mims Construction and shall promptly provide the City with a copy of Mims Construction's response to each such request. (d). 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, CMC, ECRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SAN FORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Mims Construction and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions 3Page contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that Mims Construction issues a purchase order, memorandum, letter, or any other instrument addressing the goods or services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. 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. Section 12. Captions. 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. Section 13. Counterparts. 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. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. 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 signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. 41Paoe Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Mims Construction, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Mims Construction have executed this instrument for the purpose herein expressed. A TTES T. CITY OF SANFORD By: Traci Houchin, CMC, FCRM � co Fo)? eff TriplettAL,--, City Clerk 11 0 or r s Approved as to form and j r legal sufficiency. fill William L. Colbert, City Attorney A TTES T. L.M.C.C. SPECIALTY CONTRACTORS, INC., A FLORIDA CORPORATION, DOING BUSINESS AS MIMS CONSTRUCTION CO. B L 4ndeMims Witness # 1 §ignatuo Sole Corp rate Officer Witness # 1 Name: Dated: Witness # 23jgKature Witness # 2 Name: --Z Lz 11 5 1 P a () e Attachment "'B" Midi Price Schedule ,and Acceptance of Bid Terms and Conditions a) Note: All concrete and asphalt patches are small in natural and can be located artywhere throughout the City, b) Non- pt3OT requirements for smaller patches SI -3 Asphalt. e) Contact local recycling centers for "Free' disposal services. II R w I i ��'Jio 1ft � Qo"te WWI, ' s i ♦ +"' Ii • ` F • ' III • MAN - a) Note: All concrete and asphalt patches are small in natural and can be located artywhere throughout the City, b) Non- pt3OT requirements for smaller patches SI -3 Asphalt. e) Contact local recycling centers for "Free' disposal services. Vwe, 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 "B" 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: -619-f-c,4e, ka C-00ch V'SL&�a) 4A,[ -S Mailing Address:P D 4 'D = l - I Telephone Number: 1 a -to 93 IbFax Number: D:7- -3-6 �- ?E-mail Addressl-fry) C Cbr, S-tyudi^ L'4r2 ot t i I �-L-'U's FEIN: S1 -3i,/ 14.2 :9 1 AA Atho —r&edSignator)i:"' Printed Name -—'s Title— + A-& 9 , �Q 1 COUNTY OF OfffiW, STATE OF FLORIDA U a +", On this I day of MM, Florida, personally appeared 114 within instrument, and he/she/they ackAow' personally known to me or has produced_ SEAL to 20 q before me, the undersigned Notary Public of the State of M1 3 whose name(s) is/are subscribed to the thats be/they executed it. WITNESS my hand and official seal. He/She is )k k A �Ctas identification. (Notary Public in and for the County durState Aforementioned) My commission expires: NAKIA KUY Notary public - State of Florida _Commission # GG 098361 jy Com. Eypi,,!, Aug 11, 2021 W,*du,mu0t490=WNot4yA1,1 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RE - - -Failure to submit this form may be grounds for disqualification of your submittal - > Note Pursuant to the Terms and Conditions, failure to meet or exceed specifications may result in rejection of your Bid. Adding your own terms and conditions may cause your Bid to be rejected. The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1. States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal, 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. Bidder GOS _kVCA-t-.1i ��j O' 0 nIttiiredfA�'thorized Repr'e'sentative (Affiant) Date Ly-�,4 -e i ( .............. L 50 Printer Typed Name and Title of Authorized Representative (Affiant) _X COUNTY OF AICY STATE OF FLORIDA On this "day of t 20 before me, the undersigned Notary Public of the State of Florida, personally appeared e4kj'303 iwhose name(s) is/are subscribed to the within instrument, and he/she/they ackn&rIedge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known tome or has produced _ �:.�QVICAQ 1, A , as identification. (Notary Public in and for the Couneand State Afore1 ti l i Notary Pubk -State of Florida Commission I GG 098361 SEAL My commission expires ,•R my Comm, Expires Aug 22,2021 : PLEASE COMPLETE AND SUBMIT WITH YO I B ESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- Attachment 'T" Conflict of Interest Statement X I am the of P& s, with a local office in Lwu, 5rc,�)b, &,,trac-IDY-S [Insert Title] ff [Insert Company Name] and principal office in la, d 1::-- 10 Rt'ct C, B. The entity hereby submits an offer to IFB; 18/19-22 Concrete and Asphalt Services C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. 1. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Ajophment "D", Conflict of Inte . gpfist Statement, is truthful and correct at the time of submission, ArF,IAOT SIGNATr 44.S r,Y-Ad e I ( 1. TypeA)Name of AFFIANT =!�'s Title_a COUNTY OF STATE OF FLORIDA u (WN On this Aday of. N\(A4 20 before me, the undersigned Notary Public of the State of Florida, personally appeared r n-1 ' whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced CA k to I/As-f, ldent' I t" t t1 iv N N NAKIAKELLY Notary public -state of Florida Commission #GGM361 (Notary Public in and for the County and Stat Aforementioned} my, comm. Expires Aug 27- 202i t Nouty kw add NO* "Wawl Nr"Ty SEAL My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE —Failure to submit this form may be grounds for disqualification of your submittal"w A#tacbment I Public Entity Ctimes Statement 1. M A. This sworn statement is .submitted with; Bid, or Contract Number IFB 1119_22 Concrete and Asphalt Services , This sworn statement is submitted b 4 ,0 , ; *--a :yrs dho P -Os whose business adobes is _ and (if applicable) it's Federal has no FEIN, include the Social Security Number of the individual signing this swornstatement My name is j�-P--i and ally relationship to the above is��� Flr-asL- prim VaWt Of in&Vi tunl signing] D. I understand that a "public entity crime" as defined in section 257, I33(l)(g), :Florida Statutes, means a violation of any stag or federal lave by a person with respect to and directly related to the transaction of business with any public entity in Florida or wi(b 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 war an agency or political subdivision and involving antitrust, fraud, theft, trtbery, collusion, racketeering, conspiracy, or material misrepresentation. E. t understand that "convicted" or "conviction" as defined in section 257.133{l) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of wilt, in any Weral 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 ofguilty or holo contenders. F, i understandthat "affiliate" as defined in section 287.133(1) too), Florida Statutes, ineans: 1, A predecessor or successor of person convicted of public entity clime; or I An entity under the control of any natural person who is active in the management of the entity and who has beer - 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 tiara 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 unn'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 parson who has been convicted of a public entity crime in Florida during the preceding tturty-six {36) months shall be considered an affiliate. G, I understand that a "person" as defined in section 2137,133(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 laid on contracts for the provision of goods or services let by a public entity, or which oathenvvise transacts of applies to transact business with a public entity. The terata "person" includes Hoose 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 tlwis sworn statement. [Please indicate with a check mark (') which statement applies), City of Sanford I Finance Department I Purchasing Division C"OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT I I I TITLE: CONCRETE AND ASPHALT SERVICES Neither the entity submitting this sworn 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. The entity submitting this sworn statement or one or more of the officers, directors, executives, partners, shareholders, 'employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] — The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] — The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signaturc(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "E", Public Entity Crimes Statement, is truthful and correct at the time of submission. )r SIGNATOJ�E_ ?_ Tyl@d Name of AFFIANT --p�u �d � Title I # 1.1,114yovelarift-1 �1, On this day of I N Xk '.N 20 1 -4 . before me, the undersigned Notary Public of the State of Florida, personally appeared I 1,11MR'Al n"I I im whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge�_'that he/she/they executed it. WITNESS my hand and official seal. He/She is personally I known to me or has produced GIC IC( I as identification. � I (Notary Public in and for the County anal State Aforementioned NAMAXELLY t4)taty Nbli, -State Of Flot'da SEAL My commission expires: C,,mission g GGM361,.E-Ap1re5Au924202' PLEASE COMPLETE AND SUBMIT WITH YOUR 13�'Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford I Finance Department I Purchasing Division Sc(Mor 300 N. Park Avenue 21111 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 fax, 407.688.5021 INVITATION FOR BID (11B) A TERNI CONTRACT TITLE: CONCRETE ANWASPHALT SERVICES I I — Attachment "F11 If and when the City of Sanford transmits records to the ContractorAtendor which are -exempt from public re, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and en 't to Safeguard" which will be provided with the exempt records. A sample forrn is attached f6y tile roposer's infortnation, IT, 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 Stalittes, and Section 24(a),.krticle I of the Constiftition of the State of Morlda,, 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 pack -age are exempt from the Public Records Laws, identifying the spmific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly, By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to., attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. or 4zjy,s ��b ) PLU'l lid C-0-hs-rn't-� io, atr), 4 t,, '.4-,ts — and Title of Authorized Representative (Affiant) COUNTY OF E) f N-)Gt,, STATE OF F LO-kIDA On this r day of 20 before me, the undersigned Notary Public of the State of Florida, personally appeared Nxtyy) whose name(s) is/are subscribed to the within instrument, and he/she/they acknowlede that he/shclthey executed it. WITNESS my hand and official seal. He/She is personally known to me or has producedEv-.t 6 c4,, t . as identification. W'. (Notary Public in and for the County pfd State Aforementione mAWA KELLY ffls b -stateofflofida �b ljotarypu tic SEAL My commission expires: Commission # GG 09B361 My Comm. Exoms Aug 22. 2021 awdd � cqh t4alloW Wuy Asul- PLEASE COMPLETE AND SUBMIT WITH YOUR E,[POMNSE a'Failure to submit this form may be grounds for disqualification of your submittal -w AttadbwotOG" 10E"&LCA= •LFfgaGjJ3:E L) =�j The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishinents. The Bidder further certifies that none of its employees are, permitted to perform their services at any location under the Bidder,- 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 permi't 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, looker 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. �- p ,da,,+ or Typed, Name and Title of Authorized PLEASE COMPLETE AND SUBMIT88,qTH YOUR IF8 RESPONSE Failure to subtult this forth way be grounds for disqoalification of your submittal'w Attachment 1114" DISPUTE S DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Re dation or any other regulatory agency or professional association within the last five (5) years? (YO Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the servicesyour irm provides in the regular come of business within the last five (5) years? 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in tine past five (5) years at is related to the services your firm provides in the regular course of business? VQ years at — (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 a -ad the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement of misrepresentation or falsification of facts shall be cause for forfeiture of -rights for farther consideration of the project identified. L&�C& Firm A dW Lz�41 I4 or Typed Name and Title of Authorized Representative LEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `O'Fallure to submit this form may be grounds for disqualification of your submittsl"W When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in AVachment 1, Drug-FreeWgr1kplace Certification, is truthful and correct at the time of submission. ME Name COUNTY OF Of CkY)Ckt, STATE OF FLORIDA "j 11C\ I I Q�l On this day of 20 before me, the undersigned Notary Public of the State of Florida, personally appeared whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge thate/sbe/ hey executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced - floc - �(, rX W —, as identification. A NAKIA KELLY Aforementioned) Public stateof Florida (Notary Public in and for the County and I Notary commission 0 GG 098361 My Comm. Expires Aug 22,2021 ma, SEAL My commission expires: ur&d througli t4aloral Notaty Assn. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB; —Failure to submit this form may be grounds for disqualification of your submittal- Attachment "J" Unauthorized (Illegal) Alien Workers 435-8 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 National1j, 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. I By qeptiting this certification, the CONTRACTOR certifies that 4U10, et, a Ik e_a�ttc*)Or dbA- name of company) 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. The Undersigned agrees to, upon request of the City, 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. CONTRACTOR: 'aa &ryCko ch,,,L e, A'b( s& -m s iii c,h V Signatur PrintedName: Title: Date: Affix Corporate Seal COUNTY OF Uf L�Mt, STATE OF FLOR O+X,N day ofd On this I ay Florida, personally appeared_ -.1 . 1 within instrument, and he/she/they ackho w_ personally known to me or has produced that 20 19 , before me, the undersigned Notary Public of the State of (Notary Public in and for the County and State SEAL My commission expires: whose name(s) is/are subscribed to the it. WITNESS my hand and official seal. He/She is t— . as identification. NAKIA KELLY Notary Public - Stateof Florida Commission I GG 098361 my Comm. Expires Aug 22.2021 AWL PLEASE COMPLETE AND SUBMIT WITH YOUR IMM-SPOMSE - - - - - <rFailure to submit this form may be grounds for disqualification of your submittal -w Project Ngivc Concrete and 6.sPhalt Services Bid 1'B 18/19-22 The Affiant identified below attests to the following That the Contractor is currently in compliance with and throughout the term sof the above identified project and will retrain in compliance with Executive Order 11-02, rued by the Office of the Governor, Mate of Florida, requiring the use of the Department of Homeland Security's Status Verification (T -Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing, work under the above -fisted Contract are legally permitted to work in the United States. 29. Each Contractor that performs work finder the project referenced alcove shall provide the City of Sanford, Florida, a copy of the "Edit CompanyProfile" screen indicating enrollment in the E -Verify Program., 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification, requirements as outlined in this Affidavit and, upon request of the any :Authority having jurisdiction over the Project, including; but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority'. a, 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: 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 tinder 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 ofSanford may immediately terminate the Contract without notice and without penalty. Contractor further understands arta agrees that in the event of such termination, the Contractor shill be liable to the City for any casts incurred by the City as a result of the Contractor's breach. ', 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, operated by the Department of Homeland Security and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. TITLE: CONCRETE AND ASPHALT SERVICES ')67 Authorized represatative (Affiant) Printed $r' Typed Name and Title of Authorized Representative (Affiant) COUNTY OF STATE OF FLORIDA J (). -JAI On this :1 day of [VIN 20 Florida, personally appeared I "I vid-6k M , within instrument, and he/she/they acknowledge that h personally known to me or has produced— TlcmAci 1 before me, the undersigned Notary Public of the State of whose name(s) islare subscribed to the executed it. WITNESS my hand and official seal. He/She is 3— . as identification. (Notary Public in and for the Couriiiand Yate Aforem NAXIA KELLY Notary Public - state of Florida SEAL My commission expires: % mmission # GG 098361 My Comm, Expires Aug 22, 2021 PLEASE COMPLETE AND SUBMIT WITH IV IFB RESPONSE cy*Failure to submit this form may be grounds for disqualification of your submittal- 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. ,� i� �. �-� ��� �� �� roc �� � �� ��s ��� �,� Con 'tor," / S i'gn e of Autho-Az/ed R4presentative (Affiant) Drte h j, lyid-tV Printed or Typed Name and Title of Authorized Representative (Affiant) 1— COUNTY OF I )f QkMt' STATE OF FLORIDA " ()_en 1 On this n day of MW 2 1 cl before me, the undersigned Notary Public of the State of Florida, personally appeared iUVIdeAl M imi whose names) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known tome or has produced 043iwl(-A Uu-nw' as identification, NAKIA KELLY 00 CommiWon # GG 098361 My Comm. Expires Aug 22,2021 0wtkdjhwaqbNaroWKW0tafyAWL State adf Florida W.1 ary Public -State of Florida ` - "_ - =_40' SEAL (Notary Public in and for the C84ty and State Aforementioned) My commission expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE O'Faffure to submit this form may be grounds for disqualification of your submittal"W Division. `< crnr 300 e Park avenue tau Floor Shite �' Sanford, Florida 32771 `= Phone: 407.688.5028 or 030 Fax: 407. 8,5021 INVITATIONFOR BID FB A ti a` RM ONT"CT I TITLE: CONCRETE AND ASPHALT S' A 'E I Attacbment iiM" insurance Requirements 0 rtes' ta<M01 Contract xceed$ Contract does not, Lxceed Contract dim not Exceed COVERAGE REQUI131 tt 500'000, 180 slays and SWAN,180 stays and P-5,400,30 days and no unusual haiards exist no unusual bazarsts exist unusuat hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $50000.00 '1x500.000.00 'Cerfiftco'es of eceniption are not Each Accident Each Accident Each Accident acceptable it, liet, of'"'Orkem, $1,000,010.00 $500,000.00 $500;000.00 compenTation irastownce Disease Disease Disease $1,000,000.00 5300,000.00 $500,000.00 Commercial General Unbility x+3,000.000.00 Per $1,000,000.00 Per $500,000,00 Per shall include- Bodfdy trtlaared Liability Occurrence Occurrence Occurrence and Ad rdsing InjuritV Liability Covervgwv shall inchtde: Premises/ :1,000,000.00 General $1,000,000.09 Genal $500,000.00 General Operations, Prodi tsu'Completerl Aggrepte Aggregate Aggregate Operations,' Contractual Liability independent Contractors,Explosion; Collapse: Undmground, When required by the City, coverage in ust be provided fir Harassment, A bine and Molestation, Comprehensive Amar Liability, 1,00+0,000 Combined S 1,000,000 Combined S 5004000 Per t urrence CSL, ,shall include `'arta+ auto" or Single Limit Single Limit shall include all of the ollowing. $ 1,000,000 General S 500,000 General Aggregate owaac4 leases hirer), non -owned r 1,000,000 General Aggregate autos, and scheduled tawas.. re s2e Professional Liability (when required) 1,000,00-0.00 $1,000,000.00 $1,000,0t)0.00 minimum minimum Mitairnton Builder's Risk (jvheu requir ) shall i 00010 of completed 1011% of completed 100%0 completed include then, sinkholes, off site ohne of additions value of additions valise of additions' storage, transit, installation and and structure and structure and structure equipment breakdown. Permission to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the; City of Sanford, all contractors .and subcontractors. 3,000,000 Aggregate: $1,M0,000 Agate: $500,000 As+ reg te. Garage Beepers (when requ red) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred aferred gLeferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Single Garage Liability (n hoi required) Single Limit Single Limit Limit $3,000,000 General $1,000,000 General $500,000 GeneralAggregate Aggregate A to 0 rtes' ta<M01 ORD truce Department Division 300 N. Park AVenot 2'd Floor -Suite 236 Sanford, Florida 32771 11hone: 407.688.5028 or 5030 117ax: 4f17. 88 5421 VMTATION FOR BID (WB) A TERM CONTRACT I TITLE: CONCRETE AND ASPHALT SERVICES 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 ftorti the City of Sanford Purchasing Office. Il,Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to comme"cinany g 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 uostaltorized and the City will not be rtsponsiblc, The City reserves the Fight, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and, exposure � Certification Terms and Conditions It is noted that the City has a contractual relationship with the reamed 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 Contractoes instance coverage, is a maner between the vendor and its insurance carrier., the City will turn to the Contractor for relief as a mutt 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 way satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City, Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions, bAll 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. c, All limits are per occurrence and must include Bodily Injury and Property Damage. I All policies must be written on occurrence form, not on claims made Forni, except for Pr**SSiOnal Liability - g. Self-losared retentions shall be allowed on gLny liability coverage. h. In the notification of cancellation; The City of Sanford shall be endo r -sed onto the policy as a cancellation notice recipient. Should any of the above described policies of Saolord in accordance with the policy provisions'. i, All insurers must have an A.M. rating of at least A-VIL It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are, the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.502815030 Fax 407.688.502 1, tn. All certificates of insurance, notices etc. must be provided to the above address. 41 Rev 03120) 6 Title COUNTY OF STATE OF FLORIDA On this day of IN % k-xl personally appeared I instrument, and he/she/they known to me or has vroduce SEAL r-'�' 20 1 1 , before me, the undersigned Notary Public of the State of Florida, fTE'S whose name(s) is/are subscribed to the within that he/shelthey executed it. WITNESS my hand and official seal. He/She is personally bf-hx)z' as identification. (Notary Public in and for the County and State Aforementioned) My commission expires: NARIA KELLY Notary Publk - Srate of Florida Commission# GG098361 My COMM, Expires Aug 22, 2021 The City reserves the unilateral right to modify the insurance requirements set fort h at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 12"Failure to submit this form may be grounds for disqualification of your submittal' 10 AC40MO CERTIFICATE OF LIABILITY INSURANCE OATEWMIDD"Y) 1211912018 THIS CERTIFICATE It ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER( -S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ios) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain, policies may reqvirp an endorse . Ast fit on statement this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER SIHLE INSURANCE GROUP, INC.407-869-5490 P. C. BOX 160398 ALTAMONTE SPRINGS FL 32716 certificate oepariment FAX 9-3580 C. 40� F we. nai. 407-38 lon"pin., Cerffficatesftihlexom INSURER(S)AFFORDIMaCOVERAGE MAIC f INSURERA- Westfield Insurance Group 24112 6/28/2019 INSURED MIMSCON-01 Mims Construction Company LMCC Specially Contractors, Inc, P.O. Box 681554 INSURER e. Bridgefield Employers Ins, car 10701 CLANS41ME LZ -1i OCCUR INSURER D; INSURER I- Orlando FL 32818 INSURERF: MED EXP (Any one Person) S 1 ADD COVERAGES CERTIFICATE NUMBER. 2073451101 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 MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POI ICIE& LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WWI LIR TYPEOFINSURANCE ADOLSUBR JLoa wvn POUCYRUMBER POUCY EFF 'IMMADO POLICY EXP MMIDD LIMITS A X COMMERCIALGENERALLI"IL11Y' WP3942915 612M018 6/28/2019 EACH OCCURRENCE $1,000,000 CLANS41ME LZ -1i OCCUR D-- MM) $150,000 MED EXP (Any one Person) S 1 ADD X Contractual Lab X :ACU PERSONAL &ADV INJURY s 1,00D,000 GEN'L AGGREGATE LIMITAPPLIES PER, GENERALAGGREGATE $2.000,000 potICY '---I PRO- JFr Ln -i T 1x] 10C PRODUCTS - COMPIOP Ar -4 $2,000.000 $ OTHER A AU'TOMOSILELIABILtrY C11YP3942915 612812018612812019 Coms' NEDSINGLEMIT as ddrsnll 1,000.000 BODILY INJURY (Per person) X ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS X tiUfftfek NON4WNED A ONLY Ix AUTOS ONLY SUOfLY INJURY (Pot aw&-pt) $ kMAGE pip 5 A X UMSRELtA U -AS OCCUR CWP3942915 612131201e I 612812019 EACIj OCCURRENCE $ 5.000.A)00 AGGREGATE s 5,000,00 EXCESS UM CLAWS -MADE i UED I =MTEWflON-1 a WORKeRSCOMPtN$A11O04 AND EMPLOYERS' L"ILITY YIN, ANYPROPRIETORMARTNIERMXEC""'Ef-� OFFICERMEMBERE)(CLUDED? NIA 83056225 11112019 1 11112020 X�ARTUTE OETRH- EL EACH ACCIDENT $1,000;000 EJ.. DISEASE SA EMPLOYEE S 100.000 (Mandatory In NN) 40scobe under 99dwriON OF OPERATIONS batow I EJ.. DISEASE POUCY LIMIT 51,000;000 A ContradomEquipment CWP3942915 Lensed & Rented EqWp OedudWe $25,000 $500 DESCRIPTION OFOPatA*noNs/LOCATIONS IVEHICLES tACORD 101, AddiflormiAeroarks Sthodula, may beaftachod 1fraom spa(* Isrequired) For Bid andfor Informational Purposes Only @ 1988-2015 ACORD CORPORATION, All rights reserved. ACORD 25 (20161011 The ACORD name and logo are registered marks of ACORD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BE -FORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, For Informalion Only AUTHORIZEDRSPRESENTATiVE @ 1988-2015 ACORD CORPORATION, All rights reserved. ACORD 25 (20161011 The ACORD name and logo are registered marks of ACORD The undersigned aclutowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum leo. Addendum No. Addendurrs ti, Addendum No. Addendum No. Luted„ Dated! Em Dated: By the. signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Arracbment `IN" Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name_ Mailing Address_ Telephone l`+Tumber:1!2H� _L'3(� Fax Number; �=l'3 --_7E-mail Address:�— r)io �/,- > t5 FTN: d ignatory Printed Name ._ei Title Pate PLEASE COMPLETE � SUBMIT t'TH YOUR IFIL RESPONSE �' Fail re to submit this form may be grounds for disqualification of our suhmjttal`1�0 Attachment 11011 References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Project #1: PEoject Name: d lype of Project/Service: rze_tz_ :5 Ic T ->'L'* LA A-e(L-._ 'V,?, = c Y-." v7e ur- Address:L, LLYI'1_ Contracting Ag!Client : Contact Name and Phone #: r 4 ax. x & -j'-Itc* c�lrlts - Lf 04 Ll 5; 119 to i Contact Email Address and Fax i-4 t �,<, AW /Ui = dset i'14 s' r1 C CIY-^ Contract Amount: to t 9 S c) Start Date: 9 20(r�' End gate: 5. 1 Z' of cl Project 01, Project Name- I-cLIC-a- C_ X-f-ro K-ce Typeof Project/Service: Lc-- 6- eL.LA It(. I-) ­'cAc Contracting Agenc yClient: 0 re- 1o,,ndc) Contact Name and Phone #:—t,/ tie - 2 - -f vi -9 SO Contact Email Address and Fax #: T V :Tme-C, e -r,, ba r%n\4L�J. 41 E� Z - 2_q _9+0S Contract Amount: 16 Z r :3 5 45y 0 0 Start D C End Date: Project #3. Project Name: P 64-tZJe_ Type of Lroject/Service: u,4 1 K_ , J , S & d- , 4cis C Addre=_V_,? 0 0 0 i-C_A&e cl j!;; 11--" r� Rd , -C,-T. 6 u d. [�:-Y a�407'2 Contracting Agenc yXiient:4 C "�_' Contact Name and Phone #: :204t/ Z 2 Ll q 5'2 Contact Email Address and Fax #: da.,j. J--er-)4,Ade Zq_1XC 1401 e0-1-1 1 Contract Amount: - �6 /j�� 0 L1, V Start Date: -7 End Date: Project 44; Project Name: I -xi ii k I CL,, C10 7� Tjv-,-:,,J Type of Project/Service. 0 t)^C I C' r, +e -L-, Ra Address: a T A Gj 6_,-Aa.,Cf _'k Y. Contracting Agency/Client: 1_�Y_71 Y_ Contact Name and Phone #: 9'V"e?_ Contact Email Address and Fax #:(2J_Ar_ ezie- C b r -,i e z Com, 44- 4-6 4 5--S -__'2 L4-T!j Contract Amount: if gca t Start Date: I --I- End Date. 8-2tJS Projed 45: Project Name: t -,LL e, ±t. txJU_ O_Aef-()�xe Type of Project/Service: 0 or -w-6 , C -L-1--6 & a -> "CLe-Ul, A I VS kw6-2_',-X r+'Ve We, Address: z-:; '1 5 0 '5. 6 -e 6 1 cc a2 e""Z 1 .Contracting Agenc ytqlient:C4 6le-o-40 Contact Name and Phone #: '7T ' )LKJ e V'Z. SC t,. 7 r Contact Email Address and Fax C 0 t 5 r, b ebe*41-n etj , Ccar, 3,5 2 -'-1-2- cl - &7 C, Contract Amount: Start Date: End Date: I PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- is Attachment "P11 Organizational Information The Bidder must include a copy of then- State Certificate of Good Statiding/Articies 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 documentbas been authorized to bind the corporation. Examples include' k A copy of theArtiales of Incorporation listin g the approved signatories of the corporation, B, A copy of aresolution listing the inembers, 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, I/Nve, the undersigned, as authorized signatory to commit the fim, certify that the information as provided in Attachment IT", Organizational Information, is truthful and correct at the time of submission. Bidder/Contructor Name: Pe ciej C �C,_ D 1_71_'De MailingAddress: V U � 9 4, ()12 NumberA-PI --+-30- 4 , E-mail Address: b-jY)Y)t2 FEIN. 56 -3*4 B Title ate PLEASE COMPLETE AND suBmiTwITtt Yo uR In RESPONSE 17'Fallure to submit this for may be grounds for disqualification of your submittal'v TYPE OF ORGANIZATION (Please place a check mark (y) next to applicable type) corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Riease specify) State of Incorporation Principal Place of Business (Enter address) oe 40 3 7— Federal I.D. or Social Security Number - 344- q- 9 3 18 By the signature(s) below, I/Nve, the undersigned, as authorized signatory to commit the fim, certify that the information as provided in Attachment IT", Organizational Information, is truthful and correct at the time of submission. Bidder/Contructor Name: Pe ciej C �C,_ D 1_71_'De MailingAddress: V U � 9 4, ()12 NumberA-PI --+-30- 4 , E-mail Address: b-jY)Y)t2 FEIN. 56 -3*4 B Title ate PLEASE COMPLETE AND suBmiTwITtt Yo uR In RESPONSE 17'Fallure to submit this for may be grounds for disqualification of your submittal'v 116 1 K No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFS 18/19-07 Title: Chemicals for City WRFs Total Project Amount: Subcontractor Minority Code if applicable) Federal ID Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent C/o) of Scope/Contract Dollar Value Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran N PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minor i!y Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment 111111, Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Bidder/Contractor Name: Mailing Address. r-IDe4-de, Title NumberAV 1'0`l� -&_ 3* Fax Number: 40-4— 430 —:?!r(c& E-mail Address: F-Sth'atory Printed Name cid I, 1�0 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,v"Failure to submit this form may be grounds for disqualification of your submittal- CO N ST it U CTMNI LYNN MIMS Proje,n. Exccz,_ftive Executive Profile: Lynn has over 35 years of experience in the construction industry and 28 years as president and Owner of Mims Construction Company, a local M/WBE firm specializing in Construction Management, Concrete, Masonry and related construction services. Mims Construction success comes through developing strong relationships and building rapports with clients, architects, engineers, vendors and members of the project team. Mims Construction Company is supported by a staff of construction experts in various building systems including design -build, foundations, structural elevated stabs, mechanical, electrical, building envelope, site logistic and LEER certification. Mims Construction was named (2) times by the Patin Beach County School Board as Construction Manager of the year. As project director, Ms. Mims will work with the team on GMP development, manage bid packages / review, schedule development, value engineering and design / constructability reviews. As project director, Ms. Mims will work with the team on the GMP developed, managed bid packages/ review, schedule development, value engineering and design / constructability reviews. Ms. Mims will work with the team to ensure all minority participation and workforce is utilized to the maximum percentages. Citrus Bowl (CaniphigWorld Stadium) Orlando, Florida Orlando International Airport Orlando, Florida Tampa International Airport Tampa, Florida Page 1 of 2 30 years — President Mims Construction Company 0 0 Project Executive 0 M/WBE Coordinator U 0 OSHA 30 -Hour Certification 0 Primavera p6 Certification 0 First Aid /CPR 0 Florida Licensed General Contractor CY Executive Profile: Lynn has over 35 years of experience in the construction industry and 28 years as president and Owner of Mims Construction Company, a local M/WBE firm specializing in Construction Management, Concrete, Masonry and related construction services. Mims Construction success comes through developing strong relationships and building rapports with clients, architects, engineers, vendors and members of the project team. Mims Construction Company is supported by a staff of construction experts in various building systems including design -build, foundations, structural elevated stabs, mechanical, electrical, building envelope, site logistic and LEER certification. Mims Construction was named (2) times by the Patin Beach County School Board as Construction Manager of the year. As project director, Ms. Mims will work with the team on GMP development, manage bid packages / review, schedule development, value engineering and design / constructability reviews. As project director, Ms. Mims will work with the team on the GMP developed, managed bid packages/ review, schedule development, value engineering and design / constructability reviews. Ms. Mims will work with the team to ensure all minority participation and workforce is utilized to the maximum percentages. Citrus Bowl (CaniphigWorld Stadium) Orlando, Florida Orlando International Airport Orlando, Florida Tampa International Airport Tampa, Florida Page 1 of 2 Page 2 of 2 Andre Collins Senior Project IMANAGER / Director of Preconstruction • University of Florida, Bachelor of Arts - Geography • 23 years in Constructions Industry • OSHA 30 -Hour Certification • License General Contractor CGC 1515197 • Numerous school projects • Ran multiple project at same time Manage the day to day construction activities of all subcontractors and generating a two week look ahead to guide the progress of the project and ensure a timely completion. Issuing contracts and change orders and reviewing submittals. Coordinate all owner/architect/contractor meetings. Experience in road work, underground utilities, signalization, force mains, gas lines, electrical duct banks, asphalt, concrete, masonry, drywall, framing, stucco, flooring, acoustical ceilings, mechanical, plumbing and electrical. I am knowledgeable in Suretrak scheduling and able to generate a recovery schedule. Coordinate Project team activities, including scheduling, quality control, cost control, change orders, RFI's and closeout. • Seminole County Bus Facility • MLS Soccer Stadium • UCF — Site Repairs • Florida Citrus Bowl Renovation • Dr. Phillips High Parking Renov MR M A04h M I ap C 0 N1 S T R U C T 10 N $750,000.00 $90,000,000.00 $22,000.00 g4p Winter Springs, FL Orlando, FL Orlando, FL Orlando, FL Orlando, FL C-0 Ns 7 n -.., c 7 17 71 Tirnothy M.171 -110r, SE u pe ri n te n cl, en t v) 1 9 Alcorn State - Bachelor of Science Business Administration Turner School of Construction — Construction Management; Business Development; Construction Contracting Miami Dade CollegeNalencia College Dual Program • I I years of construction experience �J 0 5 years with Mims Construction Company 0 OSHA 30 Certificate v I - CPR/First Aid Tim has assisted in scheduling and daily activities of work and taking necessary actions to assure that the project objectives of scheduling, quality, pricing, safety, and cleanliness are met and adhered to by subcontractors and vendors as well as jobsite personnel. Implement incremental project scheduling to ensure upcoming events are on track and are being proactively attended and met. Experienced in overseeing infrastructure, utility, road and asphalt installation, site preparation parking amenities, striping and signage as well as new construction of building, site concrete and masonry. Conducts pre -construction, progress and other project and staff meetings. Responsible for creating and maintaining Project Documents and Reports per construction activities. Experience in Word, Excel Prolog (Tremble), BIM 360, Safety Net. Tim has overseen projects ranging from 5000 sq. Ft. to 150,000 sq. Ft. and $IM to $200M in building cost. Current Project Assignment — Assistant Superintendent PROJECT EXPERIENCE Current Project Assignment — Superintendent Lake Davis to Lake Greenwood Drainage Improvements Orlando, Florida Scope: Sidewalk, Brick and Curb Owner: City of Orlando Role: Superintendent Lyn.v Trail Orlando, Florida Scope: CIP Walls, Sidewalks and Curb Owner: Orange County, FL Role: Superintendent Lake Lucerne to Lake Cherokee Drainage Inym-ovements Orlando, Florida Scope- Sitework, Concrete, and Hardscape Owner: City of Orlando Role: Superintendent Orange and Alichigan Retail Orlando, Florida Scope: Sidewalk, Curb, and ADA Owner: Rhodes Role: Project Manager JONAnIAN ZACHEM, SEVWFARY Always vee&y licenses online at MyFloridaLlcensexom Do not alter this docuMent in any form, This is your license. it Is unlawful for anyone other than the licensee W use this document. S 4 :.. AxiYst 2017 Owerunt Business i velopm to Division` P.O. Box 1393 Oriando, Morlda 32802-1398 a� A0-3-'ft5 µ Form WINKS I Request for TaxpayerGive Fort" to the fta'U. November 2017) Iden-tifleation Number and Certification requester. Do not *- Go to wwwJrsgov1FbrmW9 for instnictions and the latest Informatiom send to the IRS. 2 SUSIPM name'"Maroed entity I'larmi, If different from Above Lfts Consuttiction Co. 4 Chitskappropriale bat for fed" tax classiticallon of the perwri whose name Is entered on line i, Check only to of ilia 4 Exemptions fcodris Apply only to following seven boxes. certain Antilles, not individuals, see idIVWUaVWIO propriety or 11 0 00"MIJO-1 M 8 COTO-Itoo C3 Partri-Mbirl Instructions on page 3), singto-memberl-LC Exempt payee code (if ano 0 Limited liabluty company. Baer ilia tax classification JC --C corporation, S=S corporation, P=Partasisho) 0- NoW Check the appropriate box In tire line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLO it the LLC is classified as a singlo-member LLC that Is disregarded from the owner unless the owner of the LLC is another IA -C that Is not disranardad fn5m the owner for US. tedarat tax nutooses. Otherwise. asinota-membar LLC that I coda (if anyl Oacitu'p wrthtelrllng, "r IniolMOUSTS, ITILS is generally YOUt SOC191 SAMMY nUMDer ftibN). However, lot a . I I resident alien, sole proprietor, or disregarded entity, see the Instructions for Part 1, later., For other entities, It Is your employer Identification number Alit), If you do not have a number, see Now to get a M 177, later. or, NotA» It The account Is in more than one name, seethe Instructions for line 1. Also see What Name and I EmOloyst-Wertfi0cation, number - T--7 Aturnber To Give the star rfor guidelines on whose number to enter. I - 5 - 1191 - 13141412131118 UMM Cettificeflon 1, The number shown on this form Is my correct taxpayer identification number {or 1 am wafting for a number to ?.1 am not subject to,backup withholding booausix, (a)1 amexempt from backup withholding, or (b) I have not b Service (18S) that I am subject to backup vvithholding as a result of a failure to report all Interest or dividends, no longer subject to backup wlithholding,, and 3, 1 am a J.S. cifterl or other US, person (defined below), and 4, The FATCA cod*) entered on this form (if soy) Indicating that I -am exempt from FAT= CA reporting is correct. Agnature of ----z � & _,�.,-Vg le General Instructions Section references are to The Internal Fievenue Code unless otherwise noted. Future developments, For the latest Information about developments related to Form W-9 and its Instniolilons, such as legislation enacted after they were published, go to wwwJmgoo/Fe rnlW9. Purpose of Form An Individual or entity (Form Wwti requester) who Is required to file an information return with the IRS must obtain your coftat taxpayer identification number (TIN) which may be your social security nurriber (SSBI), Individual taxpayer Identification number #TIN), adoption taxpayer identification number (ATIN), or eiriployet Identification number (1214), 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 riot limited to, the following. # Form 1099 -INT (Interest earned or paid) , --j— —. J—.— J— — — , —. oats 0 03/2112019 • Form, 1099 -DIV (dividends, Including those from stocks or mutual funds) * Form 1099-MISO (various types of income, prizes, awards, or gross proceeds) * Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-8 (proceeds from real estate transactiorl1) • Form 1099-K fmarchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan interest), 1098-T' (fuhlon) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form, W-9 only If you are a U. person (including a resident alien), to provide your conect Tft If you do nor retum Form W-9 to the requester with a TIN, you might be sublect to backup Wthhotding. See What is backup withholding, later Document A31OTM - 2010 .. Bid Bond CONTRA 4rnr�..1r, 011"1"01r01"k- 1..M. spevialty r ontra tori Ino, We Mims coniawdlon Company 119 South Pinellas Rasta Orland% P#.. 32811 OWNER; 14i`rirrm 14%rd shir#rsa##arlPAIra tl C4 of Sanford 286 SUR (MV114 Ic raf #sarrtscrrrri# k## jtrrt lr r �#rvfrt j Ra Box 104� OH f� Sanford. FL 3277 BOND AMOUNT-. o the Percent of, Amount Bid PROJECT O'arrv. %odonoradn)vV'rdi' ,1a4# rrrrm#Ircr, 01,Y) IFS 16119-22 Concrete and Asphalt SeMces 'this dootar enthas�trt"Ttont tszdia~on�catttraaer_ arasarttatt�#a villi anafforreyItonccuraved" *th #esprit to its o0troeflon4r Any singulu retwonvo Contractor, qty, omeuiw other pa sbatl be �Cartsldsred talurolvAere appttratue, lftttis Board 4 issood to onjwtibn (side ra subcontrxcWs bid ton Cootraator, tltc torus Cuntraator its this Bond shalt ba dseattod to Subcontractor ond the toast OvAtersttalt be doomad to baa t ora tot st at °oad seated this 16thday or Me � 2019 ' -0054i SA0 LA .C. aps tty Contractors, . vws Mims construawm Company Mr*rellrrrt) 0111) B, t"Tltld) The Cincinnati Insurance Compan ` VIN) 4Y. t�s��" MOOK�evin R. _ jttt It i;C ir as ,Rssmc- M1 THE CINCINNATI INSURANCE Ct?"tIPANV Fairfield. Ohio PONVER OF ATTORNEN, 1~iNt Vk'ALL MErb: Y THESE PRESENTS, That THE Eiy;Cl�'�;STT i » l��� CCltiP �+Y, a,corptaration organised 'Under the lams of the State of Ohio. and hawing its principal office in the City of Fairfield, Ohio, does he e'oE =c nstitutt and -appoint Chimes I, Nialsoac David R. Hoov-tt; KcAn R. Wq,;towicZ, Charles D, Nielson; Daniel F. Oaks: Laura D..Ntosholdtr. Don BramlaLge, Entity Golccki, ,tamer`. Nteduee ; Shawn A, Hattan; Edward NIT. Clark Jessica P, Reno; lan A, Nipper: Joseph i' Kirlsoo an& -or Edwin TumierCollinj, tv of ;Miami Takes, Florida its tru: and lawful Anorney(3)-in-Fact to sign, xtcut�-, :eat and deliver on its behalf as Surety. and as its act and decd, any and all bonds, policies. undertakio s, or rather life instrurmcrits. as lialtokt=_ .Any such Obligations in the United States, up to Twenty ;fit I'= and i a,' 100 Dolalrs (320,000,000-00), This appointment is made tinder and by authority of the fallowing rtstnution passed by the Eoard of Directors of said Company, at a meeting held in the principal office of the Company°. a quorum being present and 8oting. on the ' dao of Dccernbrr, 1938, iyitich resolution is still in effect. 'RESOLVED. that the President or any Vice 'Pr;sidet t be her Lty authorized. and thipowtrod to appoint Attot-sicys."irt» Fant of the Company to cxccutc any and all bonds. polici:s unewrialliogs, or othv iK-. instruments On beha.T f of the Corporation,: and may authorize any offices or a, y° suih Attorttg4ri-Fact to affix th< corporate seat,, and may` xrith or without cause modif or revoke any such appointment or autlinrivy, Any such writings so< x:cutwd by such Atloi-neys.in.. Fact shall be binding upon the Company as if the„ lend t�= duly nx cutod and adeno%vl4dged iii the rc ukul�,- lei t taffrccrs of the h Company, " This Power of Attorney is signed and waled by ta;tder and by (k autiiorlty cif"the folk Wing Resolutttsti adopted by ov Board of Directors of tilt Company at a meeting duty tatted and held on the :" da} of Dezember, 19-73, RESOLVED, that the signature of the PNSident or a tic,: Pr ident and the seat of the Company rnay; aff1iXedd lay, facsimile on any povver of attorney gmnlod, and ili. signature a the S, rstary or Assistant. Secretary and the stent rat the Company may be affixed by facsimile to any ccrttfr .at.. o:" any ,t~mh power and tin;. such trorser of certificate bearing such facsimil,c signature and seat shall be valid and bidding on the Company. n; such poorer so executed and staled and certified ley certificate so executed and stated shall, with rzips t to a :y° bond or undertaking to which it is attached. continue to be valid and binding on (tie Coompany ' 3t WHEREOF, THE CNCIN* +;ATI INSURANCE NCE CDNiPANN' hers eaes.d these prk}ents to be seated v0th its cotpuratc Vice President this V, day of tareh, 20 li STATE OF OHIO,COUNTY OF BUTLER 1 ss Viet Pr:sidem On this P da.; of Ntarch. 2017before ri: co:u-, t:.. a�opt-nil:ti.d Vie President of TIIE CNCINNATl t;tiSt RANCE comm -.NY, to M4 personally known to be tate officer described h.'rein., and at r,,i lcdg d that 0C 54,11 affixed to ttic preceding insau rient is the eorporate seal ofsai,i Company and the corporate si al a^d the sianatu:: o. It.a: offscz), N+ e t duty ata.xzd and sttbscribtd to said instrument. t y the aut ority, and i .cit n of said corporation, laiEti J.1—'--XLLF.R. Attorney at Law NOTAPY P00LIC , $TATF.OF carnet My coi"rmissiori hes 00 Upirattaai irate, Socilort 141.,0 t3.MC, t. trap undersigned Sc t.tai trs° .lssistttnt Secy racy at`�l t`tF; i''I C'1* -,I ' fl ls» tvfP.,kN E coDmi?i \Y. hari�by ccrlir; that, th aboc° is a true and 4orreel copy of t4c Original Power of Anornt.% i�isal-.3 b. --aid Cp neafr-, a, A do horabl further coni the said Po ;4'r of t;torn ) is still 'it) full %ret nand'Iffeet. der rn„� hand and scat � s �,t1i, f�ri:t3a':4" at 1'�'ii�"«t, ��air3 � $"t��x# 4� Chia da;• ofi SEAL ifCEt �i� � — _ - •�� � �" � ra� * � �'S/ mss` 3\;.1 Elms t3 17) MimsCONS TRUCTION List of Equipmen-E 1, Roll of Dumpster 2, Dump Trailer (2) 3. Concrete Saws (10) 4, Walk behind Saw (2) 5. Jack hammer'-?/ attacIment (5) 6. Generator (5) 7. Tamp (4) 8. MOT Equiptuent 9. Bobcat (2) / I Post Office Box 6815541 Orlando, Florida 32868-1554 Office 407,298.69361 Fax 407,290.1217 www.rni sconstruction.com MMASIMS CONSTPUCTION List of Mirns Construction Personnel 1. Lyn Mims — President — Oversite 2. Tim Mixon — Superintendent — Self Perform Oversite I Andre Collins — Project manager 4. Johnny cgee — Quality Control — Safety 5. Alfonso N%te — Carpenter Foreman 6. Kevin Gaskin — Carpenter Foreman 7, Choice Mcgee— Super — Concrete 8. Brandon Hughes — Labor Foreman 9r Concrete Finishers (6) 10. Skilled Labors (5) 11. Labors —(5) Post Office Box 6815541 Orlando, Florida 32868-1554 office 407.298.69361 Fax 407,290,1217 w!AoLw.rnirnsconstructionxorn